Loading...
HomeMy WebLinkAboutCCMPacket2020-12-15SPECIAL CALLED CITY COMMISSION MEETING JOINTLY WITH THE McCRACKEN COUNTY FISCAL COURT AGENDA FOR DECEMBER 15, 2020 5:30 PM VIDEO AND/OR AUDIO TELECONFERENCE MEETING Any member of the public who wishes to make comments to the Board of Commissioners is asked to fill out a Public Comment Sheet and return to the City Clerk’s Office no later than 3:30 p.m. on the day of the Commission Meeting. The Mayor will call on you to speak during the Public Comments section of the Agenda ROLL CALL INVOCATION PLEDGE OF ALLEGIANCE ADDITIONS/DELETIONS I. ORDINANCE(S) - ADOPTION A. Approve an Interlocal Cooperation Agreement with McCracken County, GPED, and the IDA along with a Loan Forgiveness Note for GPED related to the Ohio River Triple Rail Megasite - J ARNDT B. Amend Chapter 2 of the Paducah Code of Ordinances related to the Industrial Development Authority - J ARNDT PRESENTATION Plaque Presentation in Honor of City Commission Service - Jim Arndt PRESENTATION LOVE Awards Presentation - Jim Arndt PRESENTATION Paducah Fiscal 2020 Audit - David Hampton, Kemper CPA Items on the Consent Agenda are considered to be routine by the Board of Commissioners and will be enacted by one motion and one vote. There will be no separate discussion of these items unless a Board member so requests, in which event the item will be removed from the Consent Agenda and considered separately. The City Clerk will read the items recommended for approval. II. CONSENT AGENDA A.Approve Minutes for December 8, 2020 B.Receive & File Documents C.Reappointment of Glenn Denton and Kelm Burchard and Appointment of Sara Bradley to the Paducah Convention & Visitors Bureau. D.Personnel Actions E.Approve the Early Construction Completion Bonus for Peck Education Trail - M THOMPSON F.Purchase of One (1) Pumper Truck for use by the Fire Department in an amount of $515,360 - S KYLE G.Application for and Acceptance of the Second Round of CARES Act Funding for COVID-19 Relief through the Department of Local Government in the amount of $559,821 - T WILSON H.Approve the Updated Proposal for a Change in the Group Life Insurance with to Mutual of Omaha effective January 1, 2021 - S SUAZO III. RESOLUTION(S) A.Resolution Encouraging the Incoming Board of Commissioners to Consider Relief Options Related to Alcohol Licensing Renewal Fees - B MCELROY IV. ORDINANCE(S) - ADOPTION A. Approve Sprocket $900,000 Forgivable Loan - J ARNDT V. ORDINANCE(S) - INTRODUCTION A.Greenway Trail Phase V- Change Order #1 to Jim Smith Contracting, LLC contract for $37,585.10 - R MURPHY VI. COMMENTS A.Comments from the City Manager B.Comments from the Board of Commissioners C.Comments from the Audience VII. EXECUTIVE SESSION Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Approve an Interlocal Cooperation Agreement with McCracken County, GPED, and the IDA along with a Loan Forgiveness Note for GPED related to the Ohio River Triple Rail Megasite - J ARNDT Category: Ordinance Staff Work By: James Arndt, Lindsay Parish, Jonathan Perkins Presentation By: James Arndt Background Information: The City of Paducah McCracken County, the Paducah-McCracken County Industrial Development Authority (IDA) and Greater Paducah Economic Development Council (GPED) have discussed repositioning the IDA and its role with regard to property ownership, maintenance, development, marketing, and management within the City and the County. This ordinance would authorize an Interlocal Cooperative Agreement, to make the IDA owner of certain publicly owned development sites within Paducah and McCracken County, including the Ohio River Triple Rail Megasite (formerly known as “Riverport West”), which is currently owned by GPED. Additionally, the City previously provided certain financial assistance to GPED for the acquisition, development and construction of the Ohio River Triple Rail Megasite. This financial assistance included the extension of a loan in the amount of $600,000.00 for completion of Phase II of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated September 18, 2007. The financial assistance also included the extension of a loan in the principal amount of $311,375.00 for completion of the Final Phase of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated December 19, 2008. In order to effect the repositioning of the IDA and to carry out the terms of the Interlocal Cooperative Agreement, the City desires to forgive the repayment by GPED of both the Phase II Note and the Final Phase Note, in a combined amount of $911,375.00. Does this Agenda Action Item align with a Strategic Plan Action Step? Yes If yes, please list the Action Step Item Codes(s): E-6 Initiate and maintain ongoing effective communications with GPED Funds Available:Account Name: Account Number: Staff Recommendation: Approval. Attachments: 1.ORD GPED IDA Interlocal & Debt Forgiveness – Triple Rail Mega site 2.(2020.12.03) Exhibits 1 - 6 - Interlocal Cooperation Agreement 3.MANAGEMENT AGREEMENT BETWEEN IDA AND GPED 4.IDA BYLAWS 229233 ORDINANCE NO. 2020 - ___________ AN ORDINANCE OF THE CITY OF PADUCAH, KENTUCKY, APPROVING AND AUTHORIZING THE EXECUTION OF AN INTERLOCAL COOPERATIVE AGREEMENT AMONG THE CITY OF PADUCAH, KENTUCKY, THE COUNTY OF MCCRACKEN, KENTUCKY, THE PADUCAH-MCCRACKEN COUNTY INDUSTRIAL DEVELOPMENT AUTHORITY, AND GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL AND AUTHORIZING THE EXECUTION OF A FORGIVENESS OF DEBT AGREEMENT BETWEEN THE CITY OF PADUCAH, KENTUCKY, AND GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL PURSUANT TO THE TERMS OF SAID INTERLOCAL AGREEMENT. WHEREAS, the City of Paducah (the “City”), McCracken County, (the “County”), the Paducah-McCracken County Industrial Development Authority (the “IDA”) and Greater Paducah Economic Development Council (“GPED”), together the “Parties,” desire to effect the repositioning of the IDA and its role with regard to property ownership, maintenance, development, marketing, and management within the City and the County; and WHEREAS, pursuant to Sections 65.210 to 65.300, inclusive, of the Kentucky Revised Statutes, as amended (the "Interlocal Act"), the Parties may join together to achieve this objective and their agreement as to same has been memorialized into an Interlocal Cooperative Agreement; and WHEREAS, pursuant to the proposed Interlocal Cooperative Agreement, the IDA shall become the owner of certain publicly owned development sites within Paducah and McCracken County, including the “Ohio River Triple Rail Megasite” (formerly known as “Riverport West”), which is currently owned by GPED; and WHEREAS, the City previously provided certain financial assistance to GPED for the acquisition, development and construction of said real estate (the “Project”); and WHEREAS, said financial assistance included the extension of a loan in the amount of $600,000.00 for completion of Phase II of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated September 18, 2007 and secured by a mortgage of record with the McCracken County Clerk’s Office in Mortgage Book 1147, page 569; and WHEREAS, said financial assistance also included the extension of a loan in the principal amount of $311,375.00 for completion of the Final Phase of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated December 19, 2008 and secured by a mortgage of record with the McCracken County Clerk’s Office in Mortgage Book 1201, page 293; and WHEREAS, in order to effect the repositioning of the IDA and to carry out the terms of the Interlocal Cooperative Agreement, the City desires to forgive the repayment by GPED of both the Phase II Note and the Final Phase Note, in a combined amount of $911,375.00; NOW THEREFORE be it ordained by the City Commission of the City of Paducah as follows: Section 1. Authorization of Interlocal Cooperative Agreement. The City of Paducah, Kentucky, hereby approves the Interlocal Cooperative Agreement between the City, the County, the IDA, and GPED in substantially the form attached hereto as Exhibit A and made a part hereof.. It is hereby found and determined that the Interlocal Cooperative Agreement furthers the public purposes of the City and it is in the best interest of the citizens, residents and inhabitants of the City that the City enter into the Interlocal Cooperative Agreement for the purposes therein specified and the execution and delivery of the Interlocal Cooperative Agreement is hereby authorized and approved. The Mayor is hereby authorized to execute the Interlocal Cooperative Agreement, together with such other agreements, instruments or certifications which may be necessary to accomplish the transaction contemplated by the Interlocal Cooperative Agreement with such changes in the Interlocal Cooperative Agreement not inconsistent with this Ordinance and not substantially adverse to the City as may be approved by the official executing the same on behalf of the City. The approval of such changes by said official, and that such are not substantially adverse to the City, shall be conclusively evidenced by the execution of such Interlocal Cooperative Agreement by such official. Section 2. Forgiveness of Debt. The City hereby forgives the repayment of the indebtedness under both the Phase II Note dated September 18, 2007 and the Final Phase Note dated December 19, 2008 and the Notes and all indebtedness and obligations due thereunder are hereby fully released, discharged, extinguished, and cancelled. Further, the City hereby approves the Debt Forgiveness Agreement by and between the City and GPED in substantially the form attached hereto as Exhibit B and made part hereof. It is further determined that it is necessary and desirable and in the best interests of the City to enter into said Debt Forgiveness Agreement for the purposes therein specified, and the Mayor of the City is hereby authorized to execute the Debt Forgiveness Agreement, together with such other documents, instruments or certifications which may be necessary to accomplish the transaction contemplated by this Ordinance with such changes not inconsistent with this Ordinance and not substantially adverse to the City as may be approved by the official executing the same on behalf of the City. The approval of such changes by said official, and that such are not substantially adverse to the City, shall be conclusively evidenced by the execution of such Debt Forgiveness Agreement by such official. Section 3. Severability. If any section, paragraph or provision of this Ordinance shall be held to be invalid or unenforceable for any reason, the invalidity or unenforceability of such section, paragraph or provision shall not affect any of the remaining provisions of this Ordinance. Section 4. Compliance With Open Meetings Laws. The City Commission hereby finds and determines that all formal actions relative to the adoption of this Ordinance were taken in an open meeting of this City Commission, and that all deliberations of this City Commission and of its committees, if any, which resulted in formal action, were in meetings open to the public, in full compliance with applicable legal requirements. Section 5. Conflicts. All ordinances, resolutions, orders or parts thereof in conflict with the provisions of this Ordinance are, to the extent of such conflict, hereby repealed and the provisions of this Ordinance shall prevail and be given effect. Section 6. Effective Date. This Ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. _________________________________________ MAYOR ATTEST: ____________________________ City Clerk Introduced by the Board of Commissioners, December 8, 2020 Adopted by the Board of Commissioners, _____________________, 2020 Recorded by City Clerk, ________________, 2020 Published by The Paducah Sun, __________________, 2020 ORD\GPED IDA Interlocal & Debt Forgiveness – Triple Rail Mega site Ordinance prepared by Holly Homra – Denton Law EXHIBIT A INTERLOCAL COOPERATION AGREEMENT THIS INTERLOCAL COOPERATION AGREEMENT (the "Agreement’) is made and entered into as of ____________, 2020 by and between the CITY OF PADUCAH, KENTUCKY (the "City"), the COUNTY OF McCRACKEN, KENTUCKY (the "County"), the PADUCAH/MCCRACKEN COUNTY INDUSTRIAL DEVELOPMENT AUTHORITY (“IDA”), and GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL (“GPED”). WITNESSETH WHEREAS, the City and the County are parties to that certain Interlocal Cooperation Agreement dated March 6th, 1997 (attached hereto as Exhibit 1) pursuant to which the Paducah/McCracken County Industrial Development Authority was created; WHEREAS, the City, the County, the IDA, and GPED desire to enter into this Agreement for the purpose of repositioning the Paducah/McCracken County Industrial Development Authority and its role with regard to property ownership, maintenance, development, marketing, and management; and WHEREAS, after such repositioning, the IDA shall hold certain publicly owned development sites within Paducah and McCracken County and shall be responsible for management, maintenance, and development of such properties; and WHEREAS, GPED is the economic development organization of Paducah and McCracken County whose mission is to proactively recruit, obtain, and maintain companies providing high quality, high paying jobs with benefits for our region, and after the repositioning of the IDA as contemplated herein, shall be responsible for the management of the IDA and marketing of properties owned by the IDA; and WHEREAS, the parties recognize that, in order to maximize the region’s economic development potential, GPED must serve as the active, outward facing economic development entity for Paducah / McCracken County providing oversight and guidance to the IDA; and WHEREAS, the parties recognize that to best position our community for sustainable economic growth, the IDA must serve as an aid in capturing incentives and holding, obtaining, and developing favorable economic development properties; and WHEREAS, the parties have determined that the repositioning of the IDA as outlined in this Agreement is in the public interest and the parties now wish to establish their respective rights and duties related thereto; NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS BETWEEN THE PARTIES, IT IS AGREED AS FOLLOWS: 1. GENERAL FINANCING PLAN 1.1 Pursuant to KRS 96.895, the County is the recipient of annual payments under the Regional Development Agency Assistance Program in the current amount of approximately $154,000.00 per year (“RDAAP Funds”). The County hereby consents and agrees that it shall designate the Paducah/McCracken County Industrial Development Authority as the recipient of all RDAAP Funds. Additionally, upon signing this Agreement, the County shall allocate all RDAAP Funds currently held by the County to the IDA. The City of Paducah hereby consents and agrees that it shall match the annual RDAAP Funds received by the IDA in the minimum amount of $150,000.00 and up to a maximum amount of $250,000.00 for a period of ten (10) years, with the first of such payments being made no later than March 31, 2021. 1.2 The City and County are parties to the Interlocal Cooperation Agreement dated March 6th, 1997 for the creation of the Paducah/McCracken Industrial Park under which the City and the County share payroll taxes from qualifying projects (See Exhibit 1). Except as otherwise stated herein, this agreement shall remain in full force and effect until its expiration. 1.3 The City and the County are parties to a Memorandum of Understanding dated June 15, 2004, pursuant to which the City and the County agreed to provide economic incentives to AAA Fabricators for the acquisition, installation, and equipment of a manufacturing facility and to share payroll taxes generated from said project.. A copy of this agreement is attached hereto as Exhibit 2. Except as otherwise stated herein, this agreement shall remain in full force and effect until its expiration. 1.4 The City and the County are parties to the Economic Development Revenue Sharing Agreement dated February 13th, 2006 (“Revenue Sharing Agreement”), a copy of which is attached hereto as Exhibit 3. Pursuant to such Revenue Sharing Agreement, the City and County have agreed to split equally the payroll taxes generated from Qualified Projects as defined therein. Except as otherwise stated herein, this agreement shall remain in full force and effect until its expiration. 1.5 For each new development project locating in an IDA-held property which is not subject to a revenue sharing agreement as identified above, whether involving the sale or lease of the property, either the City or the County (as applicable based upon the location of the property) will designate a total of ten percent (10%) of the payroll taxes generated from such project to the IDA for a period of ten (10) years. In the event that the property is sold or leased to a new tenant during the term, such payroll tax designation shall continue until the expiration of the original ten year term. 1.6 The Parties agree that they shall cooperate as necessary in pursuing and applying for grants and other funding opportunities to support the IDA. 1.7 The IDA shall prepare and submit an annual budget to the City and the County. 2. TRANSFER OF REAL PROPERTY The City, the County, and GPED each own development sites located within Paducah and McCracken County, as more particularly described in Exhibit 4 hereto. The Parties agree that all development sites listed on Exhibit 4 shall be transferred to the IDA in accordance with the schedule set out in Section 7 below. It is the intent of the parties that, upon completion of the above-described transfers, the IDA shall be the owner of certain publicly-held development sites within Paducah and McCracken County and GPED will be the organization responsible for the management and marketing of said IDA-owned properties. 3. DEBT FORGIVENESS 3.1 The City has made loans to GPED with a current outstanding balance of $911,375.00 for the purchase of the Triple Rail Site. The City agrees that, upon transfer of the property to the IDA in accordance with Section 2 above, it will forgive the full amount of this loan. A separate debt forgiveness agreement may be entered into between the City and GPED to carry out this objective and a copy of such agreement shall be attached as Exhibit 5. 3.2 The County has made loans to GPED with a current outstanding balance of $411,375.00 for the purchase of the Triple Rail Site. The County agrees that, upon transfer of the property to the IDA in accordance with Section 2 above, it will forgive the full amount of this loan. A separate debt forgiveness agreement may be entered into between the County and GPED to carry out this objective and a copy of such agreement shall be attached as an exhibit hereto as Exhibit 6. 4. DUTIES OF THE PADUCAH/MCCRACKEN COUNTY INDUSTRIAL DEVELOPMENT AUTHORITY 4.1 The IDA shall serve as the owner of certain publicly-held development sites until such sites are sold for development. The IDA will also purchase additional property in collaboration with the City, County, and GPED for further development opportunities. 4.2 The IDA shall be responsible for maintenance and repair of all property under its ownership, including all medians and right of ways, which shall include landscaping, mowing, signage, lighting, and installation of other fixtures, as well as other maintenance duties as necessary and appropriate to maintain the safety, appearance, and marketability of the property. 4.3 In addition to general maintenance and repair, the IDA shall actively take steps to mitigate any environmental, utility, or other barriers to development of the sites. Additionally, upon the advice and recommendation of the City, the County, or GPED, the IDA may make such improvements to the sites as necessary to attract business prospects to the sites including, but not limited to, site preparation, infrastructure build up, and construction of speculative buildings. 4.5 The IDA may utilize its undeveloped properties for revenue-generating activities (such as rental of the property for crop land), so long as such activities do not compromise or limit the property’s development potential. All revenue generated from such activities shall remain the property of the IDA and shall be used for property maintenance, upkeep, development, and purchase, or other approved activities as designated. 4.6 Within each industrial park, whether now owned by the IDA or later acquired, the IDA shall establish an advisory committee of up to four (4) members which allows businesses located within the park to communicate their needs and resources and to promote collaboration amongst themselves and the IDA. 4.7 Working in collaboration with GPED, the IDA will serve as a vehicle for potential initiatives to aid in facilitating economic development within the region including, but not limited to tax favorable purchases of land and equipment. 5. IDA BOARD OF DIRECTORS RESTRUCTURE. 5.1 The Parties agree that all current members of the IDA board of directors shall resign from their positions for the purpose of carrying out the repositioning contemplated hereunder. The IDA shall amend and restate its bylaws to provide for a total of seven (7) directors, who shall all be voting members. One (1) of the Director positions shall be occupied by the Mayor of the City of Paducah, and one (1) of the Director positions shall be occupied by the McCracken County Judge Executive for so long as they are serving in their elected positions. The Mayor of the City of Paducah shall appoint one (1) Director position from the GPED Board of Directors. The McCracken County Judge Executive shall also appoint one (1) Director position from the GPED Board of Directors. Of the remaining three (3) Director positions, one (1) shall be appointed by the Mayor, one (1) shall be appointed by the Judge Executive, and the remaining one (1) shall be appointed jointly by the Mayor and Judge Executive. 5.2 With the exception of the Director positions held by the Mayor and Judge Executive, who shall maintain their board positions for so long as they are serving in their elected positions, the Directors shall serve for terms of four (4) years. The terms of the initial appointed board members shall be staggered for continuity, with two Directors appointed for four (4) years, two Directors appointed for three (3) years, and one director appointed for two (2) years. No elected Director shall serve for more than two (2) consecutive terms. A person may be considered to rejoin the board as a Director after being off the Board for a period of one (1) year. 5.3 The Mayor or the Judge Executive shall serve as Chair and Vice Chair of the Board, alternating the positions every two (2) years. Such other officers as may be deemed necessary may be elected or appointed by the Board of Directors. 6. DUTIES OF GPED 6.1 GPED shall serve as the manager of the IDA and shall be responsible for managing and ensuring completion of the duties and responsibilities as set forth in Section 4 above. 6.2 GPED shall maintain a list of IDA-owned properties and market said properties promoting economic development. 6.3 GPED shall work to identify obstacles and barriers to the development, maintenance, and disposition of IDA-owned properties and advise the IDA on their improvement or removal. 6.4 GPED shall negotiate and manage incentive packages promoting IDA-owned properties for economic development projects. 6.5 GPED shall coordinate the establishment of a committee within each industrial park allowing businesses located therein to communicate their needs and resources and to promote collaboration amongst themselves and the IDA. 6.6 GPED shall perform or assist with such other services as may, from time to time, be necessary. A separate Management Agreement shall be entered into between the IDA and GPED to govern the management arrangement contemplated herein. 7. REPOSITIONING PLAN 7.1 Phase 1. Phase One of the repositioning plan shall extend through December 31, 2020. During such phase, the parties shall strive to execute the loan forgiveness agreements as stated in Sections 3.1 and 3.2, , amend and restate the bylaws of the IDA as contemplated by Section 5 hereof, and affect the Management Agreement between GPED and the IDA as contemplated by Section 6 hereof. 7.2 Phase 2. Phase Two of the repositioning plan shall extend through March 31, 2021. During such phase, the GPED and the County shall affect the transfer of the properties as identified on Exhibit 4 and assign all outstanding leases to the IDA. 7.3 Phase 3. Phase Three shall be the final phase of the repositioning plan and shall extend through June 30, 2021. During Phase Three, the parties shall assign all outstanding broker option agreements from GPED to the IDA, transfer any relevant fixed assets to the IDA, and complete any other outstanding items related to the repositioning plan. 8. DURATION AND TERMINATION; AMENDMENTS This Agreement shall become operational and have force and effect upon its execution and approval by the Attorney General pursuant to KRS 65.260, and the filing of this Agreement with the Clerk of the County of McCracken, Kentucky, all pursuant to the Interlocal Act. This Agreement shall remain in full force and effect for a term of ten (10) years, unless earlier terminated by joint action of the City and the County. Termination of this Agreement shall not affect the legal status or standing of the IDA or GPED, who shall retain their own assets and property. This Agreement may be amended or any of its terms modified only by a written document authorized, executed and delivered by each of the parties hereto. 9. NON-LIABILITY OF OFFICERS AND EMPLOYEES No officer or employee of any Party hereto shall be subject to any personal liability for any debt or contract created by this Agreement or as a result thereof. 10. NATURE OF AGREEMENT The City, County, IDA, and GPED agree to engage in a joint and cooperative undertaking only within the scope set out in this Agreement and do not intend to create among them any relationship of surety, indemnification or responsibilities for debts, claims, or liabilities incurred by any party in their operations, other than as specifically set out herein. Furthermore, the execution of this Agreement shall not constitute a waiver of any defense or immunity that a Party would otherwise be entitled to under any applicable law. 11. FURTHER ASSURANCES. The Parties agree that they shall, at any time upon the request of another party, make, execute, and deliver or cause to be made, executed, and delivered to the requesting party any and all other further instruments, certificates, and other documents as may, in the reasonable opinion of requesting party, be necessary or desirable in order to effect, complete, perfect, or otherwise to fulfill the obligations of the parties under this Agreement. 12. MISCELLANEOUS This Agreement shall be binding upon the parties hereto and upon their respective permitted successors and transferees. Nothing expressed or implied herein is intended or shall be construed to confer upon any person, firm or corporation other than the parties hereto any right, remedy or claim by reason of this Agreement or any term hereof, and all terms contained herein shall be for the sole and exclusive benefit of the parties hereto, their successors and permitted transferees. This Agreement shall be governed by and construed in accordance with the laws of the Commonwealth of Kentucky. If one or more provisions of this Agreement, or the applicability of any such provisions for any set of circumstances shall be determined to be invalid or ineffective for any reason, such determination shall not affect the validity and enforceability of the remaining provisions of this Agreement. The waiver by any Party of a breach, default or violation of this Agreement shall not operate as or be constructed to be a waiver of any subsequent breach hereof. This Agreement may be amended or any of its terms modified only by a written document authorized, executed and delivered by each of the parties hereto. This Agreement may be executed in one or more counterparts and when each party hereto has executed at least one counterpart, this Agreement shall become binding on all parties and such counterparts shall be deemed to be one and the same document. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized representatives as of the date first above written. CITY OF PADUCAH, KENTUCKY, Authorized by Action of the City Commission on _______________ __________________________________________ Mayor Attest: ___________________________________ City Clerk COUNTY OF MCCRACKEN, KENTUCKY, Authorized by Action of the Fiscal Court of the County on ______________. ______________________________________________ Judge Executive Attest: __________________________________ Fiscal Court Clerk GREATER PADUCAH ECONOMIC DEVELOPMENT __________________________________________ Board Chair PADUCAH/MCCRACKEN INDUSTRIAL DEVELOPMENT AUTHORITY __________________________________________ Board Chair EXHIBITS Exhibit 1 – Interlocal Cooperation Agreement dated March 6th, 1997 Exhibit 2 – Memorandum of Understanding dated June 15, 2004 Exhibit 3 – Interlocal Economic Development Revenue Sharing Agreement dated February 13th, 2006 Exhibit 4 – Property Schedule Exhibit 5 – Debt Forgiveness Agreement b/t City of Paducah and GPED Exhibit 6 – Debt Forgiveness Agreement b/t McCracken County and GPED APPROVAL Office of the Attorney General 700 Capitol Avenue, Suite 118 Frankfort, Kentucky 40601-3449 (502) 696-5300 This Interlocal Cooperation Agreement is in proper form and is compatible with the laws of the Commonwealth of Kentucky; therefore, it is approved this ______ day of ____________, 2020. OFFICE OF KENTUCKY ATTORNEY GENERAL, DANIEL CAMERON By: ___________________________________ Title: __________________________________ Date:__________________________________ EXHIBIT B DEBT FORGIVENESS AGREEMENT THIS FORGIVENESS OF DEBT AGREEMENT is made and entered into on this ______ day of December, 2020, by and between CITY OF PADUCAH, KENTUCKY, a city of the home rule class of the Commonwealth of Kentucky, (the “City”) and GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL (“Borrower”) a Kentucky non-profit corporation organized and existing pursuant to the laws of the Commonwealth of Kentucky. RECITALS WHEREAS, the City previously provided certain financial assistance to the Borrower for the acquisition, development and construction of certain real estate located in Paducah, McCracken County, Kentucky and known as the Ohio River Triple Rail Megasite (formerly “Riverport West”) real estate (the “Project”); and WHEREAS, said financial assistance included the extension of a loan in the amount of $600,000.00 for completion of Phase II of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated September 18, 2007 and secured by a mortgage of record with the McCracken County Clerk’s Office in Mortgage Book 1147, page 569; and WHEREAS, said financial assistance also included the extension of a loan in the principal amount of $311,375.00 for completion of the Final Phase of the Project, which loan and repayment terms were evidenced by a Financing Agreement and a promissory note dated December 19, 2008 and secured by a mortgage of record with the McCracken County Clerk’s Office in Mortgage Book 1201, page 293; and WHEREAS, the City desires to forgive the repayment by the Borrower of both the Phase II Note and the Final Phase Note (collectively referred to as the “Note”) in a combined amount of $911,375.00; WHEREAS, it is mutually desirable, beneficial, agreeable and in the best interest of the parties hereto and the City residents that the City forgive the repayment of the Note as such forgiveness furthers the public purposes of the City. NOW, THEREFORE, for and in consideration of the foregoing premises, and for other valuable consideration, the legal adequacy, sufficiency, and receipt of which is hereby acknowledged by all parties hereto, the parties do covenant and agree as follows: 1. Forgiveness. Effective as of December 31, 2020, the City hereby forgives the repayment of the Note; and the Note and all indebtedness and obligations due thereunder are hereby fully released, discharged, extinguished, and cancelled; and Borrower is fully released and discharged from any liability with respect to the Note and all indebtedness and obligations due thereunder. 2. Miscellaneous Provisions. This Agreement shall be binding upon the parties hereto, their successors, and assigns. In the event of any litigation concerning this Agreement, Borrower submits itself to the jurisdiction of the McCracken Circuit Court, and additionally, hereby waives its right of trial by jury. IN TESTIMONY WHEREOF, this Forgiveness of Debt Agreement has been executed by the parties on the day and year first above written. [SIGNATURE LINES ON FOLLOWING PAGE] CITY OF PADUCAH, KENTUCKY By ____________________________________ Mayor Brandi Harless COMMONWEALTH OF KENTUCKY ) :ss. COUNTY OF McCRACKEN ) Subscribed, sworn to and acknowledged before me by CITY OF PADUCAH, KENTUCKY, by and through its duly authorized representative, , on this the day of , 2020. _________________________________ NOTARY PUBLIC STATE AT LARGE My commission expires: ____________ Notary ID # ____________ GREATER PADUCAH ECONOMIC DEVELOPMENT By ____________________________________ Title___________________________________ COMMONWEALTH OF KENTUCKY ) :ss. COUNTY OF McCRACKEN ) Subscribed, sworn to and acknowledged before me by GREATER PADUCAH ECONOMIC DEVELOPMENT, by and through its duly authorized representative, __________________________ , on this the day of ___________ , 2020. _________________________________ NOTARY PUBLIC STATE AT LARGE My commission expires: ____________ Notary ID # ____________ 1 DRAFT 6 – December 3, 2020 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is entered into as of this ____ day of ________________, 2020 by and between the Paducah/McCracken County Industrial Development Authority (“IDA”) and Greater Paducah Economic Development (hereinafter referred to as GPED), WITNESSETH: WHEREAS, the IDA and GPED are parties to that certain Interlocal Agreement dated ______________, 2020; and WHEREAS, pursuant to such Interlocal Agreement, the IDA is charged with the ownership, maintenance, and development of certain publicly-held development sites in the City of Paducah and McCracken County; and WHEREAS, GPED is the economic development organization of Paducah and McCracken County whose mission is to proactively recruit, obtain, and maintain companies providing high quality, high paying jobs with benefits for our region; and WHEREAS, GPED and the City of Paducah are parties to that certain Contract for Services dated June 26, 2020 pursuant to which GPED has agreed, among other things, to provide staff support to the Paducah-McCracken Industrial Development Authority in exchange for consideration received from the City of Paducah; and WHEREAS, GPED and McCracken County are parties to that certain Agreement for Services dated July 27, 2020 pursuant to which GPED has agreed, among other things, to provide staff support to the Paducah-McCracken Industrial Development Authority in exchange for consideration received from McCracken County; and WHEREAS, the parties recognize that in order to maximize the region’s economic development potential, GPED must serve as the active, outward facing economic development entity for Paducah / McCracken County providing management and guidance to the IDA; and WHEREAS, the parties recognize that to best position our community for sustainable economic growth, the IDA must serve as an aid in capturing incentives and holding, obtaining, and developing favorable economic development properties; and WHEREAS, the IDA desires to engage GPED to render certain professional management services, guidance, and assistance in connection with the IDA’s ownership, maintenance, and development of the sites; NOW THEREFORE, the parties hereto do mutually agree as follows: 1. MANAGEMENT SERVICES. GPED will manage the IDA and its properties. Specific activities shall include, but not be limited to the following: 2 DRAFT 6 – December 3, 2020 a. GPED will provide bookkeeping and accounting services to the IDA. b. GPED will provide management and guidance to the IDA as it relates to the IDA executing on its role as a property holder and as a vehicle for incentives. c. GPED will provide staffing at its own expense to support administrative duties to the IDA. d. GPED will provide IDA such management services at no cost to the IDA. e. While the IDA is responsible for the maintenance and repair of all IDA held properties, including all medians and right of ways, which duties shall include but not be limited to mowing, landscaping, signage, and lighting and installation of other fixtures as necessary to maintain the safety and appearance of the properties, GPED will provide management and administrative services to carry out such maintenance, repair, and installation services. f. While the IDA is responsible to take steps to mitigate environmental, utility, or other barriers to the development of IDA held properties, including making improvements which will attract business prospects such as site preparation, infrastructure build up, and construction of speculative buildings, GPED will provide management and administrative services to carry out such functions. g. While the IDA may utilize its undeveloped properties for revenue generating activities (such as rental of property for crop land), so long as such activities do not compromise or limit the property’s development potential, GPED will provide management and advisory services to carry out such activities. h. GPED shall maintain a list of IDA owned properties and market said properties promoting economic development. i. GPED shall coordinate the establishment of a committee within each industrial park allowing businesses located therein to communicate their needs and resources and to promote collaboration amongst themselves and the IDA. j. GPED shall perform or assist with such other services as may, from time to time, be necessary. 3 DRAFT 6 – December 3, 2020 2. TERM. The term of this Agreement will commence on ____________, 2020 and conclude on _____________. This Agreement shall automatically renew for successive one year terms, on the same terms and conditions contained herein, unless, not later than six (6) months prior to the end of the then-current term, either Party shall give written notice to the other Party of its election to terminate this Agreement. 3. TERMS AND CONDITIONS. This agreement is subject to the following Terms and Conditions: a. GPED shall provide the services as outlined in Section I at no cost to the IDA. The records related to such services will be made available for audit purposes to the IDA, the City of Paducah, and McCracken County, or any authorized representative, and will be retained for three years after the expiration of this Agreement unless permission to destroy them is granted by the IDA. b. In carrying out its duties under this Agreement, GPED shall comply with all applicable laws, ordinances, and regulations and with the terms of the Interlocal Agreement. c. This Agreement may be amended or any of its terms modified only by a written document authorized, executed and delivered by each of the parties hereto. d. The waiver of a breach, default or violation of this Agreement shall not operate as or be constructed to be a waiver of any subsequent breach hereof. IN WITNESS WHEREOF, the Paducah/McCracken County Industrial Development Authority and Greater Paducah Economic Development have executed this Agreement for Professional Services as of the date above written. PADUCAH/MCCRACKEN COUNTY GREATER PADUCAH ECONOMIC INDUSTRIAL DEVELOPMENT DEVELOPMENT AUTHORITY ___________________________________ ___________________________________ BY: _______________________________ BY: _______________________________ 1 DRAFT # 6 -12/3/20 AMENDED AND RESTATED BYLAWS OF PADUCAH MCCRACKEN COUNTY INDUSTRIAL DEVELOPMENT AUTHORITY ARTICLE I NAME The name of the authority shall be the Paducah McCracken County Industrial Development Authority (the “Authority”), a non-profit corporation organized and existing under the laws of the Commonwealth of Kentucky. ARTICLE II PURPOSE The purpose of the authority shall be to own, develop, maintain, and manage publicly owned development sites within Paducah and McCracken County, KY ARTICLE III OFFICES The registered office of the Authority in the Commonwealth of Kentucky shall be at the offices of the Greater Paducah Economic Development Council, or its successor, which is currently 300 South Third Street, Paducah, Kentucky, 42001. The Authority may have such other offices, either within or without the Commonwealth of Kentucky, from time to time, as the Board of Directors may determine or as the business of the Authority may require. The address of the registered office may be changed from time to time by the Board of Directors. ARTICLE IV DIRECTORS 1. GENERAL POWERS. The business and affairs of the Authority shall be managed by its Board of Directors in accordance with KRS 154.50-301 – 154.50-350. 2. NUMBER AND QUALIFICATIONS. There shall be seven (7) Directors of the Authority who shall all be voting members. One (1) of the Director positions shall be occupied by the Mayor of the City of Paducah, and one (1) of the Director positions shall be occupied by the McCracken County Judge Executive for so long as they are serving in their elected positions. The Mayor of the City of Paducah shall appoint one (1) Director position from the GPED Board of Directors. The McCracken County Judge Executive shall also appoint one (1) Director position from the GPED Board of Directors. Of the remaining three (3) Director positions, one (1) shall be appointed by the Mayor, one (1) shall be appointed by the Judge Executive, and the remaining one (1) shall be appointed jointly by the Mayor and Judge Executive. 3. DIRECTOR TERMS. With the exception of the Director positions held by the Mayor and Judge Executive, who shall maintain their board positions for so long as they are serving in their elected positions, the Directors shall serve for terms of four (4) years. . The 2 DRAFT # 6 -12/3/20 terms of the initial board members shall be staggered for continuity, with two Directors appointed for four (4) years, two Directors appointed for three (3) years, and one director appointed for two (2) years. No elected Director shall serve for more than two (2) consecutive terms. A person may be considered to rejoin the board as a Director after being off the Board for a period of one (1) year. 4. COMPENSATION. Directors shall not receive any compensation for services, but may be reimbursed for actual expenses incurred on behalf of and in conjunction with Authority business. 5. CONFIDENTIALITY. The Board of Directors acknowledges that board members may receive and consider confidential information, such as the prospective location, relocation or expansion of businesses or industries, along with their confidential, proprietary information, trade secrets, and financial information. The Board of Directors acknowledges that the Authority and the Board may be asked to sign contractual agreements regarding non- disclosure and confidentiality, thus exposing the Authority to contractual liability. Accordingly, the Authority and the Board shall adhere to a strict policy of confidentiality. Best efforts will be used to advise that information presented is (1) subject to an a contractual agreement regarding non-disclosure or confidentiality, (2) confidential but not subject to a contractual agreement, (3) public records but excluded from inspection except on order of a court or (4) public records and information open for inspection by any person. Board members shall endeavor to treat such information with an appropriate level of confidentiality. In the event that any Director should break such confidentiality, he or she may be removed by the Board. Directors shall not use confidential information learned through their involvement with the Authority to further their business or personal interests. Notwithstanding the provisions of this Section, the Judge Executive and the Mayor may, at his or her discretion, share information which has been designated as confidential with the elected members of their respective boards. In such event, the Judge Executive and/or Mayor shall inform their board that such information is confidential in nature and is expected to remain as such. 6. CONFLICT OF INTEREST. Each Director working with or for the Authority shall sign a (1) conflict of interest disclosure statement and (2) confidentiality agreement, with the forms of same being approved by the Board, as a condition of their service. The forms shall be reviewed by the Board. Any conflict will be promptly disclosed to the Board and reviewed by the Board at its next meeting. The Board may take any appropriate action to address any conflicts. It is expected that Directors will abstain from voting on issues that relate directly to the Authority awarding work to a particular firm or individual in cases where the Director has a vested interest in the firm or in the individual. In the event that the Board of Directors reasonably believes that a Director, by reason of vested interest, personal affiliations, employment, or other involvement, has a conflict of interest relative to a matter to be discussed, such Director shall leave the meeting room voluntarily, upon request, until discussion and voting, if any, on the subject is completed. If the Director refuses to leave the meeting voluntarily, he or she may be required to leave the meeting by vote of a majority of the Board of Directors. In the event that any Director, employee or committee members should violate this provision, he or she may be removed by the Board, terminated or removed from any committee or subcommittee of the Authority. 3 DRAFT # 6 -12/3/20 ARTICLE V OFFICERS 1. NUMBER. The officers of the Authority shall be a Chair, Vice Chair, a Secretary, and a Treasurer. Such other officers as may be deemed necessary may be elected or appointed by the Board of Directors. With the exception of the Chair and Vice Chair, all officers shall be elected by the Board of Directors. 2. ELECTION AND TERM OF OFFICE. The officers of the Authority to be elected by the Directors shall be elected annually in a June meeting. If the election of officers is not held at such meeting, the election shall be held as soon thereafter as practicable. With the exception of the Chair and Vice Chair, each officer shall hold office for a one (1) year period. 3. CHAIR. Either the Mayor or the Judge Executive shall serve as Chair of the Board, with the position alternating every two (2) years. The Chair shall be the principal executive officer of the Authority and, subject to the control of the Board of Directors, shall in general supervise and control all of the business and affairs of the Authority. When present, he/she shall preside at meetings of the Board of Directors. He or she may sign, with the Secretary or any other proper office of the Authority thereunto authorized by the Directors, deeds, mortgages, bonds, contracts, or other instruments which the Directors have authorized to be executed, except in cases where the signing and execution thereof shall be expressly delegated by the Directors or by these Bylaws to some other officer or agent of the Authority, or shall be required by law to be otherwise designed or executed, and in general shall perform all duties incident to the Office of Chair and such other duties as may be prescribed by the Board of Directors from time to time. 4. VICE CHAIR. Either the Mayor or the Judge Executive shall serve as Vice Chair of the Board, with the position alternating every two (2) years. The Vice Chair shall have the responsibilities of the Chair in the Chair’s absence or incapacity, 5. SECRETARY. The Secretary shall (a) oversee keeping the minutes of the proceedings of the Directors in one or more books provided for that purpose; (b) see that all notices are duly given in accordance with the provisions of these Bylaws or as required by law; (c) be custodian of the Authority records; and (d) in general perform all duties incident to the office of Secretary and other such duties as may from time to time be assigned by the Chair or Directors. 6. TREASURER. The Treasurer shall: (a) oversee having charge and custody of and be responsible for all funds and securities of the Authority; (b) receive and give receipts for monies due and payable to the Authority from any source whatsoever, and deposit all such monies in the name of the Authority in such banks, trust companies, or other depositories as shall be selected in accordance with the provisions of Article VII of these Bylaws; and (c) in general perform all duties incident to the office of Treasurer and such other duties as from time to time may be assigned by the Chair or Directors. ARTICLE VI MEETINGS 4 DRAFT # 6 -12/3/20 1. REGULAR MEETINGS. Regular meetings of the Board of Directors shall be held quarterly at a mutually agreeable time. 2. SPECIAL MEETINGS. Special meetings of the Board of Directors may be called by or at the request of the Chair or by a majority of the members. The person or persons authorized to call special meetings may fix any place, either within or without the Commonwealth of Kentucky, as the place for holding any special meetings called by them. 3. NOTICE. Notice of any meeting shall be given at least two (2) days previously thereto by written notice delivered to each Director at his or her business address by facsimile or electronic mail. If notice is given by facsimile or electronic mail, such notice shall be deemed to be delivered when the notice is accepted by the receiving unit. Any Director may waive notice of any meeting. The attendance of a Director at any meeting shall constitute a waiver of notice of such meeting, except where a Director attends for the express purpose of objecting to the transaction of any business because the meeting is not lawfully called or convened. Neither the business to be transacted at nor the purpose of any regular or special meeting of the Board of Directors need be specified in the notice or waiver of notice of such meeting. 4. QUORUM. A majority of the voting members of the Board of Directors shall constitute a quorum for the transaction of business at any meeting of the Board of Directors. 5. MANNER OF ACTING. The act of the majority of the Directors at a meeting at which a quorum is present shall be the act of the Board of Directors. In case of tie voting, the issue shall be deemed to have failed passage. There shall be no voting by proxy. However, subject to the attendance requirements outlined below, a Director may participate and vote in a meeting via remote communication including telephonically or via videoconferencing. Each Director shall have one vote. 6. ACTION WITHOUT A MEETING. Any action required or permitted to be taken by the Board of Directors or by a committee thereof at a meeting may be taken without meeting if consent in writing, setting forth the action taken, shall be signed by all of the Directors, or by all of the members of the committee, as applicable. Such consent shall have the same effect as a unanimous vote. 7. ATTENDANCE. If a member of the Board of Directors misses more than 33% of the regularly scheduled meetings in a calendar year or three (3) consecutive meetings, he or she shall be removed from the Board of Directors unless the excessive absences are due to extreme circumstances. ARTICLE VII CONTRACTS, LOANS, CHECKS, AND DEPOSITS 1. CONTRACTS. The Board of Directors may authorize any officer or agent to enter into any contract or execute and deliver any instrument in the name of and on behalf of the Authority, and such authority may be general or confined to specific instances. 5 DRAFT # 6 -12/3/20 2. LOANS. No loans or other indebtedness shall be contracted on behalf of the Authority or issued in its name unless authorized by a resolution of the Board of Directors. Such authority may be general or confined to specific instances. 3. CHECKS, DRAFTS, ETC. All checks, drafts, or other orders for the payment of money, notes, or other evidences of indebtedness issued in the name of the Authority shall be signed or otherwise issued by such officer or agent of the Authority and in such manner as shall from time to time be determined by resolution of the Board of Directors. 4. DEPOSITS. All funds of the Authority not otherwise employed shall be deposited from time to time to the credit of the Authority and in such banks, trust companies, or other depositories as the Directors may select. ARTICLE VIII MANAGEMENT AND ADMINISTRATIVE SUPPORT 1. GPED. The Greater Paducah Economic Development Council (GPED), or its successor, shall provide administrative support, guidance, and management to the Authority. The Authority shall work in conjunction with GPED in the marketing and disposition of the Authority’s real property and other assets for the purpose of promoting economic development. 2. LEGAL COUNSEL. The Authority shall appoint legal counsel who shall serve at the pleasure of the Board of Directors. ARTICLE IX FISCAL YEAR The fiscal year of the Authority shall begin on the 1st day of July and end on the 30th day of June each year. ARTICLE X REVISIONS 1. REVISIONS TO BYLAWS. Any of these Bylaws may be amended or altered by two-thirds vote of the Board of Directors at any regular or special called meeting. Any proposed amendments or alterations shall be submitted to the Board in writing, at least ten (10) days in advance in the meeting at which they are to be acted upon. 2. REVISIONS TO ARTICLES. The Articles of Incorporation may be amended or altered by two-thirds vote of the Board of Directors at any regular or special called meeting. Any proposed amendments or alterations shall be submitted to the Board in writing, at least ten (10) days in advance in the meeting at which they are to be acted upon. ARTICLE X I DISSOLUTION 6 DRAFT # 6 -12/3/20 The Authority may be dissolved only upon agreement of the City of Paducah, McCracken County, and the Authority in accordance with KRS 154.50-330. ARTICLE XII WAIVER OF NOTICE Whenever any notice is required to be given to any Director of the Authority under the provisions of these Bylaws, the Articles of Incorporation, or law, a waiver thereof in writing signed by the person or persons entitled to such notice, whether before or after the time stated therein, shall be deemed equivalent to the giving of such notice. ARTICLE XIII INDEMNIFICATION A Director of the Authority shall not be personally liable for the acts or debts of the Authority. The Authority shall indemnify any Director made a party to any proceeding, provided a determination is made that such Director (1) acted in good faith and (2) honestly believed his or her conduct was in the best interests of the Authority, or in any other case, his or her conduct was at least not opposed to the best interest of the Authority.co The foregoing Bylaws were adopted by the Board on the ____day of ________________. __________________________________________ Chair __________________________________________ Vice Chair Attest: ___________________________________ Secretary Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Amend Chapter 2 of the Paducah Code of Ordinances related to the Industrial Development Authority - J ARNDT Category: Ordinance Staff Work By: James Arndt, Lindsay Parish Presentation By: James Arndt Background Information: The City of Paducah, McCracken County, the Paducah-McCracken County Industrial Development Authority (IDA), and Greater Paducah Economic Development Council (GPED) desire to reposition the IDA and its role with regard to property ownership, maintenance, development, marketing, and management within the City and the County. Said repositioning includes certain changes to the composition, qualification, and terms of the Industrial Development Authority as described in the Interlocal Cooperation Agreement as established by the City of Paducah, McCracken County, Paducah/McCracken County Industrial Development Authority, and Greater Paducah Economic Development Council. These changes need to be reflected in the sections of the Paducah Code of Ordinances that governs the establishment of the IDA. This ordinance amends those sections related to the IDA to change the number of members from six (6) to seven (7); remove the restriction that members cannot hold any official office in the City or County; and bring the terms of members in line with the Interlocal Cooperation Agreement. Does this Agenda Action Item align with a Strategic Plan Action Step? No If yes, please list the Action Step Item Codes(s): Funds Available:Account Name: Account Number: Staff Recommendation: Approval. Attachments: 1.ORD 2-562 IDA Composition ORDINANCE NO. 2020-______ -________ AN ORDINANCE AMENDING CHAPTER 2 OF THE CODE OF ORDINANCES OF THE CITY OF PADUCAH WHEREAS, the City of Paducah (the “City”), McCracken County, (the “County”), the Paducah-McCracken County Industrial Development Authority (the “IDA”) and Greater Paducah Economic Development Council (“GPED”), together the “Parties,” desire to effect the repositioning of the IDA and its role with regard to property ownership, maintenance, development, marketing, and management within the City and the County; and WHEREAS, said repositioning includes certain changes to the composition, qualification, and terms of the Industrial Development Authority; and WHEREAS, the City desires to amend certain sections of the Paducah Code of Ordinances to reflect such repositioning. BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah, Kentucky hereby amends Chapter 2 of the Paducah Code of Ordinances by amending the following sections: Sec. 2-562. - Composition. The Industrial Development Authority shall be composed of [six (6)] seven (7) members. Said members shall be appointed in the manner described by the Interlocal Cooperation Agreement as established by the City of Paducah, McCracken County, Paducah/McCracken County Industrial Development Authority, and Greater Paducah Economic Development Council, pursuant to KRS 154.50-326. Sec. 2-563. - Qualifications of members. [;City and County officials not eligible for membership.] All members appointed to the Industrial Development Authority shall reside within the County and each shall have knowledge or experience in matters relating to industry or economic development. [No member of the Industrial Development Authority shall hold any official office with the City or County.] Sec. 2-564. - Terms of members. [See KRS 154.50-526.] The terms of members shall be in conformity with the Interlocal Cooperation Agreement as established by the City of Paducah, McCracken County, Paducah/McCracken County Industrial Development Authority, and Greater Paducah Economic Development Council. SECTION 2. Severability. If any section, paragraph or provision of this Ordinance shall be held to be invalid or unenforceable for any reason, the invalidity or unenforceability of such section, paragraph or provision shall not affect any of the remaining provisions of this Ordinance. SECTION 3. Compliance With Open Meetings Laws. The City Commission hereby finds and determines that all formal actions relative to the adoption of this Ordinance were taken in an open meeting of this City Commission, and that all deliberations of this City Commission and of its committees, if any, which resulted in formal action, were in meetings open to the public, in full compliance with applicable legal requirements. SECTION 4. Conflicts. All ordinances, resolutions, orders or parts thereof in conflict with the provisions of this Ordinance are, to the extent of such conflict, hereby repealed and the provisions of this Ordinance shall prevail and be given effect. SECTION 5. Effective Date. This Ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Introduced by the Board of Commissioners, _________________ Adopted by the Board of Commissioners, ______________________ Recorded by the City Clerk, __________________________ Published by The Paducah Sun, _________________________ ord\2-562 IDA Composition December 8, 2020 At a Regular Meeting of the Board of Commissioners, held on Tuesday, December 8, 2020, at 5:30 p.m., Mayor Brandi Harless presided, and upon call of the roll by the City Clerk, the following answered to their names: Commissioners Abraham, McElroy, Wilson and Mayor Harless (4). Due to technical difficulties, Commissioner Watkins was unavailable at roll call time, but was able to join the meeting at a later time. In order to keep the Commission and public safe in the midst of the COVID-19 outbreak and in accordance with Kentucky Executive Order 2020-243 and SB 150, all members of the Board of Commissioners participated using video and/or audio teleconferencing. The public was invited to view the meeting on the government access channel Government 11 (Comcast channel 11). The meeting was also streamed on the City’s You Tube channel for the public’s convenience. Further, members of the public were invited to participate in the meeting to make public comments by joining the virtual teleconference. INVOCATION: Commissioner McElroy led the Invocation. PLEDGE OF ALLEGIANCE Commissioner Abraham led the pledge. PRESENTATION Communications Manager Pam Spencer, offered the following summary of the presentation: “BUILD Grant Riverboat Landing Area Concept and Environmental Assessment Presentation City Engineer Rick Murphy presented to the Paducah Board of Commissioner the concept drawings for the riverboat landing area which is part of the BUILD grant project. This project will be funded by the $10.4 million Better Utilizing Investments to Leverage Development (BUILD) Grant that the City was notified in 2019 that it will be receiving from the U.S. Department of Transportation. The Environmental Assessment process is underway with the final submittal of the document possible in April or May 2021. To provide your thoughts about the concepts and the riverfront improvements, comment through the form located in the middle of the webpage at http://paducahky.gov/build-grant-2019 or by email buildgrant@paducahky.gov. The concepts are located on the webpage.” CONSENT AGENDA Mayor Harless asked if the Board wanted any items on the Consent Agenda removed for separate consideration. Mayor Harless asked for Item I(H) to be removed for further discussion. Mayor Harless asked the City Clerk to read the remaining items on the Consent Agenda. I(A) Approve Minutes for the November 24, 2020 Paducah Board of Commissioners Meeting I(B) Receive and File Documents: December 8, 2020 Minute File: 1. Notice of Meeting of the Board of Commissioners of the City of Paducah, Kentucky for meeting dated November 24, 2020 Contract File: 1. Scope of Work & Proposed Engineering Fee – S. 25th and S. 24th Streets Improvement Projects Bacon, Farmer, Workman (BFW) - ORD 2020-11-8661 2. Amendment #3 to Agreement for the Professional Engineering Flood Pump Stations #2 & #9 – HDR – ORD 2020-11-8662 3. Invoice For Consultant Services – TIF – Paducah Downtown Riverfront Redevelopment Project – KEDFA - $25,000 – MO #2408 Proposals: 1. RFQ from Bacon, Farmer, Workman for the South 24th and 25th Street Projects I(C) Appointment of Maurie McGarvey to the Board of Ethics, to replace David Barnett, who resigned. This term shall expire February 10, 2023. I(D) Personnel Actions I(E) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE AN INTERLOCAL AGREEMENT FOR FIRE AND RESCUE SERVICES BETWEEN THE CITY OF PADUCAH, KENTUCKY, McCRACKEN COUNTY, KENTUCKY, AND THE PADUCAH-McCRACKEN COUNTY OFFICE OF EMERGENCY MANAGEMENT TO PROVIDE SERVICES RELATED TO FIRE AND RESCUE SERVICES TO RESPOND TO WATER EMERGENCIES (MO #2412; BK 11) I(F) A MUNICIPAL ORDER AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF PADUCAH AND KOA HILLS CONSULTING FOR COMPLEX DATA CONVERSION, SYSTEMS INTEGRATION, TESTING AND CONFIGURATION RELATED TO THE TYLER TECHNOLOGIES MUNIS IMPLEMENTATION IN AN AMOUNT OF $95,200, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT (MO #2413; BK 11) I(G) A MUNICIPAL ORDER AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF PADUCAH AND RETAIL STRATEGIES, LLC, FOR RETAIL ECONOMIC DEVELOPMENT RECRUITMENT SERVICES, DATA AND TRAINING IN AN AMOUNT OF $40,000 PER YEAR FOR THREE (3) YEARS AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT (MO #2414; BK 11) I(H) A MUNICIPAL ORDER AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF PADUCAH AND THE PADUCAH CONVENTION & VISITORS BUREAU REGARDING LOU HAMMOND GROUP FOR MARKETING CAMPAIGN SERVICES, IN AN AMOUNT OF $27,000, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT “(Removed from Consent Agenda for separate consideration) December 8, 2020 I(I) A MUNICIPAL ORDER ADOPTING THE PADUCAH-MCCRACKEN COUNTY EMERGENCY OPERATIONS PLAN AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATED TO SAME (MO #2415; BK 11) Mayor Harless offered motion, seconded by Commissioner Wilson, that the consent agenda be adopted as presented. Adopted on call of the roll, yeas, Commissioners Abraham, McElroy, Wilson and Mayor Harless (4). Commissioner Watkins was unable to vote due to technical difficulties MUNICIPAL ORDER AGREEMENT BETWEEN THE CITY OF PADUCAH AND THE PADUCAH CONVENTION AND VISITORS BUREAU REGARDING LOU HAMMOND GROUP Mayor Harless offered motion, seconded by Commissioner McElroy, to adopt a Municipal Order entitled, “A MUNICIPAL ORDER AUTHORIZING AND APPROVING AN AGREEMENT BETWEEN THE CITY OF PADUCAH AND THE PADUCAH CONVENTION & VISITORS BUREAU REGARDING LOU HAMMOND GROUP FOR MARKETING CAMPAIGN SERVICES, IN AN AMOUNT OF $27,000, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT” Adopted on call of the roll, yeas, Commissioners Abraham, McElroy, Watkins, Wilson and Mayor Harless (5). (MO #2416; BK 11) RESOLUTION Mayor Harless offered Motion, seconded by Commissioner Abraham, that the Board of Commissioners adopt a Resolution in Memory of Former Commissioner Robert Coleman. A Resolution in Memory of Mr. Robert Coleman WHEREAS, Robert Coleman served as a Commissioner on the Paducah Board of Commissioners from 1974-1975, then again from 1978-1991, and again from 1994-2008.; and WHEREAS, Mr. Coleman was Paducah’s longest serving elected official, having served a total of 31 years as City Commissioner; and WHEREAS, Mr. Coleman brought a passion for equality and job accessibility to his role as City Commissioner and will be remembered as a true example of leadership by both the African American community and the City of Paducah as a whole; and WHEREAS, the many contributions Mr. Coleman made to the City of Paducah will live on as his legacy and his accomplishments will continue to influence this community for years to come. December 8, 2020 NOW THEREFORE, be it resolved that the Board of Commissioners of the City of Paducah, Kentucky, on behalf of its citizens, offer their condolences to the family of Robert Coleman and express their gratitude for his commitment and leadership in our community. Adopted on call of the roll, yeas, Commissioners Abraham, McElroy, Watkins, Wilson and Mayor Harless (5). ORDINANCE ADOPTIONS CLOSURE OF TWO ALLEYS EXTENDING WEST OF NORTHVIEW STREET ONTO THE PADUCAH-McCRACKEN COUNTY JOINT SEWER AGENCY PROPERTY LOCATED AT 621 NORTHVIEW STREET Mayor Harless offered Motion, seconded by Commissioner McElroy, that the Board of Commissioners adopt an Ordinance entitled, “AN ORDINANCE PROVIDING FOR THE CLOSING OF TWO ALLEYS EXTENDING WEST OF NORTHVIEW STREET ONTO THE PADUCAH-MCCRACKEN COUNTY JOINT SEWER AGENCY PROPERTY LOCATED AT 621 NORTHVIEW STREET, AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATING TO SAME.” This ordinance is summarized as follows: The City of Paducah does hereby authorize the closing of two alleys extending west of Northview Street onto the Paducah-McCracken County Joint Sewer Agency Property located at 621 Northview Street, and authorizes, empowers and directs the Mayor to execute a quitclaim deed from the City to the property owner in or abutting the public ways to be closed. Adopted on call of the roll, yeas, Commissioners Abraham, McElroy, Watkins, Wilson and Mayor Harless (5) (ORD 2020-12-8663; BK 36) ORDINANCE INTRODUCTION SPROCKET $900,000 FORGIVABLE LOAN Mayor Harless offered Motion, seconded by Commissioner McElroy, that the Board of Commissioners introduce an Ordinance entitled, “AN ORDINANCE AMENDING ORDINANCE NO. 2020-6-8641; AUTHORIZING CITY OF PADUCAH TO EXECUTE A FORGIVABLE LOAN AGREEMENT WITH SPROCKET, INC., IN AN AMOUNT UP TO $900,000 TO PARTIALLY FUND THE CONSTRUCTION COST OF A RENOVATED FACILITY THAT WILL BE USED FOR THE CREATION OF NEW START-UP BUSINESSES AND JOB OPPORTUNITIES WITHIN THE CITY OF PADUCAH, AND TO EXECUTE THE OTHER AGREEMENTS AND DOCUMENTS THAT ARE A PART THEREOF..” This Ordinance is summarized as follows: This ordinance authorizes the execution of a Forgivable Loan Agreement with Sprocket, Inc., in an amount up to $900,000.00 for a portion of the construction cost, systems and improvements of facilities at the Sprocket location together with the Loan Guaranty Agreement and other agreements, instruments or certifications which may be necessary to accomplish said forgivable loan. Further, this ordinance authorizes the annual budget for the fiscal year beginning July 1, 2020, and ending June 30, 2021, as adopted by Ordinance No. 2020-6-8641, be amended to transfer $900,000 from Debt Service Undesignated Fund Balance (3000) to the General Fund Note Receivable Account 1000-101055. December 8, 2020 APPROVE AN INTERLOCAL COOPERATION AGREEMENT WITH McCRACKEN COUNTY, GPED, AND THE IDA AND A LOAN FORGIVENESS NOTE FOR GPED RELATED TO THE OHIO RIVER TRIPLE RAIL MEGASITE Mayor Harless offered Motion, seconded by Commissioner Wilson, that the Board of Commissioners introduce an Ordinance entitled, ““AN ORDINANCE OF THE CITY OF PADUCAH, KENTUCKY, APPROVING AND AUTHORIZING THE EXECUTION OF AN INTERLOCAL COOPERATIVE AGREEMENT AMONG THE CITY OF PADUCAH, KENTUCKY, THE COUNTY OF MCCRACKEN, KENTUCKY, THE PADUCAH-MCCRACKEN COUNTY INDUSTRIAL DEVELOPMENT AUTHORITY, AND GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL AND AUTHORIZING THE EXECUTION OF A FORGIVENESS OF DEBT AGREEMENT BETWEEN THE CITY OF PADUCAH, KENTUCKY, AND GREATER PADUCAH ECONOMIC DEVELOPMENT COUNCIL PURSUANT TO THE TERMS OF SAID INTERLOCAL AGREEMENT.” This ordinance authorizes the execution of an Interlocal Cooperative Agreement, to make the Paducah-McCracken County Industrial Development Authority (IDA) the owner of certain publicly owned development sites within Paducah and McCracken County, including the Ohio River Triple Rail Megasite (formerly known as “Riverport West”), which is currently owned by the Greater Paducah Economic Development Council and to effect a repositioning the Paducah/McCracken County Industrial Development Authority and its role with regard to property ownership, maintenance, development, marketing, and management. Further, this ordinance authorizes a Forgiveness of Debt Agreement with the Greater Paducah Economic Development in a total amount of $911,375.00 related to the Ohio River Triple Rail Megasite. AMEND CHAPTER 2 OF THE PADUCAH CODE OF ORDINANCES RELATED TO THE INDUSTRIAL DEVELOPMENT AUTHORITY (IDA) Mayor Harless offered Motion, seconded by Commissioner McElroy, that the Board of Commissioners introduce an Ordinance entitled, ““AN ORDINANCE AMENDING CHAPTER 2 OF THE CODE OF ORDINANCES OF THE CITY OF PADUCAH.” This Ordinance is summarized as follows: This ordinance amends Paducah Code of Ordinances Sections 2-562 through 2-564 to change the composition of the Paducah Industrial Development Authority from six (6) to seven (7) members and allow for the appointment of members in the manner described by the Interlocal Cooperation Agreement as established by the City of Paducah, McCracken County, the Paducah Industrial Development Authority and the Greater Paducah Economic Development Council. Further, this ordinance removes the restriction that members cannot hold any official office in the City or County and brings the terms of members in line with said Interlocal Cooperation Agreement. COMMENTS BY ASSISTANT CITY MANAGER  He is pleased to report that over 1,000 vehicles participated in the reverse parade this weekend in Noble Park. That far exceeded the expectations of participation. (Commissioner Wilson commented that it was a great response from the community) COMMENTS FROM THE PUBLIC  Mayor Elect George Bray commented on the forgivable loan to Sprocket. He is concerned about spending the money now. Paducah faces several issues, including stormwater December 8, 2020 infrastructure, a new 911 system, participation in funding of the new airport terminal and the Outdoor sports park. EXECUTIVE SESSION Mayor Harless offered motion, seconded by Commissioner Wilson, that the Board of Commissioners go into closed session for discussion of matters pertaining to the following topic:  Future sale or acquisition of a specific parcel(s) of real estate, as permitted by KRS 61.810(1)(b) Adopted on call of the roll yeas, Commissioners Abraham, McElroy, Watkins, Wilson and Mayor Harless (5). RECONVENE IN OPEN SESSION Mayor Harless offered motion, seconded by Commissioner McElroy, that the Paducah Board of Commissioners reconvene in open session. Adopted on call of the roll yeas, Commissioners Abraham, McElroy, Watkins, Wilson and Mayor Harless (5). ADJOURN Mayor Harless offered motion, seconded by Commissioner Abraham, to adjourn the meeting. All in favor. Meeting ended at approximately 7:33 p.m. ADOPTED: December 15, 2020. _____________________________ Brandi Harless, Mayor ATTEST: ________________________________ Lindsay Parish, City Clerk December 15, 2020 Minute File: 1. Notice of Meeting of the Board of Commissioners of the City of Paducah, Kentucky for meeting dated December 8, 2020 Contract File: 1. Contract For Services – FY 2021 – W. W. Young Community Center - $1,100 – signed by City Manager Financials 1. Paducah Water Works – October, 2020 – Financial Highlights CITY OF PADUCAH December 15, 2020 Upon the recommendation of the City Manager's Office, the Board of Commissioners of the City of Paducah order that the personnel changes on the attached list be approved. Michelle Smolen City Manager's Office Signature 12/10/2020 Date CITY OF PADUCAH PERSONNEL ACTIONS PAYROLL ADJUSTMENTS/TRANSFERS/PROMOTIONS/TEMPORARY ASSIGNMENTS PREVIOUS POSITION CURRENT POSITION FINANCE AND BASE RATE OF PAY AND BASE RATE OF PAY NCS/CS FLSA EFFECTIVE DATE Cole, Corie K Accountant - A/P Accountant - A/P NCS Ex December 17, 2020 $20.98/hr $21.50/hr Gray, Kristi Accountant Accountant NCS Ex December 17, 2020 $26.99/hr $27.80/hr HUMAN RESOURCES / RISK MGMT Suazo, Stefanie E Director of Human Resources Director of Human Resources NCS Ex December 31, 2020 $43.75/hr $45.00/hr PARKS & RECREATION POSITION REASON EFFECTIVE DATE Byas, Jaylon ROW - Parks Maintenance Voluntary Resignation January 3, 2020 Styers, James B.Laborer - Parks Maintenance Voluntary Resignation January 3, 2020 December 15, 2020 TERMINATIONS - FULL-TIME (F/T) Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Approve the Early Construction Completion Bonus for Peck Education Trail - M THOMPSON Category: Municipal Order Staff Work By: Mark Thompson Presentation By: Mark Thompson Background Information: The Peck Education Trail as funded 100% by the Community Foundation of West Kentucky by the estate of J. Lane Peck is almost complete. The contract and bid documents totaling $242,690 with Youngblood Excavation Contractors (YEC) was approve by Commission on September 8, 2020 through Municipal Order 2378. Not included in the approved in the $242,690 was an early substantial completion clause in the bid documents of $100 per day for up to fourteen (14) days. It appears that YEC will meet all early completion deadlines to earn the substantial completion bonus of up to $1400. This request is to authorize this bonus increasing the contract with YEC and expenditure from the Community Foundation to $244,090. Does this Agenda Action Item align with a Strategic Plan Action Step? Yes If yes, please list the Action Step Item Codes(s): N1 Funds Available:Account Name: Noble Park Peck Addition Account Number: PA0108 Staff Recommendation: Approval Attachments: 1.MO - bonus payment – YEC – Peck Addition 12-2020 2.18422 Substantial-Incentive Recommendation_120220 3.18422_SubstantialWalk-thru_120120 MUNICIPAL ORDER NO. ___________ A MUNICIPAL ORDER AUTHORIZING AN ADDITIONAL PAYMENT TO YOUNGBLOOD EXCAVATION CONTRACTORS IN THE AMOUNT OF $1,400 FOR MEETING ALL EARLY COMPLETION DEADLINES RELATED TO CONSTRUCTION OF THE PECK EDUCATION TRAIL WHEREAS, the City of Paducah approved Municipal Order No. 2378 on September 8, 2020, authorizing payment to Youngblood Excavation Contractors in the amount of $242,690 for the Peck Education Trail Project; and WHEREAS, contained in the contract was an early substantial completion clause in the amount of $100 per day for up to fourteen (14) days; and WHEREAS, Youngblood Excavation Contractors has met all early completion deadlines to earn the substantial completion bonus of up to $1,400. NOW THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah hereby authorizes a bonus payment to Youngblood Excavation Contractors in an amount up to $1,400 for meeting early completion deadlines associated with the Peck Education Trail Project. This increases the total contract with Youngblood Excavation Contractors to $244,090. SECTION 2. This order shall be in full force and effect from and after the date of its adoption. ____________________________________ Brandi Harless, Mayor ATTEST: _______________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, December 15, 2020 Recorded by Lindsay Parish, City Clerk, December 15, 2020 \mo\ bonus payment – YEC – Peck Addition 12-2020 December 2, 2020 Mark Thompson, Director Department of Parks & Recreation, City of Paducah 300 S 5th Street Paducah, Kentucky 42003 RE: Peck Educational Trail – Substantial Completion Incentive Recommendation Dear Mr. Thompson: Upon review of the Peck Educational Trail project site on December 1, 2020, it is my opinion that the Contractor, Youngblood Excavating & Contracting, LLC, has reached a level of construction progress sufficient to be deemed “Substantially Complete” per the Project Bid-Documents. In addition, it is also my opinion that the Contractor has met the condition in the Bid-Documents (Agreement for Project, Art. 2 paragraph 3) where he shall be provided “up to $100/day compensation payment for a maximum of (not to exceed) 14 consecutive calendar days (above the Original Bid Agreement Amount)” for obtaining early approval of Substantial Completion by the Owner. The Contractor obtained Substantial Completion on December 1, 27 days prior to the required date. According to the Bid-Documents the Contractor shall be entitled to an additional $1,400.00 (one- thousand four-hundred dollars and zero cents) to his agreed upon construction contract amount of $242,690.00, dated September 15, 2020. Please consider this letter my recommendation as Project Landscape Architect. Respectfully, Bacon | Farmer | Workman Engineering & Testing, Inc. Jonathan E. Perkins, PLA, ASLA, LEED AP Project Landscape Architect Cc: BFW File Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Purchase of One (1) Pumper Truck for use by the Fire Department in an amount of $515,360 - S KYLE Category: Municipal Order Staff Work By: Randy Crouch, Debbie Collins Presentation By: Steve Kyle Background Information: On October 22, 2020 sealed bids were received and opened for One (1) Pumper Truck to be used by the Paducah Fire Department. One bid was received from Finley Fire. The bid contained a proposed purchase price of $593,461.00 which exceeds available funds per ordinance. The City Manager rejected the bid and requested negotiation with the vendor in order to acquire the equipment needed with the available funds. The outcome of this negotiation resulted in the equipment meeting specifications at a price of $534,160.00 with a prepayment deduction sum of $18,800.00. This will make the final price of the equipment $515,360.00 which is below available funds. Does this Agenda Action Item align with a Strategic Plan Action Step? No If yes, please list the Action Step Item Codes(s): Funds Available:Account Name: Rolling Stock/Vehicle Fleet Lease Trust Fund Account Number: 71000210-540050 Staff Recommendation: For a Municipal Order allowing the Mayor to sign an agreement with Finley Fire Equipment for the purchase of One (1) Pumper Truck to be used by the Paducah Fire Department for a negotiated price of $534,160.00 with a prepayment deduction sum of $18,800.00. For a final price of the equipment $515,360.00. Attachments: 1.MO - purchase- 1 pumper truck Fire Department 2020 2.Agreement 3.Finley_original bid document 4.PADUCAH SABER PROPOSAL_negotiated spec 5.Prepayment Letter_negotiated pricing 6.Paducah sun Ad_ran 9-16-2020 7.Bid Tab - Pumper Truck Finley Fire MUNICIPAL ORDER NO. ____________ A MUNICIPAL ORDER ACCEPTING THE BID OF FINLEY FIRE EQUIPMENT, INC., FOR SALE TO THE CITY OF ONE (1) PUMPER TRUCK IN THE AMOUNT OF $515,360, FOR USE BY THE PADUCAH FIRE DEPARTMENT, AND AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT FOR SAME WHEREAS, pursuant to Sec. 2-645 of the Code of Ordinances of the City of Paducah, Kentucky, one sealed bid was received from Finley Fire Equipment, Inc., on October 22, 2020, for the purchase of one (1) Pumper Truck for the Paducah Fire Department; and WHEREAS, pursuant to 2-650(e), 2-651 and 2-654 of the Code of Ordinances of the City of Paducah, Kentucky, a written determination has been made by the City Manager that the bid received was in excess of the available funding and that it was in the best interest of the City to go into competitive negotiations with Finley Fire Equipment for the purchase of the Pumper Truck; and WHEREAS, the outcome of this negotiation resulted in the equipment meeting specifications at a price of $534,160 with a prepayment deduction sum of $18,800. This will make the final price of the equipment $515,360, which is below available funds. BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the Mayor is hereby authorized to execute an agreement with Finley Fire Equipment, Inc. in an amount of $515,360 for the purchase of one (1) pumper truck, according to the specifications, bid proposal and all contract documents heretofore approved and incorporated in the bid. SECTION 2. This purchase shall be charged to Rolling Stock/Vehicles Fleet Lease Trust Fund account, account number 71000210-540050. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. ______________________________ Brandi Harless, Mayor ATTEST: ________________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, December 15, 2020 Recorded by Lindsay Parish, City Clerk, December 15, 2020 \mo\purchase- 1 pumper truck Fire Department 00500 AGREEMENT Page 1 of 1 CITY OF PADUCAH, KENTUCKY PUBLIC WORKS DEPARTMENT AGREEMENT FOR ONE (1) PUMPER TRUCK FOR USE BY THE FIRE DEPARTMENT THIS AGREEMENT, made this day of , 2020 by and between the CITY OF PADUCAH, hereinafter called the OWNER, and Finley Fire Equipment, hereinafter called the VENDOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK The Vendor shall provide One (1) Pumper Truck for use by the City Fire Department in in full compliance with the Specifications as contained in the Bid Proposal Dated October 22, 2020. The Pumper Truck supplied shall be in accordance with this Agreement, the Specifications and any Addendum(s) issued. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Vendor hereby agrees to commence work under this and to fully complete the delivery of the Aerial Platform Truck by November 2021. ARTICLE 3. THE CONTRACT SUM The Owner shall pay the Vendor for the performance of the Contract, subject to additions and deductions provided therein: Five Hundred Fifteen Thousand, Three Hundred Sixty Dollars and Zero cents ($515,360.00) as quoted in the aforementioned Negotiated Letter by the Vendor, which shall constitute full compensation for the work and services authorized herein. ARTICLE 4. PAYMENTS Payment will be made in full within 15 days of signed agreement in accordance with the negotiated items. ARTICLE 5. THE CONTRACT DOCUMENTS The Specifications and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. VENDOR CITY OF PADUCAH, KENTUCKY BY ____________________________ BY ____________________________ Brandi Harless, Mayor ADDRESS: ADDRESS: ______________________________ Post Office Box 2267 ______________________________ Paducah, Kentucky 42002-2267 SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 SECTION 7 SECTION 8 1 of 98 CONTENTS GENERAL DESIGN AND CONSTRUCTION.................................................................................... 13 QUALITY AND WORKMANSHIP ..................................................................................................... 13 DELIVERY ....................................................................................................................................... 14 MANUAL AND SERVICE INFORMATION ....................................................................................... 14 SAFETY VIDEO ............................................................................................................................... 14 PERFORMANCE TESTS ................................................................................................................. 14 SERVICE AND WARRANTY SUPPORT .......................................................................................... 14 LIABILITY ......................................................................................................................................... 15 INSURANCE PROVIDED BY BIDDER............................................................................................. 15 COMMERCIAL GENERAL LIABILITY INSURANCE ........................................................................ 15 COMMERCIAL AUTOMOBILE LIABILITY INSURANCE .................................................................. 16 UMBRELLA/EXCESS LIABILITY INSURANCE ................................................................................ 16 INSURANCE PROVIDED BY MANUFACTURER ............................................................................ 16 PRODUCT LIABILITY INSURANCE ................................................................................................ 16 UMBRELLA/EXCESS LIABILITY INSURANCE ................................................................................ 17 SINGLE SOURCE MANUFACTURER ............................................................................................. 17 NFPA 2016 STANDARDS ................................................................................................................ 17 NFPA COMPLIANCY ....................................................................................................................... 18 PUMP TEST .................................................................................................................................... 18 GENERATOR TEST ........................................................................................................................ 18 INSPECTION TRIP(S) ..................................................................................................................... 18 BID BOND ........................................................................................................................................ 18 PERFORMANCE BOND .................................................................................................................. 19 APPROVAL DRAWING .................................................................................................................... 19 ELECTRICAL WIRING DIAGRAMS ................................................................................................. 19 SABER FR CHASSIS ....................................................................................................................... 19 WHEELBASE ................................................................................................................................... 19 GVW RATING .................................................................................................................................. 19 FRAME ............................................................................................................................................ 19 FRAME REINFORCEMENT ............................................................................................................. 20 FRONT AXLE................................................................................................................................... 20 2 of 98 FRONT SUSPENSION .................................................................................................................... 20 SHOCK ABSORBERS ..................................................................................................................... 20 FRONT OIL SEALS.......................................................................................................................... 20 FRONT TIRES ................................................................................................................................. 20 REAR AXLE ..................................................................................................................................... 20 TOP SPEED OF VEHICLE ............................................................................................................... 20 REAR SUSPENSION ....................................................................................................................... 20 REAR OIL SEALS ............................................................................................................................ 21 REAR TIRES.................................................................................................................................... 21 TIRE BALANCE ............................................................................................................................... 21 TIRE PRESSURE MANAGEMENT .................................................................................................. 21 FRONT HUB COVERS .................................................................................................................... 21 REAR HUB COVERS ....................................................................................................................... 21 CHROME LUG NUT COVERS ......................................................................................................... 21 MUD FLAPS .................................................................................................................................... 21 WHEEL CHOCKS ............................................................................................................................ 22 Wheel Chock Brackets.................................................................................................................. 22 ANTI-LOCK BRAKE SYSTEM ......................................................................................................... 22 BRAKES .......................................................................................................................................... 22 BRAKE SYSTEM AIR COMPRESSOR ............................................................................................ 22 BRAKE SYSTEM ............................................................................................................................. 22 BRAKE SYSTEM AIR DRYER ......................................................................................................... 23 BRAKE LINES .................................................................................................................................. 23 AIR INLET ........................................................................................................................................ 23 ADDITIONAL AIR TANK FOR AIR HORN ........................................................................................ 23 ENGINE ........................................................................................................................................... 23 HIGH IDLE ....................................................................................................................................... 24 ENGINE BRAKE .............................................................................................................................. 24 CLUTCH FAN .................................................................................................................................. 24 ENGINE AIR INTAKE ....................................................................................................................... 24 EXHAUST SYSTEM ......................................................................................................................... 25 RADIATOR ...................................................................................................................................... 25 COOLANT LINES ............................................................................................................................ 26 3 of 98 FUEL TANK ..................................................................................................................................... 26 DIESEL EXHAUST FLUID TANK ..................................................................................................... 26 TRANSMISSION .............................................................................................................................. 26 TRANSMISSION SHIFTER .............................................................................................................. 27 TRANSMISSION COOLER .............................................................................................................. 27 DRIVELINE ...................................................................................................................................... 27 STEERING ....................................................................................................................................... 27 STEERING WHEEL ......................................................................................................................... 27 LOGO AND CUSTOMER DESIGNATION ON DASH ....................................................................... 27 BUMPER .......................................................................................................................................... 28 Gravel Pan.................................................................................................................................... 28 CENTER HOSE TRAY ..................................................................................................................... 28 Center Hose Tray Cover ............................................................................................................... 28 LIFT AND TOW MOUNTS ................................................................................................................ 28 TOW HOOKS ................................................................................................................................... 28 LED LIGHTS .................................................................................................................................... 28 CAB ................................................................................................................................................. 29 CAB ROOF DRIP RAIL .................................................................................................................... 30 INTERIOR CAB INSULATION ......................................................................................................... 30 FENDER LINERS ............................................................................................................................ 30 PANORAMIC WINDSHIELD ............................................................................................................ 30 WINDSHIELD WIPERS .................................................................................................................... 30 ENGINE TUNNEL ............................................................................................................................ 31 INTERIOR CREW CAB REAR WALL ADJUSTABLE SEATING (PATENT PENDING) .................... 31 CAB REAR WALL EXTERIOR COVERING ..................................................................................... 32 CAB LIFT ......................................................................................................................................... 32 Cab Lift Interlock ........................................................................................................................... 33 GRILLE ............................................................................................................................................ 33 DOOR JAMB SCUFFPLATES ......................................................................................................... 33 TRIM BAND ON CAB FACE ............................................................................................................ 33 SIDE OF CAB MOLDING ................................................................................................................. 33 MIRRORS ........................................................................................................................................ 33 DOORS ............................................................................................................................................ 33 4 of 98 Door Panels .................................................................................................................................. 34 ELECTRIC OPERATED CAB DOOR WINDOWS ............................................................................ 34 CAB STEPS ..................................................................................................................................... 35 CAB EXTERIOR HANDRAILS ......................................................................................................... 35 STEP LIGHTS .................................................................................................................................. 35 FENDER CROWNS ......................................................................................................................... 35 STORAGE COMPARTMENTS......................................................................................................... 35 Compartment Light ....................................................................................................................... 36 MOUNTING PLATE ON ENGINE TUNNEL ..................................................................................... 36 CAB INTERIOR ................................................................................................................................ 36 CAB INTERIOR UPHOLSTERY ....................................................................................................... 36 CAB INTERIOR PAINT .................................................................................................................... 36 CAB FLOOR .................................................................................................................................... 36 DEFROST/AIR CONDITIONING SYSTEM ...................................................................................... 37 Cab Defroster ............................................................................................................................... 37 Cab/Crew Auxiliary Heater ............................................................................................................ 37 Air Conditioning ............................................................................................................................ 37 Climate Control ............................................................................................................................. 38 Gravity Drain Tubes ...................................................................................................................... 38 SUN VISORS ................................................................................................................................... 38 GRAB HANDLES ............................................................................................................................. 39 ENGINE COMPARTMENT LIGHTS ................................................................................................. 39 ACCESS TO ENGINE DIPSTICKS .................................................................................................. 39 CAB SAFETY SYSTEM ................................................................................................................... 39 FRONTAL IMPACT PROTECTION .................................................................................................. 40 SIDE ROLL PROTECTION .............................................................................................................. 40 SEATING CAPACITY ....................................................................................................................... 40 DRIVER SEAT ................................................................................................................................. 41 OFFICER SEAT ............................................................................................................................... 41 REAR FACING LEFT SIDE CABINET.............................................................................................. 41 Cabinet Light ................................................................................................................................ 42 REAR FACING RIGHT SIDE CABINET ........................................................................................... 42 Cabinet Light ................................................................................................................................ 42 5 of 98 FORWARD FACING DRIVER SIDE OUTBOARD SEAT.................................................................. 42 FORWARD FACING CENTER CABINET ........................................................................................ 42 Cabinet Light ................................................................................................................................ 43 FORWARD FACING PASSENGER SIDE OUTBOARD SEAT ......................................................... 43 REAR FACING OVERHEAD STORAGE COMPARTMENT ............................................................. 43 Compartment Light ....................................................................................................................... 43 SEAT UPHOLSTERY ....................................................................................................................... 43 AIR BOTTLE HOLDERS .................................................................................................................. 44 SEAT BELTS ................................................................................................................................... 44 HELMET STORAGE PROVIDED BY FIRE DEPARTMENT ............................................................. 44 CAB DOME LIGHTS ........................................................................................................................ 44 CAB SPOTLIGHT ............................................................................................................................ 45 SPOTLIGHT CONTROLLER ........................................................................................................ 45 SPOTLIGHT CONTROLLER LOCATIONS ................................................................................... 45 PORTABLE HAND LIGHTS, PROVIDED BY FIRE DEPARTMENT ................................................. 45 CAB INSTRUMENTATION............................................................................................................... 45 Gauges ......................................................................................................................................... 45 Indicator Lamps ............................................................................................................................ 46 Alarms .......................................................................................................................................... 47 Indicator Lamp and Alarm Prove-Out ............................................................................................ 47 Control Switches ........................................................................................................................... 47 Custom Switch Panels .................................................................................................................. 48 Diagnostic Panel ........................................................................................................................... 49 AIR RESTRICTION INDICATOR ...................................................................................................... 49 OFFICER SPEEDOMETER ............................................................................................................. 50 "DO NOT MOVE APPARATUS" INDICATOR .................................................................................. 50 SWITCH PANELS ............................................................................................................................ 50 WIPER CONTROL ........................................................................................................................... 50 SPARE CIRCUIT ............................................................................................................................. 50 CUSTOMER SUPPLIED RADIO WIRING ........................................................................................ 50 INFORMATION CENTER................................................................................................................. 51 COLLISION MITIGATION ................................................................................................................ 51 VEHICLE DATA RECORDER .......................................................................................................... 51 6 of 98 Seat Belt Monitoring System ......................................................................................................... 52 RADIO ANTENNA MOUNT .............................................................................................................. 52 VEHICLE CAMERA SYSTEM .......................................................................................................... 52 ELECTRICAL POWER CONTROL SYSTEM ................................................................................... 53 VOLTAGE MONITOR SYSTEM ................................................................................................... 53 POWER AND GROUND STUDS .................................................................................................. 53 EMI/RFI PROTECTION ................................................................................................................ 53 ELECTRICAL ................................................................................................................................... 54 BATTERY SYSTEM ......................................................................................................................... 54 BATTERY SYSTEM ......................................................................................................................... 55 MASTER BATTERY SWITCH .......................................................................................................... 55 BATTERY COMPARTMENTS ......................................................................................................... 55 JUMPER STUDS ............................................................................................................................. 55 BATTERY CHARGER ...................................................................................................................... 55 AUTO EJECT FOR SHORELINE ..................................................................................................... 56 ALTERNATOR ................................................................................................................................. 56 ELECTRONIC LOAD MANAGEMENT ............................................................................................. 56 HEADLIGHTS .................................................................................................................................. 56 DIRECTIONAL LIGHTS ................................................................................................................... 57 INTERMEDIATE LIGHT ................................................................................................................... 57 CAB CLEARANCE/MARKER/ID LIGHTS ......................................................................................... 57 FRONT CAB SIDE DIRECTIONAL/MARKER LIGHTS ..................................................................... 57 REAR CLEARANCE/MARKER/ID LIGHTING .................................................................................. 57 REAR FMVSS LIGHTING ................................................................................................................ 58 LICENSE PLATE BRACKET ............................................................................................................ 58 LIGHTING BEZEL ............................................................................................................................ 58 BACK-UP ALARM ............................................................................................................................ 58 CAB PERIMETER SCENE LIGHTS ................................................................................................. 59 PUMP HOUSE PERIMETER LIGHTS .............................................................................................. 59 BODY PERIMETER SCENE LIGHTS .............................................................................................. 59 STEP LIGHTS .................................................................................................................................. 59 12 VOLT LIGHTING ......................................................................................................................... 59 12 VOLT LIGHTING ......................................................................................................................... 60 7 of 98 12 VOLT LIGHTING ......................................................................................................................... 60 DECK LIGHTS ................................................................................................................................. 60 HOSE BED LIGHTS ......................................................................................................................... 60 HOSE BED LIGHT ........................................................................................................................... 60 REAR SCENE LIGHT(S) .................................................................................................................. 61 WALKING SURFACE LIGHT ........................................................................................................... 61 WATER TANK .................................................................................................................................. 61 SLEEVE, PLUMBING, THROUGH TANK ........................................................................................ 62 WATER TANK RESTRAINT ............................................................................................................. 62 HOSE BED ...................................................................................................................................... 62 HOSE BED DIVIDER ....................................................................................................................... 63 HOSE BED HOSE RESTRAINT....................................................................................................... 63 RUNNING BOARDS ........................................................................................................................ 63 TAILBOARD ..................................................................................................................................... 63 REAR WALL, SMOOTH ALUMINUM/BODY MATERIAL ................................................................. 63 TOW BAR ........................................................................................................................................ 63 RUNNING BOARD HOSE RESTRAINT ........................................................................................... 64 HOSE TRAY .................................................................................................................................... 64 COMPARTMENTATION .................................................................................................................. 64 UNDERBODY SUPPORT SYSTEM ................................................................................................. 64 AGGRESSIVE WALKING SURFACE .............................................................................................. 65 LOUVERS ........................................................................................................................................ 65 TESTING OF BODY DESIGN .......................................................................................................... 65 LEFT SIDE COMPARTMENTATION ............................................................................................... 66 RIGHT SIDE COMPARTMENTATION ............................................................................................. 66 SIDE COMPARTMENT ROLLUP DOOR(S) .................................................................................... 67 REAR COMPARTMENTATION........................................................................................................ 68 ROLLUP REAR COMPARTMENT DOOR ........................................................................................ 68 DOOR GUARD ................................................................................................................................ 69 COMPARTMENT LIGHTING ........................................................................................................... 69 MOUNTING TRACKS ...................................................................................................................... 70 ADJUSTABLE SHELVES ................................................................................................................. 70 SLIDE-OUT FLOOR MOUNTED TRAY ............................................................................................ 70 8 of 98 COMPARTMENT FLOOR SCUFFPLATE ........................................................................................ 70 RUB RAIL ........................................................................................................................................ 71 BODY FENDER CROWNS .............................................................................................................. 71 BODY FENDER LINER .................................................................................................................... 71 HARD SUCTION HOSE ................................................................................................................... 71 HANDRAILS .................................................................................................................................... 71 HANDRAILS .................................................................................................................................... 71 ADDITIONAL HANDRAIL ................................................................................................................. 71 AIR BOTTLE STORAGE (Double) ................................................................................................... 71 EXTENSION LADDER ..................................................................................................................... 72 ROOF LADDER ............................................................................................................................... 72 LADDER STORAGE ........................................................................................................................ 72 FOLDING LADDER .......................................................................................................................... 72 PIKE POLE PROVIDED BY FIRE DEPARTMENT ........................................................................... 72 6' PIKE POLE PROVIDED BY FIRE DEPARTMENT ....................................................................... 72 PIKE POLE STORAGE .................................................................................................................... 73 REAR FOLDING STEPS .................................................................................................................. 73 PUMP .............................................................................................................................................. 73 PUMP PACKING .............................................................................................................................. 74 PUMP TRANSMISSION ................................................................................................................... 74 PUMPING MODE ............................................................................................................................. 74 AIR PUMP SHIFT ............................................................................................................................ 74 TRANSMISSION LOCK-UP ............................................................................................................. 74 AUXILIARY COOLING SYSTEM...................................................................................................... 75 INTAKE RELIEF VALVE - PUMP ..................................................................................................... 75 PRESSURE CONTROLLER ............................................................................................................ 75 PRIMING PUMP .............................................................................................................................. 75 PUMP MANUALS ............................................................................................................................ 75 PLUMBING, STAINLESS STEEL AND HOSE ................................................................................. 75 MAIN PUMP INLETS ....................................................................................................................... 76 MAIN PUMP INLET CAP ................................................................................................................. 76 SHORT SUCTION TUBE(S) ............................................................................................................ 76 VALVES ........................................................................................................................................... 76 9 of 98 LEFT SIDE INLET ............................................................................................................................ 76 INLET CONTROL ............................................................................................................................ 76 INLET BLEEDER VALVE ................................................................................................................. 76 TANK TO PUMP .............................................................................................................................. 77 TANK REFILL .................................................................................................................................. 77 LEFT SIDE DISCHARGE OUTLETS ................................................................................................ 77 RIGHT SIDE DISCHARGE OUTLETS ............................................................................................. 77 LARGE DIAMETER DISCHARGE OUTLET ..................................................................................... 77 FRONT DISCHARGE OUTLET ........................................................................................................ 77 REAR DISCHARGE OUTLET .......................................................................................................... 77 DISCHARGE CAPS/ INLET PLUGS ................................................................................................ 78 OUTLET BLEEDER VALVE ............................................................................................................. 78 LEFT SIDE OUTLET ELBOWS ........................................................................................................ 78 RIGHT SIDE OUTLET ELBOWS ...................................................................................................... 78 REAR OUTLET ELBOWS ................................................................................................................ 78 LARGE DIAMETER OUTLET ELBOWS ........................................................................................... 78 ADAPTER ........................................................................................................................................ 79 DISCHARGE OUTLET CONTROLS ................................................................................................ 79 DELUGE RISER .............................................................................................................................. 79 TELESCOPIC PIPING ..................................................................................................................... 79 MONITOR ........................................................................................................................................ 79 NOZZLE ........................................................................................................................................... 79 CROSSLAY HOSE BEDS ................................................................................................................ 79 2.50" CROSSLAY HOSE BED ......................................................................................................... 80 CROSSLAY HOSE RESTRAINT...................................................................................................... 80 CROSSLAY 8.00" LOWER THAN STANDARD................................................................................ 80 FOAM SYSTEM ............................................................................................................................... 80 PUMP COMPARTMENT .................................................................................................................. 81 PUMP MOUNTING .......................................................................................................................... 81 LEFT SIDE PUMP CONTROL PANEL ............................................................................................. 81 IDENTIFICATION TAGS .................................................................................................................. 81 PUMP PANEL CONFIGURATION ................................................................................................... 82 PUMP AND GAUGE PANEL ............................................................................................................ 82 10 of 98 PUMP COMPARTMENT LIGHT ....................................................................................................... 82 THROTTLE READY GREEN INDICATOR LIGHT ............................................................................ 82 OK TO PUMP INDICATOR LIGHT ................................................................................................... 82 VACUUM AND PRESSURE GAUGES............................................................................................. 82 PRESSURE GAUGES ..................................................................................................................... 83 WATER LEVEL GAUGE .................................................................................................................. 83 LIGHT SHIELD ................................................................................................................................. 84 AIR HORN SYSTEM ........................................................................................................................ 84 Air Horn Location .......................................................................................................................... 84 Air Horn Control ............................................................................................................................ 84 ELECTRONIC SIREN ...................................................................................................................... 84 SPEAKER ........................................................................................................................................ 84 AUXILIARY MECHANICAL SIREN .................................................................................................. 84 FRONT ZONE UPPER WARNING LIGHTS ..................................................................................... 85 LIGHTS, FRONT ZONE LOWER ..................................................................................................... 86 FRONT WARNING LIGHT ............................................................................................................... 86 HEADLIGHT FLASHER ................................................................................................................... 86 SIDE ZONE LOWER LIGHTING ...................................................................................................... 86 REAR ZONE LOWER LIGHTING ..................................................................................................... 86 REAR/SIDE ZONE UPPER WARNING LIGHTS .............................................................................. 87 TRAFFIC DIRECTING LIGHT .......................................................................................................... 87 LOOSE EQUIPMENT ....................................................................................................................... 87 NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT ............................. 87 SOFT SUCTION HOSE PROVIDED BY FIRE DEPARTMENT ........................................................ 88 DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT ....................................... 89 WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT ..................................................... 89 FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT ................................................................... 89 PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT ................................................................... 89 PAINT PROCESS ............................................................................................................................ 89 Environmental Impact ................................................................................................................... 90 PAINT .............................................................................................................................................. 91 PAINT CHASSIS FRAME ASSEMBLY............................................................................................. 91 AXLE HUB PAINT ............................................................................................................................ 92 11 of 98 COMPARTMENT INTERIOR PAINT ................................................................................................ 92 REFLECTIVE STRIPES ................................................................................................................... 92 REAR CHEVRON STRIPING ........................................................................................................... 92 CHEVRON STRIPING ON CAB AND CREW CAB DOOR EDGE .................................................... 92 BROKEN RIBBON IN STRIPE ......................................................................................................... 92 REFLECTIVE STRIPE OUTLINE ..................................................................................................... 92 STRIPE ON REAR ACCESS DOORS.............................................................................................. 92 "Z" RIBBON IN REFLECTIVE STRIPE ............................................................................................. 93 CAB DOOR REFLECTIVE STRIPE ................................................................................................. 93 LETTERING ..................................................................................................................................... 93 LETTERING ..................................................................................................................................... 93 LETTERING ..................................................................................................................................... 93 LETTERING ..................................................................................................................................... 93 LETTERING, REFLECTIVE, "DIAL 911" .......................................................................................... 93 MALTESE CROSS INSTALLATION ................................................................................................. 93 FIRE APPARATUS PARTS MANUAL .............................................................................................. 93 Service Parts Internet Site ............................................................................................................ 94 CHASSIS SERVICE MANUALS ....................................................................................................... 94 CHASSIS OPERATION MANUAL .................................................................................................... 94 ONE (1) YEAR MATERIAL AND WORKMANSHIP .......................................................................... 94 ENGINE WARRANTY ...................................................................................................................... 94 STEERING GEAR WARRANTY....................................................................................................... 94 FIFTY (50) YEAR STRUCTURAL INTEGRITY ................................................................................. 94 FRONT AXLE FIVE (5) YEAR MATERIAL AND WORKMANSHIP WARRANTY .............................. 95 SINGLE REAR AXLE FIVE (5) YEAR MATERIAL AND WORKMANSHIP WARRANTY .................. 95 ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY ............ 95 TEN (10) YEAR STRUCTURAL INTEGRITY ................................................................................... 95 TEN (10) YEAR PRO-RATED PAINT AND CORROSION................................................................ 95 CAMERA SYSTEM WARRANTY ..................................................................................................... 95 COMPARTMENT LIGHT WARRANTY............................................................................................. 95 TRANSMISSION WARRANTY ......................................................................................................... 95 TRANSMISSION COOLER WARRANTY ......................................................................................... 95 WATER TANK WARRANTY ............................................................................................................ 95 12 of 98 TEN (10) YEAR STRUCTURAL INTEGRITY ................................................................................... 95 ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY .................................................. 95 PUMP WARRANTY ........................................................................................................................ 96 TEN (10) YEAR PUMP PLUMBING WARRANTY ............................................................................ 96 TEN (10) YEAR PRO-RATED PAINT AND CORROSION................................................................ 96 ONE (1) YEAR MATERIAL AND WORKMANSHIP .......................................................................... 96 VEHICLE STABILITY CERTIFICATION ........................................................................................... 96 ENGINE INSTALLATION CERTIFICATION ..................................................................................... 96 POWER STEERING CERTIFICATION ............................................................................................ 96 CAB INTEGRITY CERTIFICATION .................................................................................................. 96 Roof Crush ................................................................................................................................... 96 Side Impact ................................................................................................................................... 97 Frontal Impact ............................................................................................................................... 97 Additional Frontal Impact .............................................................................................................. 97 CAB DOOR DURABILITY CERTIFICATION .................................................................................... 97 WINDSHIELD WIPER DURABILITY CERTIFICATION .................................................................... 97 ELECTRIC WINDOW DURABILITY CERTIFICATION ..................................................................... 97 SEAT BELT ANCHOR STRENGTH ................................................................................................. 97 SEAT MOUNTING STRENGTH ....................................................................................................... 97 PERFORMANCE CERTIFICATIONS ............................................................................................... 98 Cab Air Conditioning ..................................................................................................................... 98 Cab Defroster ............................................................................................................................... 98 Cab Auxiliary Heater ..................................................................................................................... 98 AMP DRAW REPORT ...................................................................................................................... 98 13 of 98 Finley Fire Equipment is pleased to submit a proposal to Paducah Fire Department for a Pierce® triple combination pumper per your request for quotation. The following paragraphs will describe in detail the apparatus, construction methods, and equipment proposed. This proposal will indicate size, type, model and make of components parts and equipment, providing proof of compliance with each and every item (except where noted) in the departments advertised specifications. PIERCE MANUFACTURING was founded in 1913. Since then we have been building bodies with one philosophy, "BUILD THE FINEST". Our skilled craftsmen take pride in their work, which is reflected, in the final product. We have been building fire apparatus since the early "forties" giving Pierce Manufacturing over 75 years of experience in the fire apparatus market. Pierce Manufacturing has built and put into service more than 62,500 apparatus, including more than 33,900 on Pierce custom chassis designed and built specifically for fire and emergency applications. Our Appleton, Wisconsin facility has over 870,000 total square feet of floor space situated on approximately 105 acres of land. Our Bradenton, Florida facility has 300,000 square feet of floor space situated on approximately 38 acres of land. Our beliefs in high ethical standards are carried through in all of our commitments and to everyone with whom we do business. Honesty, Integrity, Accountability and Citizenship are global tenets by which we all live and work. Consequently, we neither engage in, nor have we ever been convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. Pierce has only one brand of fire apparatus "Pierce", ensuring you are receiving top of the line product that meets your specification. In accordance with the current edition of NFPA 1901 standards, this proposal will specify whether the fire department, manufacturer, or apparatus dealership will provide required loose equipment. Images and illustrative material in this proposal are as accurate as known at the time of publication, but are subject to change without notice. Images and illustrative material is for reference only, and may include optional equipment and accessories and may not include all standard equipment. GENERAL DESIGN AND CONSTRUCTION To control quality, ensure compatibility, and provide a single source for service and warranty, the custom cab, chassis, pump module and body will be entirely designed, assembled/welded and painted in Pierce owned manufacturing facilities. This includes, but not limited to the cab weldment, the pumphouse module assembly, the chassis assembly, the body and the electrical system. QUALITY AND WORKMANSHIP Pierce has set the pace for quality and workmanship in the fire apparatus field. Our tradition of building the highest quality units with craftsmen second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by: Ensuring all steel welding follows American Welding Society D1.1-2004 recommendations for structural steel welding. All aluminum welding follows American Welding society and ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding follows American welding Society B2.1-2000 requirements for structural welding of sheet metal. Our flux core arc welding uses alloy rods, type 7000 and is performed to American Welding Society standards A5.20-E70T1. Furthermore, all employees classified as welders are tested 14 of 98 and certified to meet the American welding Society codes upon hire and every three (3) years thereafter. Pierce also employs and American Welding Society certified welding inspector in plant during working hours to monitor weld quality. Pierce Manufacturing operates a Quality Management System under the requirements of ISO 9001. These standards sponsored by the International Organization for Standardization (ISO) specify the quality systems that are established by the manufacturer for design, manufacture, installation and service. A copy of the certificate of compliance is included with this proposal. In addition to the Quality Management system, we also employ a Quality Achievement Supplier program to insure the vendors and suppliers that we utilize meet the high standards we demand. That is just part of our overall "Quality at the Source" program at Pierce. To demonstrate the quality of our products and services, a list of at least two (2) fire departments/municipalities that have purchased vehicles for a second time is provided. DELIVERY The apparatus will be delivered under its own power to insure proper break-in of all components while the apparatus is still under warranty. A qualified delivery representative shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in proper operation, care and maintenance of the equipment delivered. MANUAL AND SERVICE INFORMATION At time of delivery, complete operation and maintenance manuals covering the apparatus will be provided. A permanent plate will be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil, engine coolant, transmission, pump transmission lubrication, pump primer and drive axle. SAFETY VIDEO At the time of delivery Pierce will also provide one (1) 39-minute, professionally produced apparatus safety video, in DVD format. This video will address key safety considerations for personnel to follow when they are driving, operating, and maintaining the apparatus, including the following: vehicle pre- trip inspection, chassis operation, pump operation, aerial operation, and safety during maintenance. PERFORMANCE TESTS A road test will be conducted with the apparatus fully loaded and a continuous run of no less than ten (10) miles. During that time the apparatus will show no loss of power nor will it overheat. The transmission drive shaft or shafts and the axles will run quietly and be free of abnormal vibration or noise. The apparatus when fully loaded will not have less than 25 percent nor more than 50 percent on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. The apparatus will meet NFPA 1901 acceleration and braking requirements. SERVICE AND WARRANTY SUPPORT Pierce dealership support will be provided by Finley Fire Equipment by operating a Pierce authorized service center. The service center will have factory-trained mechanics on staff versed in Pierce fire apparatus. The service facility will be located within two hundred (200) miles of the fire department. 15 of 98 In addition to the dealership, Pierce has service facilities located in both, Weyauwega, Wisconsin and Bradenton, Florida. Pierce also maintains a dedicated parts facility of over 100,000 square feet in Appleton, Wisconsin. The parts facility stocks in excess of $5,000,000 in parts dedicated to service and replacement parts. The parts facility employs a staff dedicated solely for the distribution and shipment of service and replacement parts. Service parts for the apparatus being proposed can be found via Pierceparts.com which, is an interactive online tool that delivers information regarding your specific apparatus as well as the opportunity to register for training classes. As a Pierce customer you have the ability to view the complete bill of materials for your specific apparatus, including assembly drawings, piece part drawings, and beneficial parts notations. You will also have the ability to search the complete Pierce item master through a parts search function which offers all Pierce SKU's and descriptions offered on all Pierce apparatus. Published component catalogs, which include proprietary systems along with an extensive operators manual library is available for easy reference. Pierce Manufacturing maintains a dedicated service and warranty staff of over 35 personnel, dedicated to customer support, which also maintains a 24 hour 7 day a week toll free hot line, four (4) on staff EVTs, and offers hands-on repair and maintenance training classes multiple times a year. LIABILITY The successful bidder will defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract. INSURANCE PROVIDED BY BIDDER COMMERCIAL GENERAL LIABILITY INSURANCE The successful bidder will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of commercial general liability insurance: Each Occurrence$1,000,000 Products/Completed Operations Aggregate$1,000,000 Personal and Advertising Injury$1,000,000 General Aggregate$2,000,000 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form and will include Contractual Liability coverage for bodily injury and property damage subject to the terms and conditions of the policy. The policy will include Owner as an additional insured when required by written contract. 16 of 98 COMMERCIAL AUTOMOBILE LIABILITY INSURANCE The successful bidder will, during the performance of the contract, keep in force at least the following minimum limits of commercial automobile liability insurance and coverage will be written on a Commercial Automobile liability form: Each Accident Combined Single Limit:$1,000,000 UMBRELLA/EXCESS LIABILITY INSURANCE The successful bidder will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate:$3,000,000 Each Occurrence:$3,000,000 The umbrella policy will be written on an occurrence basis and at a minimum provide excess to the bidder's General Liability and Automobile Liability policies. The required limits can be provided by one (1) or more policies provided all other insurance requirements are met. Coverage will be provided by a carrier(s) rated A- or better by A.M. Best. All policies will provide a 30-day notice of cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any of the above described polices be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. Bidder agrees to furnish owner with a current Certificate of Insurance with the coverages listed above along with the bid. The certificate will show the purchaser as certificate holder. INSURANCE PROVIDED BY MANUFACTURER PRODUCT LIABILITY INSURANCE The manufacturer will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of Product Liability insurance: Each Occurrence$1,000,000 Products/Completed Operations Aggregate$1,000,000 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form. The manufacturer's policy will include the owner as additional insured when required by written contract between the Owner and a Pierce authorized dealer. 17 of 98 UMBRELLA/EXCESS LIABILITY INSURANCE The manufacturer will, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Each Occurrence:$25,000,000 Aggregate:$25,000,000 The umbrella policy will be written on an occurrence basis and provide excess to the manufacturer's General Liability/Products policies. The required limits can be provided by one (1) or more policies provided all other insurance requirements are met. Coverage will be provided by a carrier(s) rated A- or better by A.M. Best. All policies will provide a 30-day notice of cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any of the above described polices be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. Manufacturer agrees to furnish owner with a current Certificate of Insurance with the coverages listed above along with the bid. The certificate will show the purchaser as the certificate holder. SINGLE SOURCE MANUFACTURER Pierce Manufacturing, Inc. provides an integrated approach to the design and manufacture of our products that delivers superior apparatus and a dedicated support team. From our facilities, the chassis, cab weldment, cab, pumphouse (including the sheet metal enclosure, valve controls, piping and operators panel) and body will be entirely designed, tested, and hand assembled to the customer's exact specifications. The electrical system either hardwired or multiplexed, will be both designed and integrated by Pierce Manufacturing. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) will be provided by Pierce as a single source manufacturer. Pierce's single source solution adds value by providing a fully engineered product that offers durability, reliability, maintainability, performance, and a high level of quality. Your apparatus will be manufactured in Bradenton, Florida. NFPA 2016 STANDARDS This unit will comply with the NFPA standards effective January 1, 2016, except for fire department directed exceptions. These exceptions will be set forth in the Statement of Exceptions. Certification of slip resistance of all stepping, standing and walking surfaces will be supplied with delivery of the apparatus. All horizontal surfaces designated as a standing or walking surface that are greater than 48.00" above the ground must be defined by a 1.00" wide line along its outside perimeter. Perimeter mar kings and designated access paths to destination points will be identified on the customer approval print and are 18 of 98 shown as approximate. Actual location(s) will be determined based on materials used and actual conditions at final build. Access paths may pass through hose storage areas and opening or removal of covers or restraints may be required. Access paths may require the operation of devices and equipment such as the aerial device or ladder rack. A plate that is highly visible to the driver while seated will be provided. This plate will show the overall height, length, and gross vehicle weight rating. The manufacturer will have programs in place for training, proficiency testing and performance for any staff involved with certifications. An official of the company will designate, in writing, who is qualified to witness and certify test results. NFPA COMPLIANCY Apparatus proposed by the bidder will meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in the current edition at time of contract execution. Fire Department's specifications that differ from NFPA specifications will be indicated in the proposal as "non-NFPA." PUMP TEST The rated water pump will be tested, approved, and certified by an ISO certified independent third party testing agency at the manufacturer's expense. The test results, along with the pump manufacturer's certification of hydrostatic test, the engine manufacturer's certified brake horsepower curve, and the manufacturer's record of pump construction details will be forwarded to the Fire Department. GENERATOR TEST If the unit has a generator, the generator will be tested, approved, and certified by an ISO certified independent third party testing agency at the manufacturer's expense. The test results will be provided to the Fire Department at the time of delivery. INSPECTION TRIP(S) The bidder will provide three (3) factory inspection trip(s) for 2 customer representative(s). The inspection trip(s) will be scheduled at times mutually agreed upon between the manufacturer's representative and the customer. All costs such as travel, lodging and meals will be the responsibility of the bidder. BID BOND A bid bond as security for the bid in the form of a 10% bid bond will be provided with the proposal. This bid bond will be issued by a Surety Company who is listed on the U.S. Treasury Departments list of acceptable sureties as published in Department Circular 570. The bid bond will be issued by an authorized representative of the Surety Company and will be accompanied by a certified power of attorney dated on or before the date of bid. The bid bond will include language which assures that the bidder/principal will give a bond or bonds, as may be specified in the bidding or contract documents, with good and sufficient surety for the faithful performance of the contract, including the Basic One (1) Year Limited Warranty, and for the prompt payment of labor and material furnished in the prosecution of the contract. 19 of 98 Notwithstanding any document or assertion to the contrary, any surety bond related to the sale of a vehicle will apply only to the Basic One (1) Year Limited Warranty for such vehicle. Any surety bond related to the sale of a vehicle will not apply to any other warranties that are included within this bid (OEM or otherwise) or to the warranties (if any) of any third party of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. In the event of any contradiction or inconsistency between this provision and any other document or assertion, this provision will prevail. PERFORMANCE BOND Notwithstanding any document or assertion to the contrary, any surety bond related to the sale of a vehicle will apply only to the Basic One (1) Year Limited Warranty for such vehicle. Any surety bond related to the sale of a vehicle will not apply to any other warranties that are included within this bid (OEM or otherwise) or to the warranties (if any) of any third party of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. In the event of any contradiction or inconsistency between this provision and any other document or assertion, this provision will prevail. APPROVAL DRAWING A drawing of the proposed apparatus will be prepared and provided to the purchaser for approval before construction begins. The Pierce sales representative will also be provided with a copy of the same drawing. The finalized and approved drawing will become part of the contract documents. This drawing will indicate the chassis make and model, location of the lights, siren, horns, compartments, major components, etc. A "revised" approval drawing of the apparatus will be prepared and submitted by Pierce to the purchaser showing any changes made to the approval drawing. ELECTRICAL WIRING DIAGRAMS Two (2) electrical wiring diagrams, prepared for the model of chassis and body, will be provided. SABER FR CHASSIS The Pierce Saber FR® is the custom chassis developed exclusively for the fire service. Chassis provided will be a new, tilt-type custom fire apparatus. The chassis will be manufactured in the apparatus body builder's facility eliminating any split responsibility. The chassis will be designed and manufactured for heavy-duty service, with adequate strength, capacity for the intended load to be sustained, and the type of service required. The chassis will be the manufacturer's first line tilt cab. WHEELBASE The wheelbase of the vehicle will be 197.00. GVW RATING The gross vehicle weight rating will be 48,500. FRAME The chassis frame will be built with two (2) steel channels bolted to five (5) cross members or more, depending on other options of the apparatus. The side rails will be heat-treated steel measuring 10.25" x 3.50" x 0.375". 20 of 98 Each rail will have a section modulus of 16.00 cubic inches, yield strength of 120,000 psi, and a resisting bending moment (rbm) of 1,921,069 inch-pounds. FRAME REINFORCEMENT A full-length mainframe "C" liner will be provided. The liner will be an internal "C" design, heat-treated steel measuring 9.38" x 3.13" x 0.25". Each reinforcement member will have a section modulus of 3.90 cubic inches, yield strength of 120,000 psi and resisting bending moment (rbm) of 938,762 in-lb. FRONT AXLE The front axle will be a reverse "I" beam type with inclined king pins. It will be a Meritor® axle, Model MFS-20, with a rated capacity of 20,000 lb. FRONT SUSPENSION The front springs will be a Standens, three (3)-leaf, taper leaf design, 54.00" long x 4.00" wide, with a ground rating of 20,000 lb. The two (2) top leaves will wrap the forward spring hanger pin. The top leaf will also wrap the rear spring hanger pin. Both the front and rear eyes will be Berlin style wraps that will place the eyes in the horizontal plane within the main leaf. This will reduce bending stress from acceleration and braking. A steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be maintenance free and require no lubrication. SHOCK ABSORBERS To provide a smoother ride, the front axle will be furnished with heavy-duty telescoping shock absorbers. FRONT OIL SEALS Oil seals with viewing window will be provided on the front axle. FRONT TIRES Front tires will be Goodyear® 315/80R22.50 radials, 20 ply G289 WHA tread, rated for 20,400 lb maximum axle load and 68 mph maximum speed. The tires will be mounted on Alcoa 22.50" x 9.00" polished aluminum disc wheels with a ten (10) stud, 11.25" bolt circle. REAR AXLE The rear axle will be a Meritor™, Model RS-26-185, with a capacity of 27,000 lb. TOP SPEED OF VEHICLE A rear axle ratio will be furnished to allow the vehicle to reach a top speed of 68 mph. REAR SUSPENSION The rear suspension will be Standens, semi-elliptical, 3.00" wide x 53.00" long, 12-leaf pack with a ground rating of 27,000 lb. The spring hangers will be castings. 21 of 98 The two (2) top leaves will wrap the forward spring hanger pin, and the rear of the spring will be a slipper style end that will ride in a rear slipper hanger. To reduce bending stress due to acceleration and braking, the front eye will be a berlin eye that will place the front spring pin in the horizontal plane within the main leaf. A steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be maintenance free and require no lubrication. REAR OIL SEALS Oil seals will be provided on the rear axle(s). REAR TIRES Rear tires will be four (4) Goodyear® 12R22.50 radials, 16 ply all season G622 RSD tread, rated for 27,120 lb maximum axle load and 75 mph maximum speed. The tires will be mounted on Alcoa 22.50" x 8.25" polished aluminum disc wheels with a ten (10) stud 11.25" bolt circle. TIRE BALANCE All tires will be balanced with Counteract balancing beads. The beads will be inserted into the tire and eliminate the need for wheel weights. TIRE PRESSURE MANAGEMENT There will be a RealWheels LED AirSecure™ tire alert pressure management system provided, that will monitor each tire's pressure. A sensor will be provided on the valve stem of each tire for a total of six (6) tires. The sensor will calibrate to the tire pressure when installed on the valve stem for pressures between 10 and 200 psi. The sensor will activate an integral battery operated LED when the pressure of that tire drops 5 to 8 psi. Removing the cap from the sensor will indicate the functionality of the sensor and battery. If the sensor and battery are in working condition, the LED will immediately start to flash. FRONT HUB COVERS Stainless steel hub covers will be provided on the front axle. An oil level viewing window will be provided. REAR HUB COVERS A pair of stainless steel high hat hub covers will be provided on rear axle hubs. CHROME LUG NUT COVERS Chrome lug nut covers will be supplied on front and rear wheels. MUD FLAPS Mud flaps with a Pierce logo will be installed behind the front and rear wheels. 22 of 98 WHEEL CHOCKS There will be one (1) pair of folding Ziamatic, Model SAC-44-E, aluminum alloy, Quick-Choc wheel blocks, with easy-grip handle provided. Wheel Chock Brackets There will be one (1) pair of Zico, Model SQCH-44-H, horizontal mounting wheel chock brackets provided for the Ziamatic, Model SAC-44-E, folding wheel chocks. The brackets will be made of aluminum and consist of a quick release spring loaded rod to hold the wheel chocks in place. The brackets will be mounted below the left side rear compartment. ANTI-LOCK BRAKE SYSTEM The vehicle will be equipped with a Meritor WABCO 4S4M, anti-lock braking system. The ABS will provide a 4-channel anti-lock braking control on both the front and rear wheels. A digitally controlled system that utilizes microprocessor technology will control the anti-lock braking system. Each wheel will be monitored by the system. When any particular wheel begins to lockup, a signal will be sent to the control unit. This control unit then will reduce the braking of that wheel for a fraction of a second and then reapply the brake. This anti-lock brake system will eliminate the lockup of any wheel thus helping to prevent the apparatus from skidding out of control. BRAKES The service brake system will be full air type by Meritor™. Front brakes will be Model EX225 Disc Plus, disc type with automatic pad wear adjustment and 17.00" ventilated rotors for improved stopping distance. The rear brakes will be Meritor™ 16.50" x 7.00" cam operated with automatic slack adjusters. Dust shields will be provided. BRAKE SYSTEM AIR COMPRESSOR The air compressor will be a Cummins/WABCO with 18.7 cubic feet per minute output. BRAKE SYSTEM The brake system will include: • Brake treadle valve • Heated automatic moisture ejector on air dryer • Total air system minimum capacity of 4,272 cubic inches • Two (2) air pressure gauges with a red warning light and an audible alarm, that activates when air pressure falls below 60 psi • Spring set parking brake system • Parking brake operated by a push-pull style control valve • A parking "brake on" indicator light on instrument panel • Park brake relay/inversion and anti-compounding valve, in conjunction with a double check valve system, with an automatic spring brake application at 40 psi • A pressure protection valve to prevent all air operated accessories from drawing air from the air system when the system pressure drops below 80 psi (550 kPa) 23 of 98 • 1/4 turn drain valves on each air tank The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank will be mounted with stainless steel brackets. BRAKE SYSTEM AIR DRYER The air dryer will be a WABCO System Saver 1200 IWT, with internal wet tank, spin-on coalescing filter cartridge and 100 watt heater. BRAKE LINES Color-coded nylon brake lines will be provided. The lines will be wrapped in a heat protective loom in the chassis areas that are subject to excessive heat. AIR INLET One (1) air inlet with 3D series male coupling will be provided. It will allow station air to be supplied to the apparatus brake system through a shoreline hose. The inlet will be located forward in the driver side lower step well of cab. A check valve will be provided to prevent reverse flow of air. The inlet will discharge into the "wet" tank of the brake system. A mating female fitting will also be provided with the loose equipment. ADDITIONAL AIR TANK FOR AIR HORN An additional air tank with 1,454 cubic inch displacement will be provided to increase the capacity of the air system. This tank will be dedicated for air horn use. The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank will be mounted with stainless steel brackets. The output flow of the engine air compressor varies with engine rpm. Full compressor output is only achieved at governed engine speed. Engine speed may be limited by generators, pumps and other PTO driven options. ENGINE The chassis will be powered by an electronically controlled engine as described below: Make: Cummins Model: L9 Power: 450 hp at 2100 rpm Torque: 1250 lb-ft at 1400 rpm Governed Speed: 2200 rpm Emissions Level: EPA 2021 Fuel: Diesel Cylinders: Six (6) Displacement: 543 cubic inches (8.9L) Starter: Delco 39MT™ Fuel Filters: Spin-on style primary filter with water separator and water-in-fuel sensor. 24 of 98 Secondary spin-on style filter. The engine will include On-board diagnostics (OBD), which provides self diagnostic and reporting. The system will give the owner or repair technician access to state of health information for various vehicle sub systems. The system will monitor vehicle systems, engine and after treatment. The system will illuminate a malfunction indicator light on the dash console if a problem is detected. HIGH IDLE A high idle switch will be provided, inside the cab, on the instrument panel, that will automatically maintain a preset engine rpm. A switch will be installed, at the cab instrument panel, for activation/deactivation. The high idle will be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light will be provided, adjacent to the switch. The light will illuminate when the above conditions are met. The light will be labeled "OK to Engage High Idle." ENGINE BRAKE A Jacobs® engine brake is to be installed with the controls located on the instrument panel within easy reach of the driver. The driver will be able to turn the engine brake system on/off and have a high, medium and low setting. The engine brake will activate when the system is on and the throttle is released. The high setting of the brake application will activate and work simultaneously with the variable geometry turbo (VGT) provided on the engine. The engine brake will be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. The ABS system will automatically disengage the auxiliary braking device, when required. CLUTCH FAN A fan clutch will be provided. The fan clutch will be automatic when the pump transmission is in "Road" position, and constantly engaged when in "Pump" position. ENGINE AIR INTAKE The engine air intake will be located above the engine cooling package. It will draw fresh air from the front of the apparatus through the radiator grille. A stainless steel metal screen will be installed at the inlet of the air intake system that will meet NFPA 1901 requirements. The air cleaner and stainless steel screen will be easily accessible by tilting the cab. 25 of 98 EXHAUST SYSTEM The exhaust system will be stainless steel from the turbo to the engine's aftertreatment device, and will be 4.00" in diameter. The exhaust system will include a single module aftertreatment device to meet current EPA standards. An insulation wrap will be provided on all exhaust pipes between the turbo and aftertreatment device to minimize the heat loss to the aftertreatment device . The exhaust will terminate horizontally ahead of the right side rear wheels. A tailpipe diffuser will be provided to reduce the temperature of the exhaust as it exits. Heat deflector shields will be provided to isolate chassis and body components from the heat of the tailpipe diffuser. RADIATOR The radiator and the complete cooling system will meet or exceed NFPA and engine manufacturer cooling system standards. For maximum corrosion resistance and cooling performance, the entire radiator core will be constructed using long life aluminum alloy. The radiator core will consist of aluminum fins, having a serpentine design, brazed to aluminum tubes. The radiator core will have a minimum front area of 1060 square inches. Supply tank will be made of heavy duty glass-reinforced nylon and the return tank will be mode of aluminum. Both tanks will be crimped onto the core assembly using header tabs and a compression gasket to complete the radiator core assembly. There will be a full steel frame around the inserts to enhance cooling system durability and reliability. The radiator will be compatible with commercial antifreeze solutions. The radiator assembly will be isolated from the chassis frame rails with rubber isolators to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven terrain. The radiator will include a de-aeration/expansion tank. For visual coolant level inspection, the radiator will have a built-in sight glass. The radiator will be equipped with a 15 psi pressure relief cap. A drain port will be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. Shields or baffles will be provided to prevent recirculation of hot air to the inlet side of the radiator. 26 of 98 COOLANT LINES Gates, or Goodyear, rubber hose will be used for all engine coolant lines installed by Pierce Manufacturing. Hose clamps will be stainless steel constant torque type to prevent coolant leakage. They will expand and contract according to coolant system temperature thereby keeping a constant clamping pressure on the hose. FUEL TANK A 65 gallon fuel tank will be provided and mounted at the rear of the chassis. The tank will be constructed of 12-gauge, hot rolled steel. It will be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank will be mounted with stainless steel straps. A 0.75" drain plug will be located in a low point of the tank for drainage. A fill inlet will be located on the left hand side of the body and is covered with a hinged, spring loaded, stainless steel door that is marked "Ultra Low Sulfur - Diesel Fuel Only." A 0.50" diameter vent will be installed from tank top to just below fuel fill inlet. The fuel tank will meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank volume. All fuel lines will be provided as recommended by the engine manufacturer. DIESEL EXHAUST FLUID TANK A 4.5 gallon diesel exhaust fluid (DEF) tank will be provided and mounted in the driver's side body forward of the rear axle. A 0.50" drain plug will be provided in a low point of the tank for drainage. A fill inlet will be located on the driver's side of the body and be covered with a hinged, spring loaded, polished stainless steel door that is marked "Diesel Exhaust Fluid Only". The tank will meet the engine manufacturers requirement for 10 percent expansion space in the event of tank freezing. The tank will include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. TRANSMISSION An Allison 5th generation, Model EVS 3000P, electronic torque converting automatic transmission will be provided. The transmission will be equipped with prognostics to monitor oil life, filter life, and transmission health. A wrench icon on the shift selector's digital display will indicate when service is due. Two (2) PTO openings will be located on both sides of converter housing (positions 4 o'clock and 8 o'clock) as viewed from the rear. 27 of 98 A transmission temperature gauge with red light and audible alarm will be installed on the cab dash. TRANSMISSION SHIFTER A five (5)-speed push button shift module will be mounted to right of driver on console. Shift position indicator will be indirectly lit for after dark operation. The transmission ratio will be: 1st 3.49 to 1.00 2nd 1.86 to 1.00 3rd 1.41 to 1.00 4th 1.00 to 1.00 5th 0.75 to 1.00 R 5.03 to 1.00 TRANSMISSION COOLER A Modine plate and fin transmission oil cooler will be provided using engine coolant to control the transmission oil temperature. DRIVELINE Drivelines will be a heavy-duty metal tube and be equipped with Spicer® 1710 universal joints. The shafts will be dynamically balanced before installation. A splined slip joint will be provided in each driveshaft where the driveline design requires it. The slip joint will be coated with Glidecoat® or equivalent. STEERING Dual steering gear, with integral heavy-duty power steering, will be provided. For reduced system temperatures, the power steering will incorporate an air to oil cooler and Vickers® V20NF hydraulic pump with integral pressure and flow control. All power steering lines will have wire braded lines with crimped fittings. A tilt and telescopic steering column will be provided to improve fit for a broader range of driver configurations. STEERING WHEEL The steering wheel will be 18.00" in diameter, have tilting and telescoping capabilities, and a 4-spoke design. LOGO AND CUSTOMER DESIGNATION ON DASH The dash panel will have an emblem containing the Pierce logo and customer name. The emblem will have three (3) rows of text for the customer's department name. There will be a maximum of eight (8) characters in the first row, 11 characters in the second row and 11 characters in the third row. The first row of text will be: PADUCAH 28 of 98 The second row of text will be: FIRE The third row of text will be: DEPARTMENT BUMPER A one (1)-piece, ten (1) gauge, 304-2B type polished stainless steel bumper, a minimum of 10.00" high, will be attached to a bolted modular extension frame constructed of 50,000 psi tensile steel "C" channel mounted directly behind it to provide adequate support strength. The bumper will be extended 19.00" from front face of cab. Gravel Pan A gravel pan, constructed of bright aluminum treadplate, will be furnished between the bumper and cab face. The gravel pan will be properly supported from the underside to prevent flexing and vibration of the aluminum treadplate. CENTER HOSE TRAY A hose tray, constructed of aluminum, will be placed in the center of the bumper extension. The tray will have a capacity of 125' of 1.75" double jacket cotton-polyester hose. Black rubber grating will be provided at the bottom of the tray. Drain holes are also provided. Center Hose Tray Cover A bright aluminum treadplate cover will be provided over the center hose tray. The cover will be attached with a stainless steel hinge. One (1) D-ring latch will secure the cover in the closed position and a pneumatic stay arm will hold the cover in the open position. LIFT AND TOW MOUNTS Mounted to the frame extension will be lift and tow mounts. The lift and tow mounts will be designed and positioned to adapt to certain tow truck lift systems. The lift and tow mounts with eyes will be painted the same color as the frame. TOW HOOKS Two (2) chromed steel tow hooks will be installed under the bumper and attached to the front frame members. The tow hooks will be designed and positioned to allow up to a 6,000 lb straight horizontal pull in line with the centerline of the vehicle. The tow hooks will not be used for lifting of the apparatus. LED LIGHTS There will be two (2) PIAA, Model RF6, 26-07106, 6.00" long, white LED lamps provided, one (1) on each side under the front bumper. The lamp switch will be properly identified and installed on the switch panel with in reach of the driver. The switch will be powered with the low beam headlamps on and will be deactivated when the high beam headlights are activated. An indicator in the switch will indicate when the lights are on. 29 of 98 CAB The cab will be designed specifically for the fire service and manufactured by the chassis builder. The cab will be built by the apparatus manufacturer in a facility located on the manufacturer's premises. For reasons of structural integrity and enhanced occupant protection, the cab will be a heavy duty design, constructed to the following minimal standards. The cab will have 12 main vertical structural members located in the A-pillar (front cab corner posts), B- pillar (side center posts), C-pillar (rear corner posts), and rear wall areas. The A-pillar will be constructed of solid A356-T5 aluminum castings. The B-pillar and C-pillar will be constructed from 0.13" wall extrusions. The rear wall will be constructed of two (2) 2.00" x 2.00" outer aluminum extrusions and two (2) 2.00" x 1.00" inner aluminum extrusions. All main vertical structural members will run from the floor to 4.625" x 3.864" x 0.090" thick roof extrusions to provide a cage-like structure with the A-pillar and roof extrusions being welded into a 0.25" thick corner casting at each of the front corners of the roof assembly. The front of the cab will be constructed of a 0.13" firewall plate, covered with a 0.090" front skin (for a total thickness of 0.22"), and reinforced with a full width x 0.50" thick cross-cab support located just below the windshield and fully welded to the engine tunnel. The cross-cab support will run the full width of the cab and weld to each A-pillar, the 0.13" firewall plate, and the front skin. The cab floors will be constructed of 0.125" thick aluminum plate and reinforced at the firewall with an additional 0.25" thick cross- floor support providing a total thickness of 0.375" of structural material at the front floor area. The front floor area will also be supported with two (2) triangular 0.30" wall extrusions that also provides the mounting point for the cab lift. This tubing will run from the floor wireway of the cab to the engine tunnel side plates, creating the structure to support the forces created when lifting the cab. The cab will be 96.00" wide (outside door skin to outside door skin) to maintain maximum maneuverability. The forward cab section will have an overall height (from the cab roof to the ground) of approximately 99.00". The crew cab section will have a 10.00" raised roof, with an overall cab height of approximately 109.00". The overall height listed will be calculated based on a truck configuration with the lowest suspension weight rating, the smallest diameter tires for the suspension, no water weight, no loose equipment weight, and no personnel weight. Larger tires, wheels, and suspension will increase the overall height listed. The floor to ceiling height inside the crew cab will be 64.50" in the center and outboard positions. The crew cab floor will measure 46.00" from the rear wall to the front of the rear facing seat risers. 30 of 98 The engine tunnel, at the rearward highest point (knee level), will measure 61.50" to the rear wall. The crew cab will be a totally enclosed design with the interior area completely open to improve visibility and verbal communication between the occupants. The cab will be a full tilt cab style. A 3-point cab mount system with rubber isolators will improve ride quality by isolating chassis vibrations from the cab. CAB ROOF DRIP RAIL For enhanced protection from inclement weather, a drip rail will be furnished on the sides of the cab. The drip rail will be painted to match the cab roof, and bonded to the sides of the cab. The drip rail will extend the full length of the cab roof. INTERIOR CAB INSULATION The cab will include 1.00" insulation in the ceiling, 1.50" insulation in the side walls, and 2.00" insulation in the rear wall to maximize acoustic absorption and thermal insulation. FENDER LINERS Full circular inner fender liners in the wheel wells will be provided. PANORAMIC WINDSHIELD A 1-piece safety glass windshield will be provided with over 2,775 square inches of clear viewing area. The windshield will be full width and will provide the occupants with a panoramic view. The windshield will consist of three (3) layers: outer light, middle safety laminate, and inner light. The outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage. The inner light will provide yet another chip resistant layer. The cab windshield will be bonded to the aluminum windshield frame using a urethane adhesive. A custom frit pattern will be applied on the outside perimeter of the windshield for a finished automotive appearance. WINDSHIELD WIPERS Three (3) electric windshield wipers with washer will be provided that meet FMVSS and SAE requirements. The washer reservoir will be able to be filled without raising the cab. 31 of 98 ENGINE TUNNEL Engine hood side walls will be constructed of 0.375" aluminum. The top will be constructed of 0.125" aluminum and will be tapered at the top to allow for more driver and passenger elbow room. The engine hood will be insulated for protection from heat and sound. The noise insulation keeps the dBA level within the limits stated in the current NFPA 1901 standards. The engine tunnel will be no higher than 17.00" off the crew cab floor. INTERIOR CREW CAB REAR WALL ADJUSTABLE SEATING (PATENT PENDING) The interior rear wall of the crew cab will have mounting holes every 2.75" to allow for adjustability of the forward facing crew cab seating along the rear wall. Seats will be adjustable with use of simple hand tools allowing departments flexibility of their seating arrangement should their department needs change. 32 of 98 CAB REAR WALL EXTERIOR COVERING The exterior surface of the rear wall of the cab will be overlaid with bright aluminum treadplate except for areas that are not typically visible when the cab is lowered. CAB LIFT A hydraulic cab lift system will be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. Lift controls will be located on the right side pump panel or front area of the body in a convenient location. The cab will be capable of tilting 43 degrees to accommodate engine maintenance and removal. The cab will be locked down by a 2-point normally closed spring loaded hook type latch that fully engages after the cab has been lowered. The system will be hydraulically actuated to release the normally closed locks when the cab lift control is in the raised position and cab lift system is under pressure. When the cab is completely lowered and system pressure has been relieved, the spring loaded latch mechanisms will return to the normally closed and locked position. The hydraulic cylinders will be equipped with a velocity fuse that protects the cab from accidentally descending when the control is located in the tilt position. For increased safety, a redundant mechanical stay arm will be provided that must be manually put in place on the left side between the chassis and cab 33 of 98 frame when the cab is in the raised position. This device will be manually stowed to its original position before the cab can be lowered. Cab Lift Interlock The cab lift system will be interlocked to the parking brake. The cab tilt mechanism will be active only when the parking brake is set and the ignition switch is in the on position. If the parking brake is released, the cab tilt mechanism will be disabled. GRILLE A single piece polished stainless steel grille and framework will be provided on the front center of the cab. DOOR JAMB SCUFFPLATES All cab door jambs will be furnished with a polished stainless steel scuffplate, mounted on the striker side of the jamb. TRIM BAND ON CAB FACE A band of 22 gauge polished stainless steel trim will be installed across the front of the cab, from door hinge to door hinge. The trim band will be centered on the warning light bezel located above the headlights and applied with two-sided tape. A 0.625" self-adhesive trim strip will be applied around the perimeter of the trim band. SIDE OF CAB MOLDING Chrome molding will be provided on both sides of cab. MIRRORS One (1) Ramco, Model 6000-PCHR, polished aluminum mirror will be mounted on each of the cab doors. The mirrors will be 9.25" wide x 13.50" high with a convex section. The mirror head will have a highly polished aluminum finish. The flat glass in each mirror will be heated and adjustable, with remote controls that are convenient to the driver. The convex section in each mirror will be heated and adjustable, with remote controls that are convenient to the driver. DOORS To enhance entry and egress to the cab, the forward cab door openings will be a minimum of 37.50" wide x 63.37" high. The crew cab doors will be located on the sides of the cab and will be constructed in the same manner as the forward cab doors. The crew cab door openings will be a minimum of 34.30" wide x 73.25" high. The forward cab and crew cab doors will be constructed of extruded aluminum with a nominal material thickness of 0.093". The exterior door skins will be constructed from 0.090" aluminum. A customized, vertical, pull-down type door handle will be provided on the exterior of each cab door. The exterior handle will be designed specifically for the fire service to prevent accidental activation, and will provide 4.00" wide x 2.00" deep hand clearance for ease of use with heavy gloved hands. 34 of 98 [Exterior Door Handle] Each door will also be provided with an interior flush, open style paddle handle that will be readily operable from fore and aft positions, and be designed to prevent accidental activation. The interior handles will provide 4.00" wide x 1.25" deep hand clearance for ease of use with heavy gloved hands. The cab doors will be provided with both interior (rotary knob) and exterior (keyed) locks exceeding FMVSS standards. The keys will be Model 751. The locks will be capable of activating when the doors are open or closed. The doors will remain locked if locks are activated when the doors are opened, then closed. A full length, heavy duty, stainless steel, piano-type hinge with a 0.38" pin and 11 gauge leaf will be provided on all cab doors. There will be double automotive-type rubber seals around the perimeter of the door framing and door edges to ensure a weather-tight fit. A chrome grab handle will be provided on the inside of each cab door for ease of entry. A red webbed grab handle will be installed on the crew cab door stop strap. The grab handles will be securely mounted. The bottom cab step at each cab door location will be located below the cab doors and will be exposed to the exterior of the cab. Door Panels The inner cab door panels will be constructed out of brushed stainless steel. ELECTRIC OPERATED CAB DOOR WINDOWS All four (4) cab doors will be equipped with electric operated windows with one (1) flush mounted automotive style switch on each door. The driver's door will have four (4) switches, one (1) to control each door window. Each switch will allow intermittent or auto down operation for ease of use. Auto down operation will be actuated by holding the window down switch for approximately 1 second. [Interior Door Handle] 35 of 98 CAB STEPS A dual step will be provided below each cab and crew cab door. The steps will be designed with a grip pattern punched into bright aluminum treadplate material providing support, slip resistance, and drainage. The steps will be a bolt-in design to minimize repair costs should they need to be replaced. The forward cab steps will be a minimum 25.00" wide, and the crew cab steps will be 21.50" wide with a 7.00" minimum depth. The step design raises the middle step higher and closer to the cab floor, resulting in a 11.50" distance from the step to cab floor in the cab and a 10.25" distance from the step to cab floor in the crew cab. Stepping distances from the ground to first step will be approximately 14.00" and from first step to middle step will be approximately 12.00". The vertical surface of the upper step well will be aluminum treadplate. The first step will be lit by a white 12 volt DC LED light provided on the step. CAB EXTERIOR HANDRAILS A Hansen knurled aluminum handrail will be provided adjacent to each cab and crew cab door opening to assist during cab ingress and egress. Each handrail will be provided with red LED lights. The lights will be activated when the headlight switch is activated and the parking brake is applied. The LED lights may be load managed. STEP LIGHTS There will be six (6) white LED step lights installed for cab and crew cab access steps. • One (1) light for the driver's access steps. • Two (2) lights for the driver's side crew cab access steps. • Two (2) lights for the passenger's side crew cab access steps. • One (1) light for the passenger's side access step. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The lights will be activated when the battery switch is on and the adjacent door is opened. FENDER CROWNS Stainless steel fender crowns will be installed at the cab wheel openings. STORAGE COMPARTMENTS Provided on each side of the cab, to the rear of the crew cab access doors, will be a storage compartment. The compartments will be 12.75" wide x 24.00" high x 15.00" deep. The clear door opening will be 11.75" wide. The doors will be two (2) single pan doors painted to matche the cab exterior with a non-locking lift and turn latch, one (1) on each side of the cab. A chain for each exterior door will be used as a doorstop. The compartment interior will be painted spatter gray. 36 of 98 Compartment Light There will be two (2) red Amdor, LED strip lights provided, one (1) each hinged side of compartment door openings. MOUNTING PLATE ON ENGINE TUNNEL Equipment installation provisions will be installed on the engine tunnel. A 0.188" smooth aluminum plate will be bolted to the top surface of the engine tunnel. The plate will follow the contour of the engine tunnel and will run the entire length of the engine tunnel. The plate will be spaced off the engine tunnel 1.00" to allow for wire routing below the plate. The mounting surface will be painted to match the cab interior. CAB INTERIOR The cab interior will be constructed of primarily metal (painted aluminum) to withstand the severe duty cycles of the fire service. The officer side dash will be a flat faced design to provide easy maintenance and will be constructed out of painted aluminum. The instrument cluster will be surrounded with a high impact ABS plastic contoured to the same shape of the instrument cluster. The engine tunnel will be painted aluminum to match the cab interior. For durability and ease of maintenance, the cab interior side walls will be painted aluminum. The rear wall will be painted aluminum. The headliner will be installed in both forward and rear cab sections. Headliner material will be vinyl. A sound barrier will be part of its composition. Material will be installed on an aluminum sheet and securely fastened to interior cab ceiling. The forward portion of the cab headliner will permit easy access for service of electrical wiring or other maintenance needs. All wiring will be placed in metal raceways. CAB INTERIOR UPHOLSTERY The cab interior upholstery will be 36 oz dark silver gray vinyl. CAB INTERIOR PAINT The cab interior metal surfaces, excluding the rear heater panels, will be painted fire smoke gray, vinyl texture paint. The rear heater panels will be painted black, vinyl textured paint. CAB FLOOR The cab and crew cab floor areas will be covered with Polydamp™ acoustical floor mat consisting of a black pyramid rubber facing and closed cell foam decoupler. 37 of 98 The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has a 0.25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. DEFROST/AIR CONDITIONING SYSTEM A ceiling mounted combination heater, defroster and air conditioning system will be installed in the cab above the engine tunnel area. Cab Defroster A 54,000 BTU heater-defroster unit with 690 SCFM of air flow will be provided inside the cab. The heater-defrost will be installed in the forward portion of the cab ceiling. Air outlets will be strategically located in the cab header extrusion per the following: • One (1) adjustable will be directed towards the left side cab window • One (1) adjustable will be directed towards the right side cab window • Six (6) fixed outlets will be directed at the windshield The defroster will be capable of clearing 98 percent of the windshield and side glass when tested under conditions where the cab has been cold soaked at 0 degrees Fahrenheit for 10 hours, and a 2 ounce per square inch layer of frost/ice has been able to build up on the exterior windshield. The defroster system will meet or exceed SAE J382 requirements. Cab/Crew Auxiliary Heater There will be one (1) 31,000 BTU auxiliary heater with 560 SCFM of air flow provided in each outboard rear facing seat risers with a dual scroll blower. An aluminum plenum incorporated into the cab structure used to transfer heat to the forward positions. Air Conditioning A condenser will be a 59,644 BTU output that meets and exceeds the performance specification will be mounted on the radiator. The air conditioning system will be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 75 degrees Fahrenheit at 50 percent relative humidity within 30 minutes. The cooling performance test will be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of 4 hours. The evaporator unit will be installed in the rear portion of the cab ceiling over the engine tunnel. The evaporator will include one (1) high performance heating core, one (1) high performance cooling core with (1) plenum directed to the front and one (1) plenum directed to the rear of the cab. The evaporator unit will have a 52,000 BTU at 690 SCFM rating that meets and exceeds the performance specifications. Adjustable air outlets will be strategically located on the forward plenum cover per the following: • Four (4) will be directed towards the seating position on the left side of the cab • Four (4) will be directed towards the seating position on the right side of the cab 38 of 98 Adjustable air outlets will be strategically located on the evaporator cover per the following: • Five (5) will be directed towards crew cab area A high efficiency particulate air (HEPA) filter will be included for the system. Access to the filter cover will be secured with four (4) screws. The air conditioner refrigerant will be R-134A and will be installed by a certified technician. Climate Control An automotive style controller will be provided to control the heat and air conditioning system within the cab. The controller will have three (3) functional knobs for fan speed, temperature, and air flow distribution (front to rear) control. The system will control the temperature of the cab and crew cab automatically by pushing the center of the fan speed control knob. Rotate the center temperature control knob to set the cab and crew cab temperature. The AC system will be manually activated by pushing the center of the temperature control knob. Pushing the center of the air flow distribution knob will engage the AC for max defrost, setting the fan speeds to 100 percent and directing all air flow to the overhead forward position. The system controller will be located within panel position #12. Gravity Drain Tubes Two (2) condensate drain tubes will be provided for the air conditioning evaporator. The drip pan will have two (2) drain tubes plumbed separately to allow for the condensate to exit the drip pan. No pumps will be provided. SUN VISORS Two (2) smoked Lexan™ sun visors provided. The sun visors will be located above the windshield with one (1) mounted on each side of the cab. There will be no retention bracket provided to help secure each sun visor in the stowed position. 39 of 98 GRAB HANDLES A black rubber covered grab handle will be mounted on the door post of the driver and officer's side cab door to assist in entering the cab. The grab handles will be securely mounted to the post area between the door and windshield. ENGINE COMPARTMENT LIGHTS There will be one (1) Whelen, Model 3SC0CDCR, 12 volt DC, 3.00" white LED light(s) with Whelen, Model 3FLANGEC, chrome flange kit(s) installed under the cab to be used as engine compartment illumination. These light(s) will be activated automatically when the cab is raised. ACCESS TO ENGINE DIPSTICKS For access to the engine oil and transmission fluid dipsticks, there will be a door on the engine tunnel, inside the crew cab. The door will be on the rear wall of the engine tunnel, on the vertical surface. The engine oil dipstick will allow for checking only. The transmission dipstick will allow for both checking and filling. The door will have a rubber seal for thermal and acoustic insulation. One (1) flush latch will be provided on the access door. CAB SAFETY SYSTEM The cab will be provided with a safety system designed to protect occupants in the event of a side roll or frontal impact, and will include the following: • A supplemental restraint system (SRS) sensor will be installed on a structural cab member behind the instrument panel. The SRS sensor will perform real time diagnostics of all critical subsystems and will record sensory inputs immediately before and during a side roll or frontal impact event. • A slave SRS sensor will be installed in the cab to provide capacity for eight (8) crew cab seating positions. 40 of 98 • A fault-indicating light will be provided on the vehicle's instrument panel allowing the driver to monitor the operational status of the SRS system. • A driver side front air bag will be mounted in the steering wheel and will be designed to protect the head and upper torso of the occupant, when used in combination with the 3-point seat belt. • A passenger side knee bolster air bag will be mounted in the modesty panel below the dash panel and will be designed to protect the legs of the occupant, when used in combination with the 3-point seat belt. • Air curtains will be provided in the outboard bolster of outboard seat backs to provide a cushion between occupant and the cab wall. • Suspension seats will be provided with devices to retract them to the lowest travel position during a side roll or frontal impact event. • Seat belts will be provided with pre-tensioners to remove slack from the seat belt during a side roll or frontal impact event. FRONTAL IMPACT PROTECTION The SRS system will provide protection during a frontal or oblique impact event. The system will activate when the vehicle decelerates at a predetermined G force known to cause injury to the occupants. The cab and chassis will have been subjected, via third party test facility, to a crash impact during frontal and oblique impact testing. Testing included all major chassis and cab components such as mounting straps for fuel and air tanks, suspension mounts, front suspension components, rear suspensions components, frame rail cross members, engine and transmission and their mounts, pump house and mounts, frame extensions and body mounts. The testing provided configuration specific information used to optimize the timing for firing the safety restraint system. The sensor will activate the pyrotechnic devices when the correct crash algorithm, wave form, is detected. The SRS system will deploy the following components in the event of a frontal or oblique impact event: • Driver side front air bag • Passenger side knee bolster air bag • Air curtains mounted in the outboard bolster of outboard seat backs • Suspension seats will be retracted to the lowest travel position • Seat belts will be pre-tensioned to firmly hold the occupant in place SIDE ROLL PROTECTION The SRS system will provide protection during a fast or slow 90 degree roll to the side, in which the vehicle comes to rest on its side. The system will analyze the vehicle's angle and rate of roll to determine the optimal activation of the advanced occupant restraints. The SRS system will deploy the following components in the event of a side roll: • Air curtains mounted in the outboard bolster of outboard seat backs • Suspension seats will be retracted to the lowest travel position • Seat belts will be pre-tensioned to firmly hold the occupant in place SEATING CAPACITY The seating capacity in the cab will be four (4). 41 of 98 DRIVER SEAT A seat will be provided in the cab for the driver. The seat design will be a cam action type, with air suspension. For increased convenience, the seat will include a manual control to adjust the horizontal position (6.00" travel). The manual horizontal control will be a towel-bar style located below the forward part of the seat cushion. To provide flexibility for multiple driver configurations, the seat will have an adjustable reclining back. The seat back will be a high back style with side bolster pads for maximum support. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat will include the following features incorporated into the side roll protection system: • Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position. • A suspension seat safety system will be included. When activated in the event of a side roll, this system will pretension the seat belt and retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. OFFICER SEAT A seat will be provided in the cab for the passenger. The seat will be a cam action type, with air suspension. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat back will be an SCBA back style with 5 degree fixed recline angle. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. The seat will include the following features incorporated into the side roll protection system: • Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position. • A suspension seat safety system will be included. When activated, this system will pretension the seat belt and then retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING LEFT SIDE CABINET A rear facing cabinet will be provided in the crew cab at the left side outboard position. The cabinet will be 23.00" wide x 40.25" high x 26.75" deep. The interior door will be web netting. The netting is to be made with 1.00" wide nylon material with 2.00" openings. The nylon webbing will be permanently fastened at the top side of the cabinet and have 1.00" cam buckle fasteners on the opposite side to secure it. The clear door opening will be 20.50" wide x 37.25" high. The cabinet will include two (2) infinitely adjustable shelves with a 0.75" up-turned lippainted to match the cab interior. 42 of 98 The cabinet will include no louvers. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) Amdor H2O LED strip light installed on the left side of the interior cabinet door opening. The lights will be controlled by a rocker switch on the cabinet exterior. REAR FACING RIGHT SIDE CABINET A rear facing cabinet will be provided in the crew cab at the right side outboard position. The cabinet will be 22.00" wide x 40.25" high x 26.75" deep. The interior door will be web netting. The netting is to be made with 1.00" wide nylon material with 2.00" openings. The nylon webbing will be permanently fastened at the top side of the cabinet and have 1.00" cam buckle fasteners on the opposite side to secure it. The interior clear door opening will be 19.50" wide x 37.25" high. The cabinet will include two (2) infinitely adjustable shelves with a 0.75" up-turned lippainted to match the cab interior. The cabinet will include no louvers. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) Amdor H2O LED strip light installed on the right side of the interior cabinet door opening. The lighting will be controlled by a rocker switch on the front of the cabinet. FORWARD FACING DRIVER SIDE OUTBOARD SEAT There will be one (1) forward facing, seat provided at the driver side outboard position in the crew cab. For optimal comfort, the seat will be provided with 15.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat back will be an SCBA style with 90 degree back. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location The seat will include the following features incorporated into the side roll protection system: • Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position • A seat safety system will be included. When activated, this system will pretension the seat belt. The seat will be furnished with a 3-point, shoulder type seat belt. FORWARD FACING CENTER CABINET A forward facing cabinet will be provided in the crew cab at the center position. The cabinet will be 38.50" wide x 60.00" high x 20.00" deep. The interior door will be web netting. The netting will be made with 1.00" wide nylon material with 2.00" openings. The nylon webbing will be 43 of 98 permanently fastened at the top side of the cabinet and have 1.00" cam buckle fasteners on the opposite side to secure it. The clear door opening will be 36.00" wide x 57.00" high. The cabinet will include two (2) infinitely adjustable shelves with a 1.25" up-turned lippainted to match the cab interior. The cabinet will include louvers provided on the left side of the cabinet for ventilation. The cabinet will be constructed of smooth aluminum, and painted to match the cab interior. Cabinet Light There will be one (1) Amdor H2O LED strip light installed on the left side of the interior cabinet door opening. The lighting will be controlled by a rocker switch on the front of the cabinet. FORWARD FACING PASSENGER SIDE OUTBOARD SEAT There will be one (1) forward facing, seat provided at the passenger side outboard position in the crew cab. For optimal comfort, the seat will be provided with 15.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat back will be an SCBA style with 90 degree back. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location The seat will include the following features incorporated into the side roll protection system: • Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position. • A seat safety system will be included. When activated, this system will pretension the seat belt. The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING OVERHEAD STORAGE COMPARTMENT There will be two (2) overhead rear facing storage compartments installed at the raised roof within the crew cab, on each side of the air conditioner. The compartments will be approximately 21.00" wide x 9.00" high x 34.00" deep at the bottom. Each compartment will include one (1) lift up compartment door. Non-locking latch, paddle handle, and gas operated stay arms will be provided. The compartment will be constructed of smooth aluminum and painted to match the cab interior. Compartment Light The storage compartment lighting will consist of one (1) white Amdor LED strip light installed horizontally above each compartment door opening. SEAT UPHOLSTERY All seat upholstery will be leather grain 36 oz black vinyl resistant to oil, grease and mildew. The cab will have four (4) seating positions. 44 of 98 AIR BOTTLE HOLDERS All SCBA type seats in the cab will have a "Hands-Free" auto clamp style bracket in its backrest. For efficiency and convenience, the bracket will include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back. For protection of all occupants in the cab, in the event of an accident, the inertial components within the clamp will constrain the SCBA bottle in the seat and will exceed the NFPA standard of 9G. There will be a quantity of three (3) SCBA brackets. SEAT BELTS All cab and tiller cab (if applicable) seating positions will have red seat belts. To provide quick, easy use for occupants wearing bunker gear, the female buckle and seat belt webbing length will meet or exceed the current edition of NFPA 1901 and CAN/ULC - S515 standards. The 3-point shoulder type seat belts will include height adjustment. This adjustment will optimize the belts effectiveness and comfort for the seated firefighter. The 3-point shoulder type seat belts will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. The 3-point shoulder type belts will also include the ReadyReach D-loop assembly to the shoulder belt system. The ReadyReach feature adds an extender arm to the D-loop location placing the D-loop in a closer, easier to reach location. Any flip up seats will include a 3-point shoulder type belts only. To ensure safe operation, the seats will be equipped with seat belt sensors in the seat cushion and belt receptacle that will activate an alarm indicating a seat is occupied but not buckled. HELMET STORAGE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 14.1.7.4.1 requires a location for helmet storage be provided. There is no helmet storage on the apparatus as manufactured. The fire department will provide a location for storage of helmets. CAB DOME LIGHTS There will be four (4) dual LED dome lights with black bezels provided. Two (2) lights will be mounted above the inside shoulder of the driver and officer and two (2) lights will be installed and located, one (1) on each side of the crew cab. The color of the LED's will be red and white. The white LED's will be controlled by the door switches and the lens switch. The color LED's will be controlled by the lens switch. In order to ensure exceptional illumination, each white LED dome light will provide a minimum of 10.1 foot-candles (fc) covering an entire 20.00" x 20.00" square seating position when mounted 40.00" above the seat. 45 of 98 CAB SPOTLIGHT There will be two (2) Golight® Stryker™, Model 30**4, white LED spotlights located on the cab roof, Each side of cab roof, final location at drawing approval. The spotlights will be mounted to the surface of the cab roof. These lights may be load managed when the parking brake is applied. SPOTLIGHT CONTROLLER There will be one (1) wired dash mounted remote provided for each spotlight. SPOTLIGHT CONTROLLER LOCATIONS The remotes to control the spotlights will be located one (1) within reach of the driver and one (1) within reach of the officer. PORTABLE HAND LIGHTS, PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires two portable hand lights mounted in brackets fastened to the apparatus. The hand lights are not on the apparatus as manufactured. The fire department will provide and mount these hand lights. CAB INSTRUMENTATION The cab instrument panel will be a molded ABS panel and include gauges, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function of the instrument panel controls and switches will be identified by a label adjacent to each item. Actuation of the headlight switch will illuminate the labels in low light conditions. Telltale indicator lamps will not be illuminated unless necessary. The cab instruments and controls will be conveniently located within the forward cab section, forward of the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. Gauges The gauge panel will include the following ten (10) black faced gauges with black bezels to monitor vehicle performance: • Voltmeter gauge (volts): o Low volts (11.8 VDC) ▪ Amber telltale light on indicator light display with steady tone alarm o High volts (15.5 VDC) ▪ Amber telltale light on indicator light display with steady tone alarm • Engine Tachometer (RPM) • Speedometer MPH (Major Scale), KM/H (Minor Scale) • Fuel level gauge (Empty - Full in fractions): o Low fuel (1/8 full) ▪ Amber indicator light in gauge dial with steady tone alarm • Engine Oil pressure Gauge (PSI): o Low oil pressure to activate engine warning lights and alarms 46 of 98 ▪ Red indicator light in gauge dial with steady tone alarm • Front Air Pressure Gauges (PSI): o Low air pressure to activate warning lights and alarm ▪ Red indicator light in gauge dial with steady tone alarm • Rear Air Pressure Gauges (PSI): o Low air pressure to activate warning lights and alarm ▪ Red indicator light in gauge dial with steady tone alarm • Transmission Oil Temperature Gauge (Fahrenheit): o High transmission oil temperature activates warning lights and alarm ▪ Amber indicator light in gauge dial with steady tone alarm • Engine Coolant Temperature Gauge (Fahrenheit): o High engine temperature activates an engine warning light and alarms ▪ Red indicator light in gauge dial with steady tone alarm • Diesel Exhaust Fluid Level Gauge (Empty - Full in fractions): o Low fluid (1/8 full) ▪ Amber indicator light in gauge dial Indicator Lamps To promote safety, the following telltale indicator lamps will be located on the instrument panel in clear view of the driver. The indicator lamps will be "dead-front" design that is only visible when active. The colored indicator lights will have descriptive text or symbols. The following amber telltale lamps will be present: • Low coolant • Trac cntl (traction control) (where applicable) • Check engine • Check trans (check transmission) • Air rest (air restriction) • DPF (engine diesel particulate filter regeneration) • HET (engine high exhaust temperature) (where applicable) • ABS (antilock brake system) • MIL (engine emissions system malfunction indicator lamp) (where applicable) • Regen inhibit (engine emissions regeneration inhibit) (where applicable) • Side roll fault (where applicable) • Front air bag fault (where applicable) • Aux brake overheat (auxiliary brake overheat) (where applicable) • The following red telltale lamps will be present: • Ladder rack down • Parking brake • Stop engine • The following green telltale lamps will be present: • Left turn • Right turn 47 of 98 • Battery on • Ignition • Aux brake (auxiliary brake engaged) (where applicable) • The following blue telltale lamps will be present: • High beam Alarms Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning condition is active. Indicator Lamp and Alarm Prove-Out A system will be provided which automatically tests telltale indicator lights and alarms located on the cab instrument panel. Telltale indicators and alarms will perform prove-out for 3 to 5 seconds when the ignition switch is moved to the on position with the battery switch on. Control Switches For ease of use, the following controls will be provided immediately adjacent to the cab instrument panel within easy reach of the driver. All switches will have backlit labels for low light applications. Headlight/Parking light switch: A three (3)-position maintained rocker switch will be provided. The first switch position will deactivate all parking and headlights. The second switch position will activate the parking lights. The third switch will activate the headlights. Panel back lighting intensity control switch: A three (3)-position momentary rocker switch will be provided. Pressing the top half of the switch, "Panel Up" increases the panel back lighting intensity and pressing the bottom half of the switch, "Panel Down" decreases the panel back lighting intensity. Pressing the half or bottom half of the switch several times will allow back lighting intensity to be gradually varied from minimum to maximum intensity level for ease of use. Ignition switch: A three (3)-position maintained/momentary rocker switch will be provided. The first switch position will turn off and deactivate vehicle ignition. The second switch position will activate vehicle ignition and will perform prove-out on the telltale indicators and alarms for 3 to 5 seconds after the switch is turned on. A green indicator lamp is activated with vehicle ignition. The third momentary position will temporarily silence all active cab alarms. An alarm "chirp" may continue as long as alarm condition exists. Switching ignition to off position will terminate the alarm silence feature and reset function of cab alarm system. Engine start switch: A two (2)-position momentary rocker switch will be provided. The first switch position is the default switch position. The second switch position will activate the vehicle's engine. The switch actuator is designed to prevent accidental activation. Hazard switch will be provided on the instrument panel or on the steering column. Heater and defroster controls. Turn signal arm: A self-canceling turn signal with high beam headlight controls. 48 of 98 Windshield wiper control will have high, low, and intermittent modes. Parking brake control: An air actuated push/pull park brake control. Chassis horn control: Activation of the chassis horn control will be provided through the center of the steering wheel. High idle engagement switch: A maintained rocker switch with integral indicator lamp will be provided. The switch will activate and deactivate the high idle function. The "OK To Engage High Idle" indicator lamp must be active for the high idle function to engage. A green indicator lamp integral to the high idle engagement switch will indicate when the high idle function is engaged. "OK To Engage High Idle" indicator lamp: A green indicator light will be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. Emergency switching will be controlled by multiple individual warning light switches for various groups or areas of emergency warning lights. An Emergency Master switch provided on the instrument panel that enables or disables all individual warning light switches is included. An additional "Emergency Master" button will be provided on the lower left hand corner of the gauge panel to allow convenient control of the "Emergency Master" system from inside the driver's door when standing on the ground. Custom Switch Panels The design of cab instrumentation will allow for emergency lighting and other switches to be placed within easy reach of the operator thus improving safety. There will be positions for up to four (4) switch panels in the lower instrument console and up to six (6) switch panels in the overhead visor console. All switches have backlit labels for low light conditions. 49 of 98 [Gauge Cluster and Lower Switch Panels] [Overhead Switch Panels] Diagnostic Panel A diagnostic panel will be provided and accessible while standing on the ground. The panel will be located inside the driver's side door left of the steering column. The diagnostic panel will allow diagnostic tools such as computers to connect to various vehicle systems for improved troubleshooting providing a lower cost of ownership. Diagnostic switches will allow ABS systems to provide blink codes should a problem exist. The diagnostic panel will include the following: • ENGINE/TRANSMISSION/ABS J1939 Diagnostic Port • ABS Diagnostic Switch and Indicator - The switch and amber indicator will allow access to diagnostic mode and display of standard ABS system fault blink codes that may be generated by the ABS system • DPF REGEN (Diesel Particulate Filter Regeneration Switch) (where applicable) will be provided to request regeneration of the engine emission system. An amber indicator will be provided on top of the switch that will illuminate in a "CHECK ENGINE" condition • REGEN INHIBIT (Diesel Particulate Filter Regeneration Inhibit Switch) (where applicable) will be provided that will request that regeneration be temporarily prevented. A green indicator will be provided on top of the Regen Inhibit switch that will illuminate when the Regen Inhibit feature is active. Regen Inhibit will be disabled upon cycling of the ignition switch to the off state. AIR RESTRICTION INDICATOR A high air restriction warning indicator light (electronic) will be provided. 50 of 98 OFFICER SPEEDOMETER A Class I digital display speedometer will be recessed into the instrument panel Determined at drawing approval. "DO NOT MOVE APPARATUS" INDICATOR A flashing red indicator light, located in the driving compartment, will be illuminated automatically per the current NFPA requirements. The light will be labeled "Do Not Move Apparatus If Light Is On." The same circuit that activates the Do Not Move Apparatus indicator will activate a pulsing alarm when the parking brake is released. SWITCH PANELS The built-in switch panels will be located in the lower console or overhead console of the cab. Switches will be rocker type with an indicator light, of which is an integral part of the switch. WIPER CONTROL Wiper control will consist of a two (2)-speed windshield wiper control with intermittent feature and windshield washer controls. SPARE CIRCUIT There will be two (2) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: • The positive wire will be connected directly to the ignition switched power. • The negative wire will be connected to ground. • Wires will be protected to 15 amps at 12 volts DC. • Power and ground will terminate Passenger forward area of engine tunnel. • Termination will be with 15 amp, power point plug with rubber cover. • Wires will be sized to 125 percent of the protection. This circuit(s) may be load managed when the parking brake is set. CUSTOMER SUPPLIED RADIO WIRING There will be one (1) 12 volt combination wiring leads of which each will include one (1) battery switched, one (1) ignition and one (1) negative for use with radio equipment. Each lead will be 18.00" long and be provided Officer Dash. The leads will be clearly marked in a coil and terminate with butt splices. A breaker rated for 30 amps will be provided for circuit protection of the battery switched lead with a minimum of 10 gauge wire. A breaker rated for 7.5 amps will be provided for circuit protection of the ignition lead. The wires will be colored coded as follows: • red for battery switched 51 of 98 • yellow for ignition • black for ground INFORMATION CENTER There will be a LCD display integral to the cab gauge panel provided that will display the following information: • Total distance • Trip distance • Total hours • Trip hours • PTO "A" hours • PTO "B" hours COLLISION MITIGATION There will be a HAAS Alert®, Model HA5 Responder-to-Vehicle (R2V) collision avoidance system provided on the apparatus. The HA5 cellular transponder module will be installed behind the cab windshield, as high and near to the center as practical, to allow clear visibility to the sky. The module dimensions are 5.40" long x 2.70" wide x 1.30" high, and operating temperature range is -40 degree C to 85 degree C. The transponder will be connected to the vehicle's emergency master circuit and battery direct power and ground. While responding with emergency lights on, the HA5 transponder sends alert messages via cellular network to motorists in the vicinity of the responding truck that are equipped with the WAZE app. While on scene with emergency lights on, the HA5 transponder sends road hazard alerts to motorists in the vicinity of the truck that are equipped with the WAZE app. The HA5 Responder-to-Vehicle (R2V) collision avoidance system will include the transponder and a 5 year cellular plan subscription. Activation of the HAAS Alert system requires a representative of the customer to accept the End User License Agreement (EULA) via an on-line portal. VEHICLE DATA RECORDER There will be a vehicle data recorder (VDR) capable of reading and storing vehicle information provided. The information stored on the VDR can be downloaded through a USB port mounted in a convenient location determined by cab model. A USB cable can be used to connect the VDR to a laptop to retrieve required information. The program to download the information from the VDR will be available to download on-line. The vehicle data recorder will be capable of recording the following data via hardwired and/or CAN inputs: 52 of 98 • Vehicle Speed - MPH • Acceleration - MPH/sec • Deceleration - MPH/sec • Engine Speed - RPM • Engine Throttle Position - % of Full Throttle • ABS Event - On/Off • Seat Occupied Status - Yes/No by Position • Seat Belt Buckled Status - Yes/No by Position • Master Optical Warning Device Switch - On/Off • Time - 24 Hour Time • Date - Year/Month/Day Seat Belt Monitoring System A seat belt monitoring system (SBMS) will be provided. The SBMS will be capable of monitoring up to 10 seating positions indicating the status of each seat position per the following: • Seat Occupied & Buckled = Green LED indicator illuminated • Seat Occupied & Unbuckled = Red LED indicator with audible alarm • No Occupant & Buckled = Red LED indicator with audible alarm • No Occupant & Unbuckled = No indicator and no alarm The SBMS will include an audible alarm that will warn that an unbuckled occupant condition exists and the parking brake is released, or the transmission is not in park. RADIO ANTENNA MOUNT There will be one (1) standard 1.125", 18 thread antenna-mounting base(s) installed on the right side on the cab roof with high efficiency, low loss, coaxial cable(s) routed to the instrument panel area. A weatherproof cap will be installed on the mount. VEHICLE CAMERA SYSTEM There will be a color vehicle camera system provided with the following: • One (1) camera located at the rear of the apparatus, pointing rearward, displayed automatically with the vehicle in reverse. The camera image will be displayed on a 7.00" LCD display located in view of the driver in the custom dash, per instrument panel layout. The display will include manual camera activation capability and audio from the active camera. The following components will be included: • One (1) MO700136DC, display • One (1) SV-CW134639CAI, camera • All necessary cables 53 of 98 ELECTRICAL POWER CONTROL SYSTEM A compartment will be provided in or under the cab to house the vehicle's electrical power and signal circuit protection and control components. The power and signal protection and control compartment will contain circuit protection devices and power control devices. Power and signal protection and control components will be protected against corrosion, excessive heat, excessive vibration, physical damage and water spray. Serviceable components will be readily accessible. Circuit protection devices, which conform to SAE standard, will be utilized to protect each circuit. All circuit protection devices will be sized to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers will be Type-I automatic reset (continuously resetting) and conform to SAE J553 or J258. When required, automotive type fuses conforming to SAE J554, J1284, J1888 or J2077 will be utilized to protect electronic equipment. Power control relays and solenoids will have a direct current (dc) rating of 125 percent of the maximum current for which the circuit is protected. Visual status indicators will be supplied to identify control safety interlocks and vehicle status. In addition to visual status indicators, audible alarms designed to provide early warning of problems before they become critical will be used. VOLTAGE MONITOR SYSTEM A voltage monitor system will be provided to indicate the status of each battery system connected to the vehicle's electrical load. The monitor system will provide visual and audio warning when the system voltage is above or below optimum levels. POWER AND GROUND STUDS Spare circuits will be provided in the primary distribution center for two-way radio equipment. The spare circuits will consist of the following: • One (1) 12-volt DC, 30 amp battery direct spare • One (1) 12-volt DC ground and un-fused switched battery stud located in or adjacent to the power distribution center EMI/RFI PROTECTION The electrical system proposed will include means to control undesired electromagnetic and radio frequency emissions. State of the art electrical system design and components will be used to ensure radiated and conducted EMI (electromagnetic interference) and RFI (radio frequency interference) emissions are suppressed at their source. The apparatus proposed will have the ability to operate in the electromagnetic environment typically found in fire ground operations. The contractor will be able to demonstrate the EMI and RFI testing has been done on similar apparatus and certifies that the vehicle proposed meets SAE J551 requirements. EMI/RFI susceptibility will be controlled by applying immune circuit designs, shielding, twisted pair wiring and filtering. The electrical system will be designed for full compatibility with low level control 54 of 98 signals and high powered two-way radio communication systems. Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI-RFI susceptibility. ELECTRICAL All 12-volt electrical equipment installed by Pierce Manufacturing will conform to modern automotive practices. All wiring will be high temperature crosslink type. Wiring will be run, in loom or conduit, where exposed and have grommets where wire passes through sheet metal. Automatic reset circuit breakers will be provided which conform to SAE Standards. Wiring will be color, function and number coded. Function and number codes will be continuously imprinted on all wiring harness conductors at 2.00" intervals. Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: 1. All holes made in the roof will be caulked with silicon. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof. 2. Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. Exposed area will be defined as any location outside of the cab or body. 3. Electrical components designed to be removed for maintenance will not be fastened with nuts and bolts. Metal screws will be used in mounting these devices. Also, a coil of wire will be provided behind the appliance to allow them to be pulled away from mounting area for inspection and service work. 4. Corrosion preventative compound will be applied to all terminal plugs located outside of the cab or body. All non-waterproof connections will have this compound in the plug to prevent corrosion and for easy separation (of the plug). 5. All lights that have their sockets in a weather exposed area will have corrosion preventative compound added to the socket terminal area. 6. All electrical terminals in exposed areas will have silicon (1890) applied completely over the metal portion of the terminal. All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, will be furnished. Rear identification lights will be recessed mounted for protection. Lights and wiring mounted in the rear bulkheads will be protected from damage by installing a false bulkhead inside the rear compartments. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery. BATTERY SYSTEM There will be four (4) 12 volt Exide®, Model 31S950X3W, batteries that include the following features will be provided: • 950 CCA, cold cranking amps 55 of 98 • 190 amp reserve capacity • High cycle • Group 31 • Rating of 3800 CCA at 0 degrees Fahrenheit • 760 minutes of reserve capacity • Threaded stainless steel studs Each battery case will be a black polypropylene material with a vertically ribbed container for increased vibration resistance. The cover will be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery will consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM There will be a single starting system with an ignition switch and starter button provided and located on the cab instrument panel. MASTER BATTERY SWITCH There will be a master battery switch provided within the cab within easy reach of the driver to activate the battery system. An indicator light will be provided on the instrument panel to notify the driver of the status of the battery system. BATTERY COMPARTMENTS Batteries will be placed on non-corrosive mats and stored in well ventilated compartments located under the cab. Heavy-duty, 2/0 gauge, color coded battery cables will be provided. Battery terminal connections will be coated with anti-corrosion compound. Battery solenoid terminal connections will be encapsulated with semi-permanent rubberized compound. JUMPER STUDS One (1) set of battery jumper studs with plastic color-coded covers will be included on the battery compartments. BATTERY CHARGER There will be an IOTA™, Model DSL 75, battery charger with IQ4, controller provided. The battery charger will be wired to the AC shoreline inlet through an AC receptacle adjacent to this battery charger. There will be a Kussmaul™, Model #091-94-12, remote indicator included. The battery charger will be located in the left body compartment mounted on the left wall as high as possible. 56 of 98 The battery charger indicator will be located on the driver's seat riser. AUTO EJECT FOR SHORELINE There will be one (1) Kussmaul™, Model 091-55-20-120, 20 amp 120 volt AC shoreline inlet(s) provided to operate the dedicated 120 volt AC circuits on the apparatus. The shoreline inlet(s) will include red weatherproof flip up cover(s). There will be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is starting. The shoreline(s) will be connected to the battery charger. There will be a mating connector body supplied with the loose equipment. There will be a label installed near the inlet(s) that state the following: • Line Voltage • Current Ratting (amps) • Phase • Frequency The shoreline receptacle will be located on the driver side of cab, above wheel. ALTERNATOR There will be a C.E Niehoff, Model C531 or C537 alternator provided. It will have a rated output current of 360 amps, as measured by SAE method J56. It will have a custom three (3)-set point voltage regulator, manufactured by C. E. Niehoff. The alternator will be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. ELECTRONIC LOAD MANAGEMENT An electronic load management (ELM) system that monitors the vehicles 12-volt electrical system, and automatically reduces the electrical load in the event of a low voltage condition and by doing so, ensures the integrity of the electrical system. The ELM will monitor the vehicle's voltage while at the scene (parking brake applied). It will sequentially shut down individual electrical loads when the system voltage drops below a preset value. Two (2) separate electrical loads will be controlled by the load manager. The ELM will sequentially re- energize electrical loads as the system voltage recovers. HEADLIGHTS There will be four (4) JW Speaker®, Model 8800, 4" x 6" rectangular LED lights mounted in the front quad style, chrome housing on each side of the cab grille: • the outside light on each side will contain a part number 055***1 low beam module • the inside light on each side will contain a part number 055***1 high beam module • the headlight to include chrome bezels 57 of 98 The low beam lights will be activated when the headlight switch is on. The high beam and low beam lights will be activated when the headlight switch and the high beam switch is activated. DIRECTIONAL LIGHTS There will be two (2) Whelen®, Model C6T*, 5.12" high x 7.56" wide x 1.56" deep amber LED populated arrow directional lights provided on the front of the cab, above the headlights. Each light will be housed in the same quad common bezel as the front warning light. The lens color(s) to be clear. INTERMEDIATE LIGHT There will be two (2) Weldon, Model 9186-8580-29, amber LED turn signal marker lights furnished, one (1) each side, in the rear fender panel. The light will double as a turn signal and marker light. CAB CLEARANCE/MARKER/ID LIGHTS There will be seven (7) amber LED lights provided per the following: • Three (3) amber LED identification lights will be installed in the center of the cab above the windshield. • Two (2) amber LED clearance lights will be installed, one (1) on each outboard side of the cab above the windshield as close to the outside of the apparatus as practical. • Two (2) amber LED clearance lights will be installed, one (1) on each side of the cab as high and far forward as practical. FRONT CAB SIDE DIRECTIONAL/MARKER LIGHTS There will be two (2) Weldon, Model 9186-8580-29, amber LED lights installed front of the cab door, one (1) on each side of the cab. The lights will activate as marker lights with the headlight switch and directional lights with the corresponding directional circuit. REAR CLEARANCE/MARKER/ID LIGHTING There will be a three (3) LED light bar used as identification lights located at the rear of the apparatus per the following: • As close as practical to the vertical centerline • Centers spaced not less than 6.00" or more than 12.00" apart • Red in color • All at the same height There will be two (2) LED lights installed at the rear of the apparatus used as clearance lights located at the rear of the apparatus per the following: • To indicate the overall width of the vehicle • One (1) each side of the vertical centerline • As near the top as practical • Red in color 58 of 98 • To be visible from the rear • All at the same height There will be two (2) LED lights installed on the side of the apparatus used as marker lights as close to the rear as practical per the following: • To indicate the overall length of the vehicle • One (1) each side of the vertical centerline • As near the top as practical • Red in color • To be visible from the side • All at the same height There will be two (2) red reflectors located on the rear of the truck facing to the rear. One (1) each side, as far to the outside as practical, at a minimum of 15.00", but no more than 60.00", above the ground. There will be two (2) red reflectors located on the side of the truck facing to the side. One (1) each side, as far to the rear as practical, at a minimum of 15.00", but no more than 60.00", above the ground. Per FMVSS 108 and CMVSS 108 requirements. REAR FMVSS LIGHTING The rear stop/tail and directional LED lighting will consist of the following: • Two (2) Whelen®, Model M6BTT, red LED stop/tail lights • Two (2) Whelen, Model M6T, amber LED arrow turn lights The lights will be provided with color lenses. The lights will be mounted in a polished combination housing. There will be two (2) Whelen Model M6BUW, LED backup lights provided in the tail light housing. LICENSE PLATE BRACKET There will be one (1) license plate bracket mounted on the rear of the body. A white LED light will illuminate the license plate. A stainless steel light shield will be provided over the light that will direct illumination downward, preventing white light to the rear. LIGHTING BEZEL There will be two (2) Whelen, Model M6FCV4P, four (4) place chromed ABS housings with Pierce logos provided for the rear M6 series stop/tail, directional, back up, scene lights or warning lights. BACK-UP ALARM A PRECO, Model 1040, solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse will be provided. The device will sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) dBA above surrounding environmental noise levels. 59 of 98 CAB PERIMETER SCENE LIGHTS There will be four (4) Amdor, Model AY-LB-12HW020, 350 lumens each, 20.00" white LED strip lights provided, one (1) for each cab door. These lights will be activated automatically when the battery switch is on and the exit doors are opened or by the same means as the body perimeter scene lights. PUMP HOUSE PERIMETER LIGHTS There will be two (2) Amdor, Model AY-LB-12HW020, 350 lumens each, 20.00" LED weatherproof strip lights with brackets provided under the pump panel running boards, one (1) each side. If the combination of options in the vehicle does not permit clearance for a 20.00" light, a 12.00" version of the Amdor light will be installed. The lights will be controlled by the same means as the body perimeter lights. BODY PERIMETER SCENE LIGHTS There will be two (2) Amdor, Model AY-LB-12HW020, 350 lumens, 20.00" long, white LED's, 12 volt DC lights provided at the rear step area of the body, one (1) each side shining to the rear. The perimeter scene lights will be activated when the parking brake is applied. STEP LIGHTS Four (4) white LED step lights will be provided. One (1) step light will be provided on each side, on the front compartment face and two (2) step lights at the rear to illuminate the tailboard. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15.00" x 15.00" square placed 10.00" below the light and a minimum of 1.5 fc covering an entire 30.00" x 30.00" square at the same 10.00" distance below the light. These step lights will be actuated with the pump panel light switch. All other steps on the apparatus will be illuminated per the current edition of NFPA 1901. 12 VOLT LIGHTING There will be two (2) HiViz FIRETECH, Model FT-B-46-*, 46.00" 12 volt DC LED light(s) with a combination of flood and spot optics and adjustable mounting brackets mounted One on each side of upper body rear most location. The color of the light housing(s) and brackets will be painted parts of the light housing and brackets to be white. The light(s) selected above will be controlled by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel. These light(s) may be load managed when the parking brake is applied. 60 of 98 12 VOLT LIGHTING There will be two (2) HiViz FIRETECH, Model FT-B-46-*, 46.00" 12 volt DC LED light(s) with a combination of flood and spot optics and adjustable mounting brackets mounted One on each side of crew cab. The color of the light housing(s) and brackets will be painted parts of the light housing and brackets to be white. The light(s) selected above will be controlled by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel. These light(s) may be load managed when the parking brake is applied. 12 VOLT LIGHTING There will be one (1) Rigid Industries, part number 886213, 85,538 raw lumens, 54" long, 12 volt DC white LED light bar provided on the front visor. The light bar housing will be black and the LED's will be spot. The light bar will be activated by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel . These light(s) may be load managed when the parking brake is applied. DECK LIGHTS There will be two (2) Whelen, Model PFBP12C, 12 volt DC LED floodlights with swivel mount provided at the rear of the hose bed, one (1) each side. The lights will be activated by a control from a switch at the rear of the truck. HOSE BED LIGHTS There will be white 12 volt DC LED light strips with stainless steel protective cover, provided to light the hose bed area. Hose Bed lights will meet the photometric levels listed in NFPA 1901 for Hose Bed lighting requirements. • Light strip(s) will be installed along the upper edge of the left side of the hose bed. • Light strip(s) will be installed along the upper edge of the right side of the hose bed. The lights will be activated by a switch located near the water tank fill dome and by a cup switch at the rear of the apparatus no more than 72.00" from the ground. HOSE BED LIGHT There will be two (2) Amdor Model AY-LB-12HW040, 700 lumens, 40.00" LED light located each side of hose bed near top. The light(s) will be activated when the battery switch is on, and by a cup switch at the rear of the apparatus no more than 72.00" from the ground. 61 of 98 REAR SCENE LIGHT(S) There will be two (2) Whelen®, Model M9LZC, LED scene light(s) with chrome trim bezel(s) installed at the rear of the apparatus, one (1) high on the driver's side rear body bulkhead and one (1) high on the passenger's side rear body bulkhead. The light(s) will be controlled by a switch at the driver's side switch panel and by a cup switch at the driver's side rear bulkhead. The light(s) may be load managed when the parking brake is applied. WALKING SURFACE LIGHT There will be Model FRP, 4" round black 12 volt DC LED floodlight(s) with bolt mount provided to illuminate the entire designated walking surface on top of the body. The light(s) will be activated when the body step lights are on. WATER TANK Booster tank will have a capacity of 750 gallons and be constructed of polypropylene plastic by United Plastic Fabricating, Incorporated. The tank will be designed to achieve a low hosebed. Tank design will be a stepped design with the forward section of the tank higher than the section of the tank that is below the hose bed. Tank joints and seams will be nitrogen welded inside and out. Tank will be baffled in accordance with NFPA Bulletin 1901 requirements. Baffles will have vent openings at both the top and bottom to permit movement of air and water between compartments. Longitudinal partitions will be constructed of .38" polypropylene plastic and will extend from the bottom of the tank through the top cover to allow for positive welding. Transverse partitions will extend from 4.00" off the bottom of the tank to the underside of the top cover. All partitions will interlock and will be welded to the tank bottom and sides. Tank top will be constructed of .50" polypropylene. It will be recessed .38" and will be welded to the tank sides and the longitudinal partitions. Tank top will be sufficiently supported to keep it rigid during fast filling conditions. Construction will include 2.00" polypropylene dowels spaced no more than 30.00" apart and welded to the transverse partitions. Two (2) of the dowels will be drilled and tapped (.50" diameter, 13.00" deep) to accommodate lifting eyes. A sump that will be sized dependent on the tank to pump plumbing will be provided at the bottom of the water tank. 62 of 98 Sump will include a drain plug and the tank outlet. Tank will be installed in a fabricated cradle assembly constructed of structural steel. Sufficient crossmembers will be provided to properly support bottom of tank. Crossmembers will be constructed of steel bar channel or rectangular tubing. Tank will "float" in cradle to avoid torsional stress caused by chassis frame flexing. Rubber cushions, .50" thick x 3.00" wide, will be placed on all horizontal surfaces that the tank rests on. Stops or other provision will be provided to prevent an empty tank from bouncing excessively while moving vehicle. Mounting system will be approved by the tank manufacturer. Fill tower will be constructed of .50" polypropylene and will be a minimum of 8.00" wide x 14.00" long. Fill tower will be furnished with a .25" thick polypropylene screen and a hinged cover. An overflow pipe, constructed of 4.00" schedule 40 polypropylene, will be installed approximately halfway down the fill tower and extend through the water tank and exit to the rear of the rear axle. SLEEVE, PLUMBING, THROUGH TANK One (1) sleeve will be provided in the water tank for a 3.00" pipe to the rear. WATER TANK RESTRAINT A heavy-duty water tank restraint will be provided. HOSE BED The hose bed will be fabricated of .125"-5052 aluminum with a nominal 38,000 psi tensile strength. The hose bed will be as low as practical. Upper and rear edges of side panels will have a double break for rigidity. The upper inside area of the beavertails will be covered with brushed stainless steel to prevent damage to painted surface when hose is removed. Flooring of the hose bed will be removable aluminum grating with the top surface corrugated to aid in hose aeration. The grating slats will be a minimum of 0.50" x 4.50" with spacing between slats for hose ventilation. A cross divider will be provided at the front of the hose bed before the tank transitions from the lower section to the upper section. The divider will run from the top of the side sheet down below the hose bed grating. The inside of the hose bed will be painted . The inside of the cargo area above the pump will be painted . Hose bed will accommodate 1000 ft of 5" rubber hose, 400 ft of 1.75 hose poly, and 600 ft 3" poly hose. 63 of 98 HOSE BED DIVIDER Three (3) adjustable hosebed dividers will be furnished for separating hose. Each divider will be constructed of a .25" brushed aluminum sheet. Flat surfaces will be sanded for uniform appearance, or constructed of brushed aluminum. Divider will be fully adjustable by sliding in tracks, located at the front and rear of the hose bed. Divider will be held in place by tightening bolts, at each end. Acorn nuts will be installed on all bolts in the hose bed which have exposed threads. HOSE BED HOSE RESTRAINT The hose in the hose bed will be restrained by a black nylon Velcro® strap at the top of the hosebed. At the rear of the hose bed, 2.00" black nylon webbing with a 1.50" x 4.00" box pattern will attach at the top rear outside corners with seat belt buckle fasteners. The webbing will have straps connected with seat belt buckle fasteners located at the rear body sheet below the hose bed. A cross-divider will be provided just behind the fill tower. The divider will be bolted to the side sheet. RUNNING BOARDS Running boards will be fabricated of .125" bright aluminum treadplate. Each running board will be supported by a welded 2.00" square tubing and channel assembly, which will be bolted to the pump compartment substructure. Running boards will be 12.75" deep and spaced .50" away from the pump panel. A splash guard will be provided above the running board treadplate. TAILBOARD The tailboard will also be constructed of .125" bright aluminum treadplate and spaced .50" from the body, as well as supported by a structural steel assembly. The tailboard area will be 16.00" deep. The exterior side will be flanged down and in for increased rigidity of tailboard structure. REAR WALL, SMOOTH ALUMINUM/BODY MATERIAL The rear facing surfaces of the center rear wall will be smooth aluminum. The bulkheads, the surface to the rear of the side body compartments, will be smooth and the same material as the body. Any inboard facing surfaces below the height of the hosebed will be aluminum diamondplate. TOW BAR A tow bar will be installed under the tailboard at center of truck. Tow bar will be fabricated of 1.00" CRS bar rolled into a 3.00" radius. 64 of 98 Tow bar assembly will be constructed of .38" structural angle. When force is applied to the bar, it will be transmitted to the frame rail. Tow bar assembly will be designed and positioned to allow up to a 30-degree upward angled pull of 17,000 lb, or a 20,000 lb straight horizontal pull in line with the centerline of the vehicle. Tow bar design will have been fully tested and evaluated using strain gauge testing and finite element analysis techniques. RUNNING BOARD HOSE RESTRAINT A pair of 2.00" wide black nylon straps with Velcro fasteners will be provided for each hose tray to secure the hose during travel. There will be One (1) hose tray located in the left side running board. HOSE TRAY One (1) hose tray will be recessed in the left hand side running board. Capacity of the tray will be 25.00' of 5.00" soft suction hose. Rubber matting will be installed on the floor of the tray to provide proper ventilation. COMPARTMENTATION Body and compartments will be fabricated of .125", 5052-H32 aluminum. Side compartments will be an integral assembly with the rear fenders. Circular fender liners will be provided for prevention of rust pockets and ease of maintenance. Side compartment flooring will be of the sweep out design with the floor higher than the compartment door lip. The side compartment door opening will be framed by flanging the edges in 1.75" and bending out again .75" to form an angle. Drip protection will be provided above the doors by means of bright aluminum extrusion, formed bright aluminum treadplate or polished stainless steel. The top of the compartment will be covered with bright aluminum treadplate rolled over the edges on the front, rear and outward side. These covers will have the corners welded. Side compartment covers will be separate from the compartment tops. Front facing compartment walls will be covered with bright aluminum treadplate. All screws and bolts which protrude into a compartment will have acorn nuts on the ends to prevent injury. UNDERBODY SUPPORT SYSTEM Due to the severe loading requirements of this pumper a method of body and compartment support suitable for the intended load will be provided. 65 of 98 The backbone of the support system will be the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads. The support system will include .375" thick steel vertical angle supports bolted to the chassis frame rails with .625" diameter bolts. Attached to the bottom of the steel vertical angles will be horizontal angles, with gussets welded to the vertical members, which extend to the outside edge of the body. A steel frame will be mounted on the top of these supports to create a floating substructure which will result in a 500 lb equipment support rating per lower compartment. The floating substructure will be separated from the horizontal members with neoprene elastomer isolators. These isolators will reduce the natural flex stress of the chassis from being transmitted to the body. Isolators will have a broad load range, proven viability in vehicular applications, be of a fail safe design and allow for all necessary movement in three (3) transitional and rotational modes. The neoprene isolators will be installed in a modified V three (3)-point mounting pattern to reduce the natural flex of the chassis being transmitted to the body. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas will comply with the required average slip resistance of the current NFPA standards. LOUVERS Louvers will be stamped into compartment walls to provide the proper airflow inside the body compartments and to prevent water from dripping into the compartment. Where these louvers are provided, they will be formed into the metal and not added to the compartment as a separate plate. TESTING OF BODY DESIGN Body structural analysis has been fully tested. Proven engineering and test techniques such as finite element analysis, stress coating and strain gauging have been performed with special attention given to fatigue, life and structural integrity of the cab, body and substructure. Body will be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure will include: • Raising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may experience when driving over a curb. • Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. • Driving the vehicle at 35 mph on a washboard road. • Driving the vehicle at 55 mph on a smooth road. • Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough pavement. 66 of 98 Evidence of actual testing techniques will be made available upon request. LEFT SIDE COMPARTMENTATION The left side compartmentation will consist of three (3) rollup door compartments. A full height, rollup door compartment ahead of the rear wheels will be provided. The interior dimensions of this compartment will be 44.00" wide x 66.63" high x 25.88" deep in the lower 25.00" of the compartment and 12.00" deep in the remaining upper portion. The clear door opening will be a minimum of 38.25" wide x 56.88" high. A rollup door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 66.50" wide x 32.88" high x 12.00" deep. The clear door opening will be a minimum of 58.25" wide x 23.13" high. A full height, rollup door compartment behind the rear wheels will be provided. The interior dimensions of this compartment will be 47.75" wide x 67.63" high x 25.88" deep in the lower 26.00" of height and 12.00" deep in the remaining upper section of the compartment. The clear door opening will be a minimum of 44.75" wide x 57.88" high. The interior height of the compartments will be measured from the compartment floor to the ceiling. The spool of the rollup door at the top of the compartment takes up some usable space. The depth of the compartments will be measured from the back wall to the inside of the door frame. Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will easily be accomplished with one (1) hand. RIGHT SIDE COMPARTMENTATION The right side compartmentation will consist of three (3) rollup door compartments. 67 of 98 A full height, rollup door compartment ahead of the rear wheels will be provided. The interior dimensions of this compartment will be 44.00" wide x 66.63" high x 25.88" deep in the lower 25.00" of the compartment and 12.00" deep in the remaining upper portion. The clear door opening will be a minimum of 38.25" wide x 56.88" high. A rollup door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 66.50" wide x 32.88" high x 12.00" deep. The clear door opening will be a minimum of 58.25" wide x 23.13" high. A full height, rollup door compartment behind the rear wheels will be provided. The interior dimensions of this compartment will be 47.75" wide x 67.63" high x 25.88" deep in the lower 26.00" of height and 12.00" deep in the remaining upper section of the compartment. The clear door opening will be a minimum of 44.75" wide x 57.88" high. The interior height of the compartments will be measured from the compartment floor to the ceiling. The spool of the rollup door at the top of the compartment takes up some usable space. The depth of the compartments will be measured from the back wall to the inside of the door frame. Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will easily be accomplished with one (1) hand. SIDE COMPARTMENT ROLLUP DOOR(S) There will be six (6) compartment doors installed on the side compartments, double faced, aluminum construction, painted one (1) color to match the lower portion of the body and manufactured by AMDOR™ brand rollup doors. Door(s) will be constructed using 1.00" extruded double wall aluminum slats which will feature a flat smooth interior surface to provide maximum protection against equipment hang-up. The slats will be 68 of 98 connected with a structural driven ball and socket hinge designed to provide maximum curtain diaphragm strength. Mounting and adjusting the curtain will be done with a clip system that connects the curtain to the balancer drum allowing for easy tension adjustment without tools. The slats will be mounted in reusable slat shoes with positive snap-lock securement. Each slat will incorporate weather tight recessed dual durometer seals. One (1) fin will be designed to locate the seal within the extrusion. The second will serve as a wiping seal which will also allow for compression to prevent water ingression. The doors will be mounted in a one (1)-piece aluminum side frame with recessed side seals to minimize seal damage during equipment deployment. All seals including side frames, top gutters and bottom panel are to be manufactured utilizing non-marring materials. Bottom panel flange of rollup door will be equipped with two (2) cut-outs to allow for easier access with gloved hands. A polished stainless steel lift bar to be provided for each roll-up door. The lift bar will be located at the bottom of door with striker latches installed at the base of the side frames. Side frame mounted door strikers will include support beneath the stainless steel lift bar to prevent door curtain bounce, improve bottom seal life expectancy and to avoid false door ajar signals. All injection molded rollup door wear components will be constructed of Type 6 nylon. Each rollup door will have a 3.00 inch diameter balancer/tensioner drum to assist in lifting the door. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. REAR COMPARTMENTATION A roll-up door compartment above the rear tailboard will be provided. The interior dimensions of this compartment will be 40.00" wide x 33.63" high x 25.88" deep. The spool of the rollup door at the top of the compartment takes up some usable space. The depth of the compartment will be calculated with the compartment door closed. A louvered, removable access panel will be furnished on the back wall of the compartment. The rear compartment will be open into the rear side compartments. The clear door opening of this compartment will be a minimum of 33.25" wide x 23.88" high. Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will easily be accomplished with one hand. ROLLUP REAR COMPARTMENT DOOR The rear compartment will have a rollup door. 69 of 98 The door will be double faced, aluminum construction, painted one (1) color to match the lower portion of the body and manufactured by AMDOR™ brand rollup doors. The door will be constructed using 1.00" extruded double wall aluminum slats which will feature a flat smooth interior surface to provide maximum protection against equipment hang-up. The slats will be connected with a structural driven ball and socket hinge designed to provide maximum curtain diaphragm strength. Mounting and adjusting the curtain will be done with a clip system that connects the curtain to the balancer drum allowing for easy tension adjustment without tools. The slats will be mounted in reusable slat shoes with positive snap-lock securement. Each slat will incorporate weather tight recessed dual durometer seals. One (1) fin will be designed to locate the seal within the extrusion. The second will serve as a wiping seal which will also allow for compression to prevent water ingression. The door will be mounted in a one (1)-piece aluminum side frame with recessed side seals to minimize seal damage during equipment deployment. All seals including side frames, top gutters and bottom panel are to be manufactured utilizing non-marring materials. Bottom panel flange of rollup door will be equipped with two (2) cut-outs to allow for easier access with gloved hands. A polished stainless steel lift bar to be provided for each roll-up door. The lift bar will be located at the bottom of door with striker latches installed at the base of the side frames. Side frame mounted door strikers will include support beneath the stainless steel lift bar to prevent door curtain bounce, improve bottom seal life expectancy and to avoid false door ajar signals. All injection molded rollup door wear components will be constructed of Type 6 Nylon. The door will have a 3.00 inch diameter balancer/tensioner drum to assist in lifting the door. The header for the rollup door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. DOOR GUARD There will be seven (7) compartment doors that will include a guard/drip pan designed to protect the rollup door from damage when in the retracted position and contain any water spray. The guard will be fabricated from stainless steel and installed left side rearward compartment, left side over the wheel compartment, left side forward compartment, right side rearward compartment, right side over the wheel compartment, right side forward compartment and rear compartment. COMPARTMENT LIGHTING There will be seven (7) compartments with Amdor, Model AY-9220, white 12 volt DC LED compartment light strips. The lights will be mounted with mechanical fasteners. There will be two (2) strip lights installed vertically in each compartment opening per the latest NFPA requirements. 70 of 98 The lights will be activated when the battery switch is on and the respective compartment door is opened. MOUNTING TRACKS There will be seven (7) sets of tracks for mounting shelf(s) in LS1, LS2, LS3, RS1, RS2, RS3 and B1. These tracks will be installed vertically to support the adjustable shelf(s), and will be full height of the compartment. The tracks will be painted to match the compartment interior. ADJUSTABLE SHELVES There will be seven (7) shelves with a capacity of 500 lb provided. The shelf construction will consist of .188" aluminum painted spatter gray with 2.00" sides. Each shelf will be infinitely adjustable by means of a threaded fastener, which slides in a track. The shelves will be held in place by .12" thick stamped plated brackets and bolts. The location(s) will be determined at a later date. SLIDE-OUT FLOOR MOUNTED TRAY There will be two (2) floor mounted slide-out tray(s) provided. Each tray will have 2.00" high sides and a minimum capacity rating of 500 lb in the extended position. Each tray will be constructed of aluminum painted spatter gray There will be two undermount-roller bearing type slides rated at 250lb each provided. The pair of slides will have a safety factor rating of 2. To ensure years of dependable service, the slides will be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation, the slides will require no more than a 50lb force for push-in or pull- out movement when fully loaded after having been subjected to a 40 hour vibration (shaker) test under full load. The vibration drive file will have been generated from accelerometer data collected from a heavy truck chassis driven over rough gravel roads in an unloaded condition. Proof of compliance will be provided upon request. Automatic locks will be provided for both the "in" and "out" positions. The trip mechanism for the locks will be located at the front of the tray for ease of use with a gloved hand. The location(s) will be B1. COMPARTMENT FLOOR SCUFFPLATE Aluminum treadplate will be provided on the floor of two (2) compartments. The locations will be, to be determined. The edges of the treadplate will be completely caulked before installation to prevent corrosion. 71 of 98 RUB RAIL Bottom edge of the side and rear of the body compartments will be trimmed with a bright aluminum extruded rub rail. Trim will be 2.12" high with 1.38" flanges turned outward for rigidity. The rub rails will not be an integral part of the body construction, which allows replacement in the event of damage. BODY FENDER CROWNS Polished stainless steel fender crowns will be provided around the rear wheel openings with a dielectric barrier will be provided between the fender crown and the fender sheet metal to prevent corrosion. The fender crowns will be held in place with stainless steel screws that thread directly into a composite nut and not directly into the parent body sheet metal to eliminate dissimilar metals contact and greatly reduce the chance for corrosion. Rubber welting will be provided between the body and crown. BODY FENDER LINER A painted fender liner will be provided. The liners will be removable to aid in the maintenance of rear suspension components. HARD SUCTION HOSE Hard suction hose will not be required. HANDRAILS The handrails will be 1.25" diameter anodized aluminum extrusion, with a ribbed design, to provide a positive gripping surface. Chrome plated end stanchions will support the handrail. Plastic gaskets will be used between end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails. Handrails will be provided to meet NFPA 1901 section 15.8 requirements. The handrails will be installed as noted on the sales drawing. HANDRAILS One (1) vertical handrail will be located on each rear beavertail. One (1) horizontal black rubber-covered handrail will be provided above the hose bed at the rear of the apparatus. The hose bed dividers shall be tied to the upper handrail or cross bar in order to provide sufficient reinforcement. ADDITIONAL HANDRAIL Four (4) handrails will be mounted to be determined. AIR BOTTLE STORAGE (DOUBLE) A quantity of three (3) air bottle compartments, 15.25" wide x 7.75" tall x 26.00" deep, will be provided on the left side forward of the rear wheels, on the left side rearward of the rear wheels, on the right side 72 of 98 forward of the rear wheels and on the right side rearward of the rear wheels . A polished stainless steel door with a Southco raised trigger C2 chrome lever latch will be provided to contain the air bottle. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, black rubber matting and "W" shaped insert formed of composite materials will be provided. EXTENSION LADDER There will be a 24' two-section aluminum Duo-Safety Series 900-A extension ladder provided. ROOF LADDER There will be a 14' aluminum Duo-Safety Series 775-A roof ladder provided. LADDER STORAGE The ladders will be stored between the water tank and the right side compartments. The ladders will extend into the pump compartment just to the rear of the water pump discharges. The ladder storage area will be enclosed as practical by means of sheet metal to protect the ladders from road dirt. The ladders that extend into the pump house will also be enclosed. A black rubber boot will be provided to enclose the ladders in the gap between the pump house and the body. Each ladder will be stored vertically in a separate stainless steel storage trough. Each stainless steel trough will be lined with Dura-Surf nylon slides. An aluminum enclosure will be provided at the rear of the body to properly contain the ladders. This enclosure will extend to the rear of the side body compartments. The enclosure will also include a vertically hinged smooth aluminum door with a D-handle latch to access the ladders. The door will be hinged on the right side. FOLDING LADDER One (1) 10.00' aluminum, Series 585-A, Duo-Safety folding ladder will be installed in a U-shaped trough inside the ladder storage compartment . PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) 8 ft or longer pike pole mounted in a bracket fastened to the apparatus. The pike pole is not on the apparatus as manufactured. The fire department will provide and mount the pike pole. The pike pole(s) will be a Duo-Safety 10' pike pole. 6' PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) 6' pike pole or plaster hook mounted in a bracket fastened to the apparatus. 73 of 98 The pike pole is not on the apparatus as manufactured. The fire department will provide and mount the pike pole. The pike pole(s) will be a Duo-Safety 6' pike pole. PIKE POLE STORAGE Aluminum tubing will be used for the storage of two (2) pike poles and will be located in ladder storage compartment. If the head of a pike pole can come in contact with a painted surface, a stainless steel scuffplate will be provided. REAR FOLDING STEPS Chrome Eberhard folding steps will be provided at the rear. All steps will provide adequate surface for stepping. Four (4) additional folding steps, Eberhard, will be located To be determined at drawing approval.. PUMP Pump will be a Waterous CSU, 1500 gpm single (1) stage midship mounted centrifugal type. Pump will be the class "A" type. Pump will deliver the percentage of rated discharge at pressures indicated below: - 100% of rated capacity at 150 psi net pump pressure. -70% of rated capacity at 200 psi net pump pressure. -50% of rated capacity at 250 psi net pump pressure. Pump body will be close-grained gray iron, bronze fitted, and horizontally split in two (2) sections for easy removal of the entire impeller shaft assembly (including wear rings). Pump will be designed for complete servicing from the bottom of the truck, without disturbing the pump setting or apparatus piping. Pump case halves will be bolted together on a single horizontal face to minimize chance of leakage and facilitate ease of reassembly. No end flanges will be used. Discharge manifold of the pump will be cast as an integral part of the pump body assembly and will provide a minimum of three (3) 3.50" openings for flexibility in providing various discharge outlets for maximum efficiency. The three (3) 3.50" openings will be located as follows: one (1) outlet to the right of the pump, one (1) outlet to the left of the pump, and one (1) outlet directly on top of the discharge manifold. Impeller shaft will be stainless steel, accurately ground to size. It will be supported at each end by sealed, anti-friction ball bearings for rigid precise support. Impeller will have flame plated hubs assuring maximum pump life and efficiency despite any presence of abrasive matter in the water supply. 74 of 98 Bearings will be protected from water and sediment by suitable stuffing boxes, flinger rings, and oil seals. No special or sleeve type bearings will be used. PUMP PACKING Stuffing boxes will be of the conventional two (2) piece, split-gland type, to permit adjustment or replacement of Grafoil packing without disturbing the pump. Water will be fed into stuffing box lantern rings for proper lubrication and cooling when the pump is operating. Lantern rings will be located at the inner ends of the stuffing boxes, to avoid having to remove them when replacing pump packing. Wear rings will be bronze and easily replaceable to restore original pump efficiency and eliminate the need to replace the entire pump casing due to wear. PUMP TRANSMISSION The pump transmission will be made of a three (3) piece, aluminum, horizontally split casing. Power transfer to pump will be through a high strength Morse HY-VO silent drive chain. By the use of a chain rather than gears, 50% of the sprocket will be accepting or transmitting torque, compared to two (2) or three (3) teeth doing all the work. Drive shafts will be 2.35" diameter hardened and ground alloy steel and supported by ball bearings. The case will be designed to eliminate the need for water cooling. PUMPING MODE An interlock system will be provided to ensure that the pump drive system components are properly engaged so that the apparatus can be safely operated. The interlock system will be designed to allow stationary pumping only. AIR PUMP SHIFT Pump shift engagement will be made by a two (2) position sliding collar, actuated pneumatically (by air pressure), with a three (3) position air control switch located in the cab. A manual back-up shift control will also be located on the left side pump panel. Two (2) indicator lights will be provided adjacent to the pump shift inside the cab. One (1) green light will indicate the pump shift has been completed and be labeled "pump engaged". The second green light will indicate when the pump has been engaged, and that the chassis transmission is in pump gear. This indicator light will be labeled "OK to pump". The pump shift will be interlocked to prevent the pump from being shifted out of gear when the chassis transmission is in gear to meet NFPA requirements. The pump shift control in the cab will be illuminated to meet NFPA requirements. TRANSMISSION LOCK-UP The direct gear transmission lock-up for the fire pump operation will engage automatically when the pump shift control in the cab is activated. 75 of 98 AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system will be provided to allow the use of water from the discharge side of the pump for cooling the engine water. The heat exchanger will be cylindrical type and will be a separate unit. The heat exchanger will be installed in the pump or engine compartment with the control located on the pump operator's control panel. Exchanger will be plumbed to the master drain valve. INTAKE RELIEF VALVE - PUMP There will be One (1) Elkhart Style 40 relief valve(s) installed on the suction side of the pump preset at 125 psig. The relief valve(s) will have a working range of 75 psi to 250 psi. The outlet will terminate below the frame rails with a 2.50" National Standard hose thread adapter and will have a "do not cap" warning tag. The relief valve pressure control will be located behind behind the right side pump panel with a stainless steel access door . PRESSURE CONTROLLER A Pierce Pump Boss Model PBA300 pressure governor will be provided. A pressure transducer will be installed in the water discharge manifold on the pump. The display panel will be located at the pump operator's panel. PRIMING PUMP The priming pump will be a Trident Emergency Products compressed air powered, high efficiency, multistage venturi based AirPrime System, conforming to standards outlined in the current edition of NFPA 1901. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. One (1) priming control will open the priming valve and start the pump primer. PUMP MANUALS There will be a total of two (2) pump manuals provided by the pump manufacturer and furnished with the apparatus. The manuals will be provided by the pump manufacturer in the form of two (2) electronic copies. Each manual will cover pump operation, maintenance, and parts. PLUMBING, STAINLESS STEEL AND HOSE All inlet and outlet lines will be plumbed with either stainless steel pipe, flexible polypropylene tubing or synthetic rubber hose reinforced with hi-tensile polyester braid. All hose's will be equipped with brass or stainless steel couplings. All stainless steel hard plumbing will be a minimum of a schedule 10 wall thickness. Where vibration or chassis flexing may damage or loosen piping or where a coupling is required for servicing, the piping will be equipped with victaulic or rubber couplings. 76 of 98 Plumbing manifold bodies will be ductile cast iron or stainless steel. All piping lines are to be drained through a master drain valve or will be equipped with individual drain valves. All drain lines will be extended with a hose to drain below the chassis frame. All water carrying gauge lines will be of flexible polypropylene tubing. All piping, hose and fittings will have a minimum of a 500 PSI hydrodynamic pressure rating. MAIN PUMP INLETS A 6.00" pump manifold inlet will be provided on each side of the vehicle. The suction inlets will include removable die cast zinc screens that are designed to provide cathodic protection for the pump, thus reducing corrosion in the pump. MAIN PUMP INLET CAP The main pump inlets will have National Standard Threads with a long handle chrome cap. The cap will be the Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. SHORT SUCTION TUBE(S) The suction tube(s) on the water pump will have short suction tube(s) installed to allow for installation of adapters, elbows or intake valves without excessive overhang. VALVES All ball valves will be Akron® Brass. The Akron valves will be the 8000 series heavy-duty style with a stainless steel ball and a simple two-seat design. No lubrication or regular maintenance is required on the valve. Valves will have a ten (10) year warranty. LEFT SIDE INLET There will be one (1) auxiliary inlet with a 2.50" valve at the left side pump panel, terminating with a 2.50" (F) National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer, chrome swivel and plug. The location of the valve for the one (1) inlet will be recessed behind the pump panel. INLET CONTROL The side auxiliary inlet(s) will incorporate a quarter-turn ball valve with the control located at the inlet valve. The valve operating mechanism will indicate the position of the valve. INLET BLEEDER VALVE A 0.75" bleeder valve will be provided for each side gated inlet. The valves will be located behind the panel with a swing style handle control extended to the outside of the panel. The handles will be chrome plated and provide a visual indication of valve position. The swing handle will provide an 77 of 98 ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. The water discharged by the bleeders will be routed below the chassis frame rails. TANK TO PUMP The booster tank will be connected to the intake side of the pump with stainless steel piping and a quarter turn 3.00" full flow line valve with the control remotely located at the operator's panel. Tank to pump line will run straight (no elbows) from the pump into the front face of the water tank and angle down into the tank sump. A rubber coupling will be included in this line to prevent damage from vibration or chassis flexing. A check valve will be provided in the tank to pump supply line to prevent the possibility of "back filling" the water tank. TANK REFILL A 1.50" combination tank refill and pump re-circulation line will be provided, using a quarter-turn full flow ball valve controlled from the pump operator's panel. LEFT SIDE DISCHARGE OUTLETS There will be One (1) discharge outlet with a 2.50" valve on the left side of the apparatus, terminating with a 2.50" (M) National Standard hose thread adapter. RIGHT SIDE DISCHARGE OUTLETS There will be One (1) discharge outlet with a 2.50" valve on the right side of the apparatus, terminating with a 2.50" (M) National Standard hose thread adapter. LARGE DIAMETER DISCHARGE OUTLET There will be a 4.00" discharge outlet with a 3.50" Waterous valve installed on the right side of the apparatus, terminating with a 4.00" (M) National Standard hose thread adapter. This discharge outlet will be actuated with a handwheel control at the pump operator's control panel. An indicator will be provided to show when the valve is in the closed position. FRONT DISCHARGE OUTLET There will be one (1) 1.50" discharge outlet piped to the front of the apparatus and located on the top of the right side of the front bumper. Plumbing will consist of 2.00" piping and flexible hose with a 2.00" ball valve with control at the pump operator's panel. A fabricated weldment made of stainless steel pipe will be used in the plumbing where appropriate. The piping will terminate with a 1.50" NST with 90 degree stainless steel swivel. There will be automatic drains provided at all low points of the piping. REAR DISCHARGE OUTLET There will be Two (2) discharge outlets piped to the rear of the hose bed, one (1) each side, installed so proper clearance is provided for spanner wrenches or adapters. Plumbing will consist of 2.50" piping along with a 2.50" full flow ball valve with the control from the pump operator's panel. 78 of 98 DISCHARGE CAPS/ INLET PLUGS Chrome plated, rocker lug, caps with chain will be furnished for all discharge outlets 1.00" thru 3.00" in size, besides the pre-connected hose outlets. Chrome plated, rocker lug, plugs with chain will be furnished for all auxiliary inlets 1.00" thru 3.00" in size. The caps and plugs will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. OUTLET BLEEDER VALVE A 0.75" bleeder valve will be provided for each outlet 1.50" or larger. Automatic drain valves are acceptable with some outlets if deemed appropriate with the application. The valves will be located behind the panel with a swing style handle control extended to the outside of the side pump panel. The handles will be chrome plated and provide a visual indication of valve position. The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. Bleeders will be located at the bottom of the pump panel. They will be properly labeled identifying the discharge they are plumbed in to. The water discharged by the bleeders will be routed below the chassis frame rails. LEFT SIDE OUTLET ELBOWS The One (1) discharge outlet, located on the left side pump panel, will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) Paducah, chrome plated, 45 degree elbow. The elbow will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. RIGHT SIDE OUTLET ELBOWS The One (1) discharge outlet, located on the right side pump panel, will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) Paducah, chrome plated, 45 degree elbow. The elbow will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. REAR OUTLET ELBOWS The 2.50" discharge outlets, located at the rear of the apparatus, will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) Paducah, chrome plated, 45 degree elbow. The elbow will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. Elbows will be provided for One (1) discharge outlet. LARGE DIAMETER OUTLET ELBOWS The 4.00" outlet(s) will be furnished with one (1) 4.00" (F) National Standard hose thread x 5.00" Storz elbow adapter with Storz cap. 79 of 98 ADAPTER There will be two (2) adapters with 2.50" Female NST x 2.50" Male Paducah Thread installed 2.5'' Crosslay & 2.5'' Intake . DISCHARGE OUTLET CONTROLS The discharge outlets will incorporate a quarter-turn ball valve with the control located at the pump operator's panel. The valve operating mechanism will indicate the position of the valve. If a handwheel control valve is used, the control will be a minimum of a 3.9" diameter stainless steel handwheel with a dial position indicator built in to the center of the handwheel. Any 3.00 inch or larger discharge valve will be a slow-operating valve in accordance with NFPA 16.7.5.3. DELUGE RISER A 3.00" deluge riser will be installed above the pump in such a manner that a monitor can be mounted and used effectively. Piping will be rigidly braced and installed securely so no movement develops when the line is charged. The riser will be gated and controlled at the pump operator's panel. Any 3.00 inch or larger discharge valve will be a slow-operating valve in accordance with NFPA 16.7.5.3. TELESCOPIC PIPING The deluge riser piping will include an 18.00" Task Force Model XG18 Extend-A-Gun extension. This extension will be telescopic to allow the deluge gun to be raised 18.00" increasing the range of operation. A position sensor will be provided on the telescopic piping that will activate the "do not move vehicle" light inside the cab when the monitor is in the raised position. MONITOR A Task Force Tips Crossfire #XFT-NJ monitor will be properly installed on the deluge riser. This monitor will be painted as provided by monitor manufacturer . NOZZLE A Task Force Tips Master Stream Series M-R nozzle will be provided. Included will be a Task Force Tips XF-SS5 stream straightener and MST-4NJ quad stacked tips. Tip sizes will be 1.38", 1.50", 1.75" and 2.0". The deluge riser Extend-a-Gun will have provisions for direct mounting a Task Force Tips CrossFire monitor. CROSSLAY HOSE BEDS Two (2) crosslays with 1.50" outlets will be provided. Each bed to be capable of carrying 200' of 1.75" double jacketed hose and will be plumbed with 2.00" i.d. pipe and gated with a 2.00" quarter turn ball valve. 80 of 98 Outlets to be equipped with a 1.50" National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay controls will be at the pump operator's panel. The center crosslay dividers will be fabricated of 0.25" aluminum and will provide adjustment from side to side. The divider will be unpainted with a brushed finish. Vertical scuffplates constructed of stainless steel will be provided at the front and rear ends of the bed on each side of vehicle. Crosslay bed flooring will consist of removable perforated brushed aluminum. 2.50" CROSSLAY HOSE BED One (1) crosslay with 2.50" outlets will be provided. This bed to be capable of carrying 200' of 2.50" double jacketed hose and will be plumbed with 2.50" i.d. pipe and gated with a 2.50" quarter turn ball valve. Outlet to be equipped with a 2.50" National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay control will be at the pump operator's panel. The center crosslay dividers will be fabricated of 0.25" aluminum and will provide adjustment from side to side. The divider will be unpainted with a brushed finish. The remainder of the crosslay bed will be painted job color. Stainless steel vertical scuffplates will be provided at hose bed ends (each side of vehicle). Bottom of hose bed ends (each side) will also be equipped with a stainless steel scuffplate. Crosslay bed flooring will consist of removable perforated brushed aluminum. CROSSLAY HOSE RESTRAINT A 2.00" black nylon webbing design restraint will be provided at each of the ends of three (3) crosslay(s) to secure the hose during travel. The webbing assembly is to be attached at the bottom of the crosslays, with footman loops and a permanent attachment, and is to attach at the top outside corners with seat belt buckles. The female end of the seat buckle will be permanently attached at the top corner of the opening. A nylon strap will be attached to the seat belt buckle for releasing the buckle on the webbing. CROSSLAY 8.00" LOWER THAN STANDARD The crosslays will be lowered 8.00" from standard. FOAM SYSTEM A foam system will not be required on this apparatus. 81 of 98 PUMP COMPARTMENT The pump compartment will be separate from the hose body and compartments so that each may flex independently of the other. The pump compartment will be constructed of the same material as the body compartmentation. The pump compartment substructure will be a fabricated assembly of steel tubing, angles and channels which supports both the fire pump and the side running boards. The pump compartment will be mounted on the chassis frame rails with rubber biscuits in a four point pattern to allow for chassis frame twist. Pump compartment, pump, plumbing and gauge panels will be removable from the chassis in a single assembly. PUMP MOUNTING Pump will be mounted to a substructure which will be mounted to the chassis frame rail using rubber isolators. The mounting will allow chassis frame rails to flex independently without damage to the fire pump. LEFT SIDE PUMP CONTROL PANEL All pump controls and gauges will be located at the left (driver's) side of the apparatus and proper ly identified. Layout of the pump control panel will be ergonomically efficient and systematically organized. The pump operator's control panel will be removable in two (2) main sections for ease of maintenance: The upper section will contain sub panels for the mounting of the pump pressure control device, engine monitoring gauges, electrical switches, and foam controls (if applicable). Sub panels will be removable from the face of the pump panel for ease of maintenance. Below the sub panels will be located all valve controls and line pressure gauges. The lower section of the panel will contain all inlets, outlets, and drains. All push/pull valve controls will have 1/4 turn locking control rods with polished chrome plated zinc tee handles. Guides for the push/pull control rods will be chrome plated zinc castings securely mounted to the pump panel. Push/pull valve controls will be capable of locking in any position. The control rods will pull straight out of the panel and will be equipped with universal joints to eliminate binding. IDENTIFICATION TAGS The identification tag for each valve control will be recessed in the face of the tee handle. All discharge outlets will have color coded identification tags, with each discharge having its own unique color. Color coding will include the labeling of the outlet and the drain for each corresponding discharge. All line pressure gauges will be mounted directly above the corresponding discharge control tee handles and recessed within the same chrome plated casting as the rod guide for quick identification. 82 of 98 The gauge and rod guide casting will be removable from the face of the pump panel for ease of maintenance. The casting will be color coded to correspond with the discharge identification tag. All remaining identification tags will be mounted on the pump panel in chrome plated bezels. The pump panel on the right (passenger's) side will be removable with lift and turn type fasteners. Trim rings will be installed around all inlets and outlets. PUMP PANEL CONFIGURATION The pump panel configuration will be arranged and installed in an organized manner that will provide user-friendly operation. PUMP AND GAUGE PANEL The pump and gauge panels will be constructed of aluminum with a black vinyl finish. A polished aluminum trim molding will be provided around each panel. The right side pump panel will be removable and fastened with swell type fasteners. PUMP COMPARTMENT LIGHT There will be one (1) Whelen®, Model 3SC0CDCR, 3.00" white 12 volt DC LED light(s) with Whelen, Model 3FLANGEC, flange(s) installed in the pump compartment. There will be a switch accessible through a door on the pump panel included with this installation. Engine monitoring graduated LED indicators will be incorporated with the pressure controller. Also provided at the pump panel will be the following: - Master Pump Drain Control THROTTLE READY GREEN INDICATOR LIGHT There will be a green indicator light integrated with the pressure governor and/or engine throttle installed on the pump operators panel that is activated when the pump is in throttle ready mode. OK TO PUMP INDICATOR LIGHT There will be a green indicator light installed on the pump operators panel that is activated when the pump is in Ok To Pump mode. VACUUM AND PRESSURE GAUGES The pump vacuum and pressure gauges will be liquid filled and manufactured by Class 1 Incorporated ©. The gauges will be a minimum of 4.00" in diameter and will have white faces with black lettering, with a pressure range of 30.00"-0-600#. Gauge construction will include a Zytel nylon case with adhesive mounting gasket and threaded retaining nut. 83 of 98 The pump pressure and vacuum gauges will be installed adjacent to each other at the pump operator's control panel. Test port connections will be provided at the pump operator's panel. One will be connected to the intake side of the pump, and the other to the discharge manifold of the pump. They will have 0.25 in. standard pipe thread connections and non-corrosive polished stainless steel or brass plugs. They will be marked with a label. This gauge will include a 10 year warranty against leakage, pointer defect, and defective bourdon tube. PRESSURE GAUGES The individual "line" pressure gauges for the discharges will be Class 1© interlube filled. They will be a minimum of 2.00" in diameter and have white faces with black lettering. Gauge construction will include a Zytel nylon case with adhesive mounting gasket and threaded retaining nut. Gauges will have a pressure range of 30"-0-400#. The individual pressure gauge will be installed as close to the outlet control as practical. This gauge will include a 10 year warranty against leakage, pointer defect, and defective bourdon tube. WATER LEVEL GAUGE There will be an electronic water level gauge provided on the operator's panel that registers water level by means of five (5) colored LED lights. The lights will be durable, ultra-bright five (5) LED design viewable through 180 degrees. The water level indicators will be as follows: • 100 percent = Green • 75 percent = Yellow • 50 percent = Yellow • 25 percent = Yellow • Refill = Red The light will flash when the level drops below the given level indicator to provide an eighth of a tank indication. To further alert the pump operator, the lights will flash sequentially when the water tank is empty. The level measurement will be based on the sensing of head pressure of the fluid in the tank. The display will be constructed of a solid plastic material with a chrome plated die cast bezel to reduce vibrations that can cause broken wires and loose electronic components. The encapsulated design will provide complete protection from water and environmental elements. An industrial pressure transducer will be mounted to the outside of the tank. The field calibratable display measures head pressure to accurately show the tank level. 84 of 98 LIGHT SHIELD There will be a polished, 16 gauge stainless steel light shield will be installed over the pump operators panel. • There will be three (3) On Scene Solutions Night Axe, Model 70005, 18.00" LED lights installed under the stainless steel light shield to illuminate the controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus. These lights will be activated by the pump panel light switch. Additional lights will be included every 18.00" depending on the size of the pump house. • One (1) pump panel light will come on when the pump is in ok to pump mode. There will be a light activated above the pump panel light switch when the parking brake is set. This is to afford the operator some illumination when first approaching the control panel. AIR HORN SYSTEM There will be two (2) Grover air horns recessed in the front bumper. The horn system will be piped to the air brake system wet tank utilizing 0.38" tubing. A pressure protection valve will be installed in-line to prevent loss of air in the air brake system. Air Horn Location The air horns will be located on each side of the bumper, towards the outside. Air Horn Control The air horns will be actuated by a chrome push button located on the officer's side of the engine tunnel and by the horn button in the steering wheel. The driver will have the option to control the air horns or the chassis horns from the horn button by means of a selector switch located on the instrument panel. ELECTRONIC SIREN A Whelen®, Model 295SLSA1, electronic siren with noise canceling microphone will be provided. This siren to be active when the battery switch is on and that emergency master switch is on. Electronic siren head will be recessed in the driver side center switch panel. The electronic siren will be controlled on the siren head only. No horn button or foot switches will be provided. SPEAKER There will be one (1) Whelen®, Model SA315P, black nylon composite, 100-watt, speaker with through bumper mounting brackets and polished stainless steel grille provided. The speaker will be connected to the siren amplifier. The speaker(s) will be recessed in the center of the front bumper. AUXILIARY MECHANICAL SIREN A Federal Q2B® siren will be furnished. The control solenoid will be powered up after the emergency master switch is activated. 85 of 98 The mechanical siren will be mounted on the bumper deck plate. It will be mounted on the left side. A reinforcement plate will be furnished to support the siren. The mechanical siren will be actuated by a chrome push button located on the officer side of the engine tunnel and by the horn button in the steering wheel. The driver will have the option to control the siren or the chassis horn from the horn button by means of a selector switch located on the instrument panel. A momentary chrome push button switch will be included in the right side dash panel to activate the siren brake. FRONT ZONE UPPER WARNING LIGHTS There will be one (1) 81.00" Whelen Freedom IV LED lightbar mounted on the cab roof. The lightbar will include the following: • One (1) red flashing LED module in the driver's side rear corner position. • Open in the driver's side end position. • One (1) red flashing LED module in the driver's side front corner position. • Open in the driver's side first front position. • One (1) red flashing LED module in the driver's side second front position. • Open in the driver's side third front position. • Open in the driver's side fourth front position. • One (1) red flashing LED module in the driver's side fifth front position. • Open in the driver's side sixth front position. • Open in the driver's side seventh position. • Open in the passenger's side seventh position. • Open in the passenger's side sixth front position. • One (1) red flashing LED module in the passenger's side fifth front position. • Open in the passenger's side fourth front position. • Open in the passenger's side third front position. • One (1) red flashing LED module in the passenger's side second front position. • Open in the passenger's side first front position. • One (1) red flashing LED module in the passenger's side front corner position. • Open in the passenger's side end position. • One (1) red flashing LED module in the passenger's side rear corner position. There will be clear lenses included on the lightbar. There will be a switch installed in the cab on the switch panel to control the lightbar. The four (4) red flashing LED modules in the front positions may be load managed when the parking brake is applied. 86 of 98 LIGHTS, FRONT ZONE LOWER Two (2) Whelen model M6*C LED flashing warning lights will be installed on the cab face above the headlights, in a common bezel with the directional lights. The driver's side front warning light to be red. The passenger's side front warning light to be red. Both lights will include a clear lens. There will be a switch located in the cab on the switch panel to control the lights. FRONT WARNING LIGHT There will be two (2) Whelen, Model M6*, LED flashing light(s) with chrome trim provided TBD. The color of the light(s) will be red. The color of the lens will be clear. The light(s) will be activated with the emergency master. These light may be load managed if colored or disabled if white when the parking brake is applied. Any white light will be disabled and any amber light activated when the parking brake is applied. HEADLIGHT FLASHER The high beam headlights will flash alternately between the left and right side. There will be a switch installed in the cab on the switch panel to control the high beam flash. This switch will be live when the battery switch and the emergency master switches are on. The flashing will automatically cancel when the hi-beam headlight switch is activated or when the parking brake is set. SIDE ZONE LOWER LIGHTING There will be six (6) Whelen®, Model M6*C, flashing LED warning lights with chrome trim installed per the following: • Two (2) lights, one (1) each side on the bumper extension. The side front lights to be red. • Two (2) lights, one (1) each side of cab rearward of crew cab doors. The side middle lights to be red. • Two (2) lights, one (1) each side located between the tandems. The side rear lights to be red. • The lights will include clear lenses. There will be a switch in the cab on the switch panel to control the lights. REAR ZONE LOWER LIGHTING There will be two (2) Whelen®, Model M6*C, LED flashing warning lights located at the rear of the apparatus. 87 of 98 • The driver's side rear light to be red • The passenger's side rear light to be red Both lights will include a lens that is clear. There will be a switch located in the cab on the switch panel to control the lights. REAR/SIDE ZONE UPPER WARNING LIGHTS There will be two (2) Whelen®, Model L31H*FN, LED warning beacons provided at the rear of the truck, located one (1) each side. There will be a switch located in the cab on the switch panel to control the beacons. The color of the lights will be red LEDs with both domes clear. The rear warning lights will be mounted on top of the compartmentation with all wiring totally enclosed. The rear deck lights will be mounted on the beavertails as high as possible. TRAFFIC DIRECTING LIGHT There will be one (1) Whelen®, Model TAL65, 36.00" long x 2.87" high x 2.25" deep, amber LED traffic directing light installed at the rear of the apparatus. The Whelen, Model TACTL5, control head will be included with this installation. The controller will be energized when the battery switch is on. The auxiliary flash not activated. This traffic directing light will be recessed with a stainless steel trim plate at the rear of the apparatus as high as practical. The traffic directing light control head will be located in the driver side overhead switch panel in the right panel position. LOOSE EQUIPMENT The following equipment will be furnished with the completed unit: • One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and washers, as used in the construction of the unit. NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT The following loose equipment as outlined in NFPA 1901, 2016 edition, section 5.9.3 and 5.9.4 will be provided by the fire department. • 800 ft (60 m) of 2.50" (65 mm) or larger fire hose. • 400 ft (120 m) of 1.50" (38 mm), 1.75" (45 mm), or 2.00" (52 mm) fire hose. • One (1) handline nozzle, 200 gpm (750 L/min) minimum. • Two (2) handline nozzles, 95 gpm (360 L/min) minimum. • One (1) smoothbore of combination nozzle with 2.50" shutoff that flows a minimum of 250 gpm. 88 of 98 • One (1) SCBA complying with NFPA 1981 for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. • One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). • One (1) first aid kit. • Four (4) combination spanner wrenches. • Two (2) hydrant wrenches. • One (1) double female 2.50" (65 mm) adapter with National Hose threads. • One (1) double male 2.50" (65 mm) adapter with National Hose threads. • One (1) rubber mallet, for use on suction hose connections. • Two (2) salvage covers each a minimum size of 12 ft x 14 ft (3.7 m x 4.3 m). • One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Standard for High Visibility Public Safety Vests, and have a five-point breakaway feature that includes two (2) at the shoulders, two (2) at the sides, and one (1) at the front. • Five (5) fluorescent orange traffic cones not less than 28.00" (711 mm) in height, each equipped with a 6.00" (152 mm) retro-reflective white band no more than 4.00" (152 mm) from the top of the cone, and an additional 4.00" (102 mm) retro-reflective white band 2.00" (51 mm) below the 6.00" (152 mm) band. • Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. • One (1) automatic external defibrillator (AED). • Four (4) ladder belts meeting the requirements of NFPA 1983, Standard on Fire Service Life Safety Rope and System Components (if equipped with an aerial device). • If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, will be carried mounted in brackets fastened to the apparatus. • If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side will be carried. Any intake connection larger than 3.00" (75 mm) will include a pressure relief device that meets the requirements of 16.6.6. • If the apparatus does not have a 2.50" National Hose (NH) intake, an adapter from 2.50" NH female to a pump intake will be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. • If the supply hose carried has other than 2.50" National Hose (NH) threads, adapters will be carried to allow feeding the supply hose from a 2.50" NH thread male discharge and to allow the hose to connect to a 2.50" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake. SOFT SUCTION HOSE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.8.2.1 requires a minimum of 20' of suction hose or 15' of supply hose will be carried. 89 of 98 Hose is not on the apparatus as manufactured. The fire department will provide suction or supply hose. DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires one (1) approved dry chemical portable fire extinguisher with a minimum 80-B:C rating mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) flathead axe mounted in a bracket fastened to the apparatus. The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) pickhead axe mounted in a bracket fastened to the apparatus. The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. PAINT PROCESS The exterior custom cab and/or body painting procedure will consist of a seven (7) step finishing process. A commercial chassis paint process will follow similar processes as determined by the chassis manufacturer. The following procedure will be used by Pierce: 1. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting. Imperfections on the exterior surfaces will be removed and sanded to a smooth finish. Exterior seams will be sealed before painting. Exterior surfaces that will not be painted include; chrome plating, polished stainless steel, anodized aluminum and bright aluminum treadplate. 2. Chemical Cleaning and Pretreatment - All surfaces will be chemically cleaned to remove dirt, oil, grease, and metal oxides to ensure the subsequent coatings bond well. The aluminum surfaces will be properly cleaned and treated using a high pressure, high temperature 4 step Acid Etch process. The steel and stainless surfaces will be properly cleaned and treated using a high temperature 3 step process specifically designed for steel or stainless. The chemical treatment converts the metal surface to a passive condition to help prevent corrosion. A final pure water rinse will be applied to all metal surfaces. 3. Surfacer Primer - The Surfacer Primer will be applied to a chemically treated metal surface to provide a strong corrosion protective base coat. A minimum thickness of 2 mils of Surfacer 90 of 98 Primer is applied to surfaces that require a critical aesthetic finish. The surfacer primer will be a two-component high solids urethane that has excellent sanding properties and an extra smooth finish when sanded. 4. Finish Sanding - The surfacer primer will be sanded with a fine grit abrasive to achieve an ultra- smooth finish. This sanding process is critical to produce the smooth mirror like finish in the topcoat. 5. Sealer Primer - The sealer primer is applied prior to the base coat in all areas that have not been previously primed with the surfacer primer. The sealer primer is a two-component high solids urethane that goes on smooth and provides excellent gloss hold out when top coated. 6. Base coat Paint - Two coats of a high performance, two component high solids polyurethane base coat will be applied. The Base coat will be applied to a thickness that will achieve the proper color match. The Base coat will be used in conjunction with a urethane clear coat to provide protection from the environment. 7. Clear Coat - Two (2) coats of clear coat will be applied over the base coat color. The clear coat is a two-component high solids urethane that provides superior gloss and durability to the exterior surfaces. Lap style doors will be clear coated to match the body. Paint warranty for the roll-up doors will be provided by the roll-up door manufacturer. Our specifications are written to define cyclic corrosion testing, physical strengths, durability and minimum appearance requirements must be met in order for an exterior paint finish to be considered acceptable as a quality finish. Each batch of base coat color will be checked for a proper match before painting of the cab and the body. After the cab and body are painted, the color is verified again to make sure that it matches the color standard. Electronic color measuring equipment will be used to compare the color sample to the color standard entered into the computer. Color specifications are used to determine the color match. A Delta E reading will be used to determine a good color match within each family color. All removable items such as brackets, compartment doors, door hinges, and trim will be removed and separately if required, to ensure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. Environmental Impact Contractor will meet or exceed all current State regulations concerning paint operations. Pollution control will include measures to protect the atmosphere, water and soil. Controls will include the following conditions: • Topcoats and primers will be chrome and lead free. • Metal treatment chemicals will be chrome free. The wastewater generated in the metal treatment process will be treated on-site to remove any other heavy metals. • Particulate emission collection from sanding operations will have a 99.99 percent efficiency factor. • Particulate emissions from painting operations will be collected by a dry filter or water wash process. If the dry filter is used, it will have an efficiency rating of 98 percent. Water wash systems will be 99.97 percent efficient. 91 of 98 • Water from water wash booths will be reused. Solids will be removed on a continual basis to keep the water clean. • Paint wastes will be disposed of in an environmentally safe manner. • Empty metal paint containers will be recycled to recover the metal. • Solvents used in clean-up operations will be recycled on-site or sent off-site for distillation and returned for reuse. Additionally, the finished apparatus will not be manufactured with or contain products that have ozone depleting substances. Pierce will, upon demand, present evidence that the manufacturing facility meets the above conditions and that it is in compliance with the state EPA rules and regulations. PAINT The cab will be two-tone, with the upper section painted #10 white and the lower section of the cab and body painted Pierce #90 candy apple red. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly will be finished with a single system black top coat before the installation of the cab and body, and before installation of the engine and transmission assembly, air brake lines, electrical wire harnesses, etc. Components that are included with the chassis frame assembly that will be painted are: • Frame rails • Frame liners • Cross members • Axles • Suspensions • Steering gear • Battery boxes • Bumper extension weldment • Frame extensions • Body mounting angles • Rear Body support substructure (front and rear) • Pump house substructure • Air tanks • Steel fuel tank • Castings • Individual piece parts used in chassis and body assembly Components treated with epoxy E-coat protection prior to paint: • Two (2) C-channel frame rails • Two (2) frame liners The E-coat process will meet the technical properties shown. 92 of 98 AXLE HUB PAINT All axle hubs will be painted to match lower job color. COMPARTMENT INTERIOR PAINT The interior of all compartments will be painted with a gray spatter finish for ease of cleaning and to make it easier to touch up scratches and nicks. REFLECTIVE STRIPES Three (3) reflective stripes will be provided across the front of the vehicle and along the sides of the body. The reflective band will consist of a 1.00" white stripe at the top with a 1.00" gap then a 6.00" white stripe with a 1.00" gap and a 1.00" white stripe on the bottom. The reflective band provided on the cab face will be at the headlight level. REAR CHEVRON STRIPING There will be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface, excluding the rear compartment door, will be covered. The colors will be red and fluorescent yellow green diamond grade. Each stripe will be 6.00" in width. This will meet the requirements of the current edition of NFPA 1901, which states that 50% of the rear surface will be covered with chevron striping. CHEVRON STRIPING ON CAB AND CREW CAB DOOR EDGE There will be alternating chevron striping located on the inside of each cab and crew cab door edge. The design will be either DOT pattern or standard chevron design. Width will be determined by available space. The striping will consist of the following colors: The first color will Ibe red diamond grade The second color will be fluorescent yellow green diamond grade BROKEN RIBBON IN STRIPE A pair of reflective stripe splits will be placed one (1) at each side of the vehicle. This will appear as a broken ribbon type split. Room will be left within the split for an emblem and/or lettering. REFLECTIVE STRIPE OUTLINE A black outline will be applied on the top and the bottom of the reflective band. There will be seven (7) set of outline stripes required. STRIPE ON REAR ACCESS DOORS There will be alternating striping located on the rear access doors. The colors will be red and fluorescent yellow green diamond grade. The stripes will be 6.00" in width and will match the chevron pattern on the rear body. 93 of 98 "Z" RIBBON IN REFLECTIVE STRIPE "Z" type ribbon(s) will be added to the reflective stripe. Areas adjacent to the "Z" portion of the stripe will be shaded and highlighted with an air brush to give it a ribbon affect. There will be seven (7) pair on the vehicle. CAB DOOR REFLECTIVE STRIPE A 6.00" x 16.00" white reflective stripe will be provided across the interior of each cab door. The stripe will be located approximately 1.00" up from the bottom, on the door panel. This stripe will meet the NFPA 1901 requirement. LETTERING One (1) to twenty (20) non-reflective vinyl lettering, 4.00" high, outlining and shading will be provided. LETTERING There will be reflective lettering, 12.00" high, with no outline or shade provided. There will be four (4) letters provided. LETTERING There will be genuine gold leaf lettering, 12.00" high, with outline and shade provided. There will be 14 letters provided. LETTERING There will be reflective lettering, 16.00" high, with no outline or shade provided. There will be 14 letters provided. LETTERING, REFLECTIVE, "DIAL 911" There will be one (1)8.00" high white reflective decal, "Dial 911", will be installed at To be determined. MALTESE CROSS INSTALLATION There will be three (3) maltese crosses, comprised of printed effect gold leaf material, provided and installed To be determined at drawing/graphic approval.. FIRE APPARATUS PARTS MANUAL There will be one (1) custom parts manual(s) in USB flash drive format for the complete fire apparatus provided. The manual(s) will contain the following: • Job number • Part numbers with full descriptions • Table of contents • Parts section sorted in functional groups reflecting a major system, component, or assembly • Parts section sorted in alphabetical order • Instructions on how to locate parts Each manual will be specifically written for the chassis and body model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. 94 of 98 Service Parts Internet Site The service parts information included in these manuals are also available on the Pierce website. The website offers additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website also features electronic search tools to assist in locating parts quickly. CHASSIS SERVICE MANUALS There will be one (1) chassis service manuals on USB flash drives containing parts and service information on major components provided with the completed unit. The manual will contain the following sections: • Job number • Table of contents • Troubleshooting • Front Axle/Suspension • Brakes • Engine • Tires • Wheels • Cab • Electrical, DC • Air Systems • Plumbing • Appendix The manual will be specifically written for the chassis model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. CHASSIS OPERATION MANUAL The chassis operation manual will be provided on one (1) USB flash drive. ONE (1) YEAR MATERIAL AND WORKMANSHIP A Pierce basic apparatus limited warranty certificate, WA0008, is included with this proposal. ENGINE WARRANTY A Cummins five (5) year limited engine warranty will be provided. A limited warranty certificate, WA0181, is included with this proposal. STEERING GEAR WARRANTY A TRW one (1) year limited steering gear warranty will be provided. A copy of the warranty certificate will be submitted with the bid package. FIFTY (50) YEAR STRUCTURAL INTEGRITY The Pierce custom chassis frame limited warranty certificate, WA0013, is included with this proposal. 95 of 98 FRONT AXLE FIVE (5) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor™ Axle 5 year limited warranty will be provided. SINGLE REAR AXLE FIVE (5) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor™ Axle 5 year limited warranty will be provided. ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor Wabco™ ABS brake system limited warranty certificate, WA0232, is included with this proposal. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce custom cab limited warranty certificate, WA0012, is included with this proposal. TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce cab limited pro-rated paint warranty certificate, WA0055, is included with this proposal. CAMERA SYSTEM WARRANTY A Pierce fifty four (54) month warranty will be provided for the camera system. COMPARTMENT LIGHT WARRANTY The compartment lights will not offer an extended warranty. TRANSMISSION WARRANTY The transmission will have a five (5) year/unlimited mileage warranty covering 100 percent parts and labor. The warranty will be provided by Allison Transmission. Note: The transmission cooler is not covered under any extended warranty you may be getting on your Allison Transmission. Please review your Allison Transmission warranty for coverage limitations. TRANSMISSION COOLER WARRANTY The transmission cooler will carry a five (5) year parts and labor warranty (exclusive to the transmission cooler). In addition, a collateral damage warranty will also be in effect for the first three (3) years of the warranty coverage and will not exceed $10,000 per occurrence. A copy of the warranty certificate will be submitted with the bid package. WATER TANK WARRANTY A UPF poly water tank limited warranty certificate, WA0195, is included with this proposal. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce apparatus body limited warranty certificate, WA0009, is included with this proposal. ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY An AMDOR roll-up door limited warranty will be provided. The roll-up door will be warranted against manufacturing defects for a period of ten (10) years. A five (5) year limited warranty will be provided on painted roll up doors. The limited warranty certificate, WA0185, is included with this proposal. 96 of 98 PUMP WARRANTY The Waterous pump will be provided with a Seven (7) year material and workmanship limited warranty. A copy of the warranty certificate will be submitted with the bid package (no exception). TEN (10) YEAR PUMP PLUMBING WARRANTY The Pierce apparatus plumbing limited warranty certificate, WA0035, is included with this proposal. TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce body limited pro-rated paint warranty certificate, WA0057, is included with this proposal. ONE (1) YEAR MATERIAL AND WORKMANSHIP The Pierce graphics fading and deterioration limited warranty limited warranty certificate, WA0168, is included with this proposal. VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer will provide a certification stating the apparatus complies with NFPA 1901, current edition, section 4.13, Vehicle Stability. The certification will be provided at the time of bid. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer will provide a certification, along with a letter from the engine manufacturer stating they approve of the engine installation in the bidder's chassis. The certification will be provided at the time of delivery. POWER STEERING CERTIFICATION The fire apparatus manufacturer will provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification will be provided at the time of bid. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer will provide a cab crash test certification with this proposal. The certification will state that a specimen representing the substantial structural configuration of the cab has been tested and certified by an independent third party test facility. Testing events will be documented with photographs, real-time and high-speed video, vehicle accelerometers, cart accelerometers, and a laser speed trap. The fire apparatus manufacturer will provide a state licensed professional engineer to witness and certify all testing events. Testing will meet or exceed the requirements below: • European Occupant Protection Standard ECE Regulation No.29. • SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading Heavy Trucks. • SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks. Roof Crush The cab will be subjected to a roof crush force of 22,500 lb. This value meets the ECE 29 criteria, and is equivalent to the front axle rating up to a maximum of ten (10) metric tons. 97 of 98 Side Impact The same cab will be subjected to dynamic preload where a 13,275-lb moving barrier is slammed into the side of the cab at 5.50 mph, striking with an impact of 13,000 ft-lb of force. This test is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in a rollover incident. Frontal Impact The same cab will withstand a frontal impact of 32,600 ft-lb of force using a moving barrier in accordance with SAE J2420. Additional Frontal Impact The same cab will withstand a frontal impact of 65,200 ft-lb of force using a moving barrier. (Twice the force required by SAE J2420) The same cab will withstand all tests without any measurable intrusion into the survival space of the occupant area. CAB DOOR DURABILITY CERTIFICATION Robust cab doors help protect occupants. Cab doors will survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration. The bidder will certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage, latch malfunction, or significant component wear. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. Windshield wipers will survive a 3 million cycle durability test in accordance with section 6.2 of SAE J198 Windshield Wiper Systems - Trucks, Buses and Multipurpose Vehicles. The bidder will certify that the wiper system design has been tested and that the wiper system has met these criteria. ELECTRIC WINDOW DURABILITY CERTIFICATION Cab window roll-up systems can cause maintenance problems if not designed for long service life. The window regulator design will complete 30,000 complete up-down cycles and still function normally when finished. The bidder will certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. SEAT BELT ANCHOR STRENGTH Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat belt anchor design will withstand 3000 lb of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages. The bidder will certify that each anchor design was pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design will be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder will certify, at time of delivery, that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. 98 of 98 PERFORMANCE CERTIFICATIONS Cab Air Conditioning Good cab air conditioning temperature and air flow performance keeps occupants comfortable, reduces humidity, and provides a climate for recuperation while at the scene. The cab air conditioning system will cool the cab from a heat-soaked condition at 100 degrees Fahrenheit to an average of 78 degrees Fahrenheit in 30 minutes. The bidder will certify that a substantially similar cab has been tested and has met these criteria. Cab Defroster Visibility during inclement weather is essential to safe apparatus performance. The defroster system will clear the required windshield zones in accordance with SAE J381 Windshield Defrosting Systems Test Procedure And Performance Requirements - Trucks, Buses, And Multipurpose Vehicles. The bidder will certify that the defrost system design has been tested in a cold chamber and passes the SAE J381 criteria. Cab Auxiliary Heater Good cab heat performance and regulation provides a more effective working environment for personnel, whether in-transit, or at a scene. An auxiliary cab heater will warm the cab 77 degrees Fahrenheit from a cold-soak, within 30 minutes when tested using the coolant supply methods found in SAE J381. The bidder will certify, at time of delivery, that a substantially similar cab has been tested and has met these criteria. AMP DRAW REPORT The bidder will provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus will provide the following: • Documentation of the electrical system performance tests. • A written load analysis, which will include the following: o The nameplate rating of the alternator. o The alternator rating under the conditions specified per: ▪ Applicable NFPA 1901 or 1906 (Current Edition). o The minimum continuous load of each component that is specified per: ▪ Applicable NFPA 1901 or 1906 (Current Edition). o Additional loads that, when added to the minimum continuous load, determine the total connected load. o Each individual intermittent load. All of the above listed items will be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition). 12/2/2020 Paducah Fire Department To: Chief Steve Kyle RE: Pierce Prepayment Option Dear Chief Kyle, If the City of Paducah wishes to make a total prepayment when the apparatus order is awarded, they may deduct the sum of ($18,800.00) from our bid price of $534,160.00. Should you have any questions or concerns please reach out to your sales representative John Baker. Sincerely, Bailey Buchanan Pierce & Marketing Sales Manager Finley Fire Equipment Co., Inc. ADVERTISEMENT FOR BIDS The City of Paducah, Public Works Depart- ment will receive sealed bids for the purchase of One (1) Pumper Truck to be used by the City of Paducah’s Fire De- partment, at 2:00 P.M.CST, Thursday, October 22, 2020. All bids received will be publicly opened and read aloud in the Commission Cham- bers, Second Floor, City Hall, 300 South 5th Street, Paducah, Kentucky. Copies of the specifications may be obtained at the of- fice of the Public Works Fleet Depart- ment located at 1120 North 10th Street, Pa- ducah, Kentucky. More information re- garding this purchase may be found at the City of Paducah’s website: www.padu- cahky.gov under Re- quest for Bids. CITY OF PADUCAH, KENTUCKY PUBLIC WORKS DEPARTMENT One (1) Pumper Truck - Fire Department LOWEST EVALUATED BID OFFICIAL BIDDER OF RECORD Finley Fire Finley Fire Contact: John Baker John Baker Mailing Address: 780 Enterprise Drive 780 Enterprise Drive Lexington Ky 40510 Lexington Ky 40510 One (1) Pumper Truck $593,461.00 Negotiated pricing $534,160.00 prepayment deduction $18,800.00 final total $515,360.00 Delivery Time 11 Months 11 Months Manufacturer:Pierce Pierce DOCUMENTS REQUIRED FOR COMPLIANCE SUBMITTED: 1. Bid Bond 5% of Bid Yes Yes 2. Compliance with Tech Specs form Yes Yes 3. Deviations with Information Yes Yes 4. Quality Managenent System ISO Certification 5. Single Source Manufacturer Documentation 6. Industry Standard Certification Documentation 7. Manufacturer Specifications / Warranty Info Yes Yes 8. Bidder's Required Certification Yes Yes Kentucky State Bidder Yes Yes Responsive & Responsible Bidder:Yes Yes Evaluation Score:1000.00 1000.00 BID RECOMMENDED FOR ACCEPTANCE No (Over Budget Amount)Yes - negotiated pricing BID OPENING: 2:00 p.m. CST on Thursday, October 22, 2020 Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Application for and Acceptance of the Second Round of CARES Act Funding for COVID-19 Relief through the Department of Local Government in the amount of $559,821 - T WILSON Category: Municipal Order Staff Work By: Ty Wilson, Melanie Townsend Presentation By: Ty Wilson Background Information: The Coronavirus Aid, Relief, and Economic Security Act ("CARES" Act) established the Coronavirus Relief Fund and appropriated $150 billion to the fund. Under the CARES Act, the fund is to be used to make payments for specified uses to State and certain local governments. Governor Beshear is apportioning $300 million of the state's Coronavirus Relief Fund allocation for local government reimbursements. In round one, the City of Paducah was awarded $1,786,875. Governor Beshear is now releasing the remaining $50 million dollars of CARES Act funding. The maximum amount that the City of Paducah can receive is $559,821. Cities can seek compensation of COVID-related costs such as the purchase of personal protective equipment (PPE) and other medical and protective supplies, costs of COVID-19 testing, emergency medical response expenses, amounts spent on communication and enforcement of public health orders, costs of disinfecting public areas, and payroll expenses for public safety and health employees who have been dedicated to responding to the pandemic. The City desires to apply for reimbursements for the salaries of public safety officers beginning June 4 for the entire allotment. This a reimbursement which is for assumed COVID related expenses associated with the duties carried out by police and fire. These funds will be directed back to the General Fund (G/F). These funds are not for a future project. Does this Agenda Action Item align with a Strategic Plan Action Step? No If yes, please list the Action Step Item Codes(s): Funds Available:Account Name: Account Number: Staff Recommendation: Authorize and direct Mayor to execute all required grant application and acceptance documents. Attachments: 1.MO - app & award – Round 2 - CARES Act Coronavirus Grant Funding – PD & Fire Salaries 2.Paducah MOA draft_Round 2 MUNICIPAL ORDER NO. ________ A MUNICIPAL ORDER AUTHORIZING THE CITY OF PADUCAH TO APPLY FOR A CORONAVIRUS AID, RELIEF, AND ECONOMIC SECURITY ACT ("CARES" ACT) GRANT THROUGH THE DEPARTMENT OF LOCAL GOVERNMENT IN THE AMOUNT OF $559,821 FOR REIMBURSEMENTS FOR THE SALARIES OF PADUCAH POLIE OFFICERS AND FIREFIGHTERS BEGINNING JUNE 4, 2021, FOR THE ENTIRE ALLOTMENT, ACCEPTING ANY GRANT FUNDS AWARDED BY THE DEPARTMENT OF LOCAL GOVERNMENT, AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATED TO SAME BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah hereby authorizes the application for a Coronavirus Aid, Relief, And Economic Security Act ("CARES" act) grant through the Department of Local Government, in the amount of $559,821, for reimbursements for the salaries of Paducah Police Officers and Firefighters beginning June 4, 2021, for the entire allotment and authorizes the Mayor to execute all documents related to same. No local match is required. SECTION 2. That the City of Paducah hereby authorizes the acceptance of any and all grant funds awarded through the Department of Local Government, and authorizes the Mayor to execute the Grant Agreement and all related documents. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. __________________________ Brandi Harless, Mayor ATTEST: _____________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, December 15, 2020 Recorded by Lindsay Parish, City Clerk, December 15, 2020 \mo\grants\app & award – Round 2 - CARES Act Coronavirus Grant Funding – PD & Fire Salaries Commonwealth of Kentucky CONTRACT DOC ID NUMBER: PON2 112 2100001264 Version:1 Record Date: Document Description:COVID 19 Relief Fund C2-085 City of Paducah Cited Authority: FAP111-44-00 Memorandum of Agreement Reason for Modification: Issuer Contact: Name:Billie Johnson Phone:(502) 573-2382E-mail:BILLIER.JOHNSON@KY.GOV Vendor Name:Vendor No.KY0033652 CITY OF PADUCAH Vendor Contact Name:CORIE COLE PO BOX 2267 Phone:270-444-8512 PADUCAH KY 42002-2267 Email:CCOLE@PADUCAHKY.GOV Effective From:2020-12-17 Effective To:2021-03-30 Line Item Delivery Date Quantity Unit Description Unit Price Contract Amount Total Price 1 0.00000 C2-085 City of Paducah CRF Reimbursement $0.000000 $559,821.00 $559,821.00 Extended Description: Reimbursements for expenses incurred during the COVID 19 pandemic Shipping Information:Billing Information: Department for Local Government - Office of Grants Department for Local Government - Office of Grants 100 Airport Rd, 3rd Fl 100 Airport Rd, 3rd Fl Frankfort KY 40601 Frankfort KY 40601 TOTAL CONTRACT AMOUNT:$559,821.00 GRANT INFORMATION AND IDENTIFICATION Project Number: C2-085 Local Government: City of Paducah Project Name: City of Paducah CRF Reimbursement Federal Agency: U.S. Department of the Treasury CFDA Title: Coronavirus Relief Fund for States CFDA Number: 21:019 Award Year: 2020 Document Description Page 2 2100001264 COVID 19 Relief Fund C2-085 City of Paducah Memorandum of Agreement Terms and Conditions This Memorandum of Agreement (MOA) is entered into, by and between the Commonwealth of Kentucky, Office of the Governor, Department for Local Government, Office of Federal Grants (“the Commonwealth”) and City of Paducah (“the Contractor”) to establish an agreement for the City of Paducah CRF Reimbursement Project. The initial MOA is effective from December 17, 2020 through March 30, 2021. Scope of Services: Reimbursements for expenses incurred during the COVID 19 pandemic. WHEREAS, the United States Congress enacted the Coronavirus Aid, Relief, and Economic Security Act (CARES Act; P.L. 116-136), which provides assistance to state and local governments; and WHEREAS, Section 5001(d) of the CARES Act provides the eligible purposes for which Coronavirus Relief Fund (CRF) payments may be used; specifically, allowing state and local governments to make payments for programs that 1) are necessary expenditures incurred due to the public health emergency with respect to Coronavirus Disease 2019 (COVID-19); 2) were not accounted for in the budget most recently approved as of the date of enactment [March 27, 2020] of this section for the Commonwealth or local government; and 3) were incurred during the period that begins on March 1, 2020, and ends on December 30, 2020. WHEREAS, the Commonwealth has been duly designated to administer the grant funds for the Project; and WHEREAS, the Contractor has submitted an application for CRF grant funds, and WHEREAS, the Contractor will be the administrator and beneficiary of the grant money from the Commonwealth for the Project as provided the CARES Act under the terms and Document Description Page 3 2100001264 COVID 19 Relief Fund C2-085 City of Paducah conditions enumerated herein and has further agreed to effectuate the completion of the Project in accordance with those terms and conditions. NOW, THEREFORE, in consideration of the mutual covenants, commitments, and conditions contained herein, the Commonwealth and the Contractor agree as follows: 1. Obligations of the Commonwealth The Commonwealth agrees, conditioned upon the timely performance by the Contractor of its obligations herein, to undertake the following obligations: A. The Commonwealth may, but is not required to, make periodic inspections of the Project and may send inspection reports to the Contractor. Deficiencies identified in an inspection report shall be corrected by the Contractor and their correction reported in writing to the Commonwealth within two weeks of receipt of the inspection report. B. The Commonwealth will cooperate fully with the Contractor in order to facilitate the obligations set out in this memorandum. C. The Commonwealth shall close out the Project upon satisfactory completion of the Project by the Contractor in accordance with the terms and conditions of this MOA and submission of an acceptable project completion report in the form prescribed by the Commonwealth. 2. Obligations of the Contractor The Contractor agrees to undertake the following obligations: A. The Contractor shall perform or cause to be performed all necessary acts to plan, design and complete the Project in accordance with the attached Scope of Work, which is hereby incorporated herein and made a part of this MOA. B. The Contractor shall obtain all necessary permits, licenses, and approvals required for completion of the Project from the appropriate governmental entities. C. The Contractor shall comply with all applicable federal and state statutes, executive orders, regulatory requirements, and policies. D. The Contractor shall use its own procurement procedures that are compliant with all applicable state and local laws for all purchases of goods or services related to the Project. Document Description Page 4 2100001264 COVID 19 Relief Fund C2-085 City of Paducah E. The Contractor shall submit all Requests for Disbursement on the prescribed forms of the Commonwealth, including copies of paid invoices, cancelled checks and/or bank statements documenting the proper expenditure of funds for reimbursement. F. Beginning upon the effective date of this MOA and regardless of whether any funds have been drawn, the Contractor shall submit quarterly progress reports and a project completion report when the project is final to the Commonwealth in the form prescribed by the Commonwealth until the Project is deemed closed by the Commonwealth. Failure to submit or fully complete any required report will place the Contractor in noncompliance status, at which time the Commonwealth will suspend the release of additional funds until the appropriate documentation has been submitted. G. The Contractor shall retain all records relating to the Project until the records are audited by the Commonwealth, or for no less than five (5) years after the Project has been closed by the Commonwealth, whichever occurs first. H. A copy of the resolution by the Contractor’s governing body authorizing the execution of this MOA is attached, which is incorporated into this MOA as though set forth fully herein. I. The Contractor shall cooperate fully with the Commonwealth and provide any documentation requested by the Commonwealth in order to facilitate the obligations set out in this MOA. J. The Contractor shall be responsible for the expenditure of funds in accordance with the CARES Act and all other applicable laws. Any unauthorized or improper expenditure of funds, or expenditure of funds other than in accordance with the terms of this MOA shall be deemed a default of this MOA by the Contractor. The Contractor shall repay the Commonwealth all funds that are not spent in accordance with this MOA and applicable laws. K. All Contractors, with the exception of Cities with a population of less than one thousand (1,000) people, or which receives and expends less than seventy-five thousand dollars ($75,000) per fiscal year and has no long term debt, covered by KRS 91A.040(2) and (3), respectively, and Districts covered by KRS 65.065(2) or KRS 65A.010 to 65A.090, are subject to an independent annual audit conducted in accordance with generally accepted auditing standards, Government Auditing Standards, issued by the Comptroller General of the United States, the provisions of Office of Management and Budget Circular A-133, “Audits of State and Local Governments,” if applicable, and the Audit Guide for Fiscal Court Audits issued by the Kentucky Auditor of Public Accounts. The audit report shall include a certification that the funds were expended for the purpose intended. A copy of the audit and certification of compliance shall be forwarded to the Commonwealth, Office Document Description Page 5 2100001264 COVID 19 Relief Fund C2-085 City of Paducah of Federal Grants, no later than 18 months after the end of each fiscal year in which funds were received by a Contractor. Those Cities and Districts referenced above shall be required to submit a copy of their financial statement, when applicable, to the Commonwealth, Office of Federal Grants, no later than 18 months after the end of each fiscal year in which funds were received by a Contractor. Where a financial statement is not applicable, pursuant to the relevant statute, an audit shall be required. 3. Mutuality of Obligations A. The parties agree that the obligations imposed upon them are for the benefit of the parties and the timely fulfillment of each and every obligation in accordance with this MOA is necessary. The failure of the Contractor to fulfill its obligations under this MOA or the failure of any event to occur by a date established by this MOA shall constitute a breach of the MOA unless the obligation is waived or modified by written MOA of the parties. B. In the event of default by the Contractor, including the failure to meet any time deadlines set out in this memorandum, the Commonwealth may declare this MOA void from its date of execution without further obligation to the Contractor and may commence appropriate legal or equitable action to enforce its rights under this MOA including action for recovery of funds expended hereunder. C. Except as may otherwise be provided herein, the parties to this MOA shall be solely responsible for any costs incurred in fulfilling their obligations under this MOA. If any legal action or other proceeding is successfully brought by the Commonwealth to enforcement this MOA, then the Commonwealth shall be entitled to recover from the Contractor, reasonable attorneys' fees, court costs and all expenses incurred in that action or proceeding, in addition to any other relief to which the Commonwealth may be entitled. 4. Miscellaneous Provisions A. This MOA may be signed by each party upon a separate copy, and in such case one counterpart of this MOA shall consist of a sufficient number of such copies to reflect the signature of each party hereto. This MOA may be executed in two or more counterparts each of which shall be deemed an original, and it shall not be necessary in making proof of this MOA or the terms and conditions hereof to produce or account for more than one of such counterparts. B. The headings set forth in this MOA are for convenience or reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this MOA. Document Description Page 6 2100001264 COVID 19 Relief Fund C2-085 City of Paducah C. The terms and conditions of this MOA shall be binding upon and shall inure to the benefit of the successors and assigns, respectively, of the parties. This provision shall not be construed to permit assignment by any party of any of its rights and duties under this MOA which assignment shall be prohibited except with the prior written consent of all parties hereto. D. This MOA sets forth the entire understanding of the parties with respect to the subject matter hereof, supersedes all existing MOAs among them concerning the subject matter hereof, and may be modified only by a written instrument duly executed by each of the parties hereto. E. Performance of each of the terms and conditions of this MOA shall be carried out in a timely manner. F. The parties agree that any suit, action, or proceeding with respect to this MOA may only be brought in or entered by, as the case may be, the courts of the Commonwealth of Kentucky situated in Frankfort, Franklin County, Kentucky or the United States District Court for the Eastern District of Kentucky, Frankfort Division. All notices, requests, demands, waivers, and other communications given as provided in this MOA shall be in writing, and shall be addressed as follows: If to the Commonwealth: Department for Local Government Office of Federal Grants 100 Airport Road, 3rd Floor Frankfort, KY 40601 If to the Contractor: The Honorable Brandi Harless Mayor, City of Paducah 300 South 5th St. Paducah, Kentucky 42002-2267 G. The Commonwealth may audit or review all documentation and records of the Contractor relating to this project pursuant to the provisions of KRS 45A.150. Document Description Page 7 2100001264 COVID 19 Relief Fund C2-085 City of Paducah H. The parties agree that this MOA is not entered into under the provisions of KRS 56.8161 et seq. Pricing: The Commonwealth shall, subject to the availability of appropriate funds, pay the Contractor a sum not to exceed $559,821 in accordance with the submission of a Request for Disbursement form, as prescribed by the Commonwealth. Document Description Page 8 2100001264 COVID 19 Relief Fund C2-085 City of Paducah Memorandum of Agreement Standard Terms and Conditions Revised December 2019 1.00 Effective Date: All Memorandum of Agreements are not effective until the Secretary of the Finance and Administration Cabinet or his authorized designee has approved the agreement and until the agreement has been submitted to the government contract review committee. However, in accordance with KRS 45A.700, memoranda of agreement in aggregate amounts of $50,000 or less are exempt from review by the committee and need only be filed with the committee within 30 days of their effective date for informational purposes. KRS 45A.695(7) provides that payments on personal service contracts and memoranda of agreement shall not be authorized for services rendered after government contract review committee disapproval, unless the decision of the committee is overridden by the Secretary of the Finance and Administration Cabinet or agency head, if the agency has been granted delegation authority by the Secretary. 2.00 EEO Requirements The Equal Employment Opportunity Act of 1978 applies to All State government projects with an estimated value exceeding $500,000. The contractor shall comply with all terms and conditions of the Act. 3.00 Cancellation clause: Both parties shall have the right to terminate and cancel this contract at any time not to exceed thirty (30) days' written notice served on the other party by registered or certified mail. . 4.00 Funding Out Provision: The state agency may terminate this agreement if funds are not appropriated to the contracting agency or are not otherwise available for the purpose of making payments without incurring any obligation for payment after the date of termination, regardless of the terms of the agreement. The state agency shall provide the Contractor thirty (30) calendar day’s written notice of termination of the agreement due to lack of available funding. 5.00 Reduction in Contract Worker Hours: The Kentucky General Assembly may allow for a reduction in contract worker hours in conjunction with a budget balancing measure for some professional and non-professional Document Description Page 9 2100001264 COVID 19 Relief Fund C2-085 City of Paducah service contracts. If under such authority the agency is required by Executive Order or otherwise to reduce contract hours, the agreement will be reduced by the amount specified in that document. If the contract funding is reduced, then the scope of work related to the contract may also be reduced commensurate with the reduction in funding. This reduction of the scope shall be agreeable to both parties and shall not be considered a breach of contract. 6.00 Access to Records: The state agency certifies that it is in compliance with the provisions of KRS 45A.695, "Access to contractor's books, documents, papers, records, or other evidence directly pertinent to the contract." The Contractor, as defined in KRS 45A.030, agrees that the contracting agency, the Finance and Administration Cabinet, the Auditor of Public Accounts, and the Legislative Research Commission, or their duly authorized representatives, shall have access to any books, documents, papers, records, or other evidence, which are directly pertinent to this agreement for the purpose of financial audit or program review. The Contractor also recognizes that any books, documents, papers, records, or other evidence, received during a financial audit or program review shall be subject to the Kentucky Open Records Act, KRS 61.870 to 61.884. Records and other prequalification information confidentially disclosed as part of the bid process shall not be deemed as directly pertinent to the agreement and shall be exempt from disclosure as provided in KRS 61.878(1)(c). 7.00 Violation of tax and employment laws: KRS 45A.485 requires the Contractor and all subcontractors performing work under the agreement to reveal to the Commonwealth, prior to the award of a contract, any final determination of a violation by the Contractor within the previous five (5) year period of the provisions of KRS chapters 136, 139, 141, 337, 338, 341, and 342. These statutes relate to corporate and utility tax, sales and use tax, income tax, wages and hours laws, occupational safety and health laws, unemployment insurance laws, and workers compensation insurance laws, respectively. To comply with the provisions of KRS 45A.485, the Contractor and all subcontractors performing work under the agreement shall report any such final determination(s) of violation(s) to the Commonwealth by providing the following information regarding the final determination(s): the KRS violated, the date of the final determination, and the state agency which issued the final determination. KRS 45A.485 also provides that, for the duration of any contract, the Contractor and all subcontractors performing work under the agreement shall be in continuous compliance Document Description Page 10 2100001264 COVID 19 Relief Fund C2-085 City of Paducah with the provisions of those statutes, which apply to their operations, and that their failure to reveal a final determination as described above, or failure to comply with the above statutes for the duration of the agreement shall be grounds for the Commonwealth's cancellation of the agreement and their disqualification from eligibility for future state contracts for a period of two (2) years. [Check box section below need only be included for Contractors that are quasi- governmental entities or 501(c)3 non-profit entities.] Contractor must check one: _____ The Contractor has not violated any of the provisions of the above statutes within the previous five (5) year period. ______ The Contractor has violated the provisions of one or more of the above statutes within the previous five (5) year period and has revealed such final determination(s) of violation(s). Attached is a list of such determination(s), which includes the KRS violated, the date of the final determination, and the state agency which issued the final determination. 8.00 Discrimination: This section applies only to agreements disbursing federal funds, in whole or part, when the terms for receiving those funds mandate its inclusion. Discrimination (because of race, religion, color, national origin, sex, sexual orientation, gender identity, age, or disability) is prohibited. During the performance of this agreement, the Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, national origin, sex, sexual orientation, gender identity or age. The Contractor further agrees to comply with the provisions of the Americans with Disabilities Act (ADA), Public Law 101-336, and applicable federal regulations relating thereto prohibiting discrimination against otherwise qualified disabled individuals under any program or activity. The Contractor agrees to provide, upon request, needed reasonable accommodations. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. Such action shall include, but not be limited to the following; employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensations; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, Document Description Page 11 2100001264 COVID 19 Relief Fund C2-085 City of Paducah available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. In all solicitations or advertisements for employees placed by or on behalf of the Contractor, the Contractor will, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. The Contractor will send to each labor union or representative of workers with which he/ she has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965 as amended, and of the rules, regulations and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this agreement or with any of the said rules, regulations or orders, this agreement may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally-assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in or as otherwise provided by law. The Contractor will include the provisions of paragraphs (1) through (7) of section 202 of Executive Order 11246 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor, issued pursuant to section 204 of Executive Order No. 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action Document Description Page 12 2100001264 COVID 19 Relief Fund C2-085 City of Paducah with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Document Description Page 13 2100001264 COVID 19 Relief Fund C2-085 City of Paducah Approvals This contract is subject to the terms and conditions stated herein. By affixing signatures below, the parties verify that they are authorized to enter into this contract and that they accept and consent to be bound by the terms and conditions stated herein. In addition, the parties agree that (i) electronic approvals may serve as electronic signatures, and (ii) this contract may be executed in any number of counterparts, each of which when executed and delivered shall constitute a duplicate original, but all counterparts together shall constitute a single contract. Commonwealth of Kentucky: Commissioner Department For Local Government Signature Title Dennis Keene Printed Name Date City of Paducah: Mayor, City of Paducah Signature Title Printed Name Date Approved as to form and legality: City of Paducah Counsel Signature Title Printed Name Date General Counsel Department For Local Government Signature Title Matthew Stephens Printed Name Date Document Description Page 14 2100001264 COVID 19 Relief Fund C2-085 City of Paducah Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Approve the Updated Proposal for a Change in the Group Life Insurance with to Mutual of Omaha effective January 1, 2021 - S SUAZO Category: Municipal Order Staff Work By: Stefanie Suazo Presentation By: Peel & Holland Background Information: Updated agreement: There was not enough participation in the voluntary short- term disability and long-term disability coverage to be able to offer, so those sections have been removed. All other items remain the same as before. The city received a proposal from Mutual of Omaha to provide employees with group life insurance effective January 1, 2021. Changing providers will result in a savings of over $4k per year, while keeping all benefit levels the same, and offering voluntary products to employees with much lower premiums for benefits related to short-term disability, long-term disability, and voluntary additional life insurance. Does this Agenda Action Item align with a Strategic Plan Action Step? Yes If yes, please list the Action Step Item Codes(s): O-1: Implement Measures to Recruit & Retain Quality City Employees - offering a competitive benefit package. Funds Available:Account Name: Account Number: Staff Recommendation: Sign agreement to provide life insurance to employees with Mutual of Omaha. Attachments: 1.MO Group Life Insurance Mutual of Omaha 2021 AMENDED 2.Guide_City of Paducah Final MUNICIPAL ORDER NO. ________ A MUNICIPAL ORDER AMENDING MUNICIPAL ORDER NO. 2398 ENTITLED, “A MUNICIPAL ORDER APPROVING AND ADOPTING THE GROUP LIFE INSURANCE BENEFITS PROPOSAL WITH MUTUAL OF OMAHA IN A TOTAL ANNUAL GROUP PREMIUM AMOUNT OF $44,453.40 FOR EMPLOYEES OF THE CITY OF PADUCAH, AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATED TO SAME,” TO REMOVE THE PREFERRED CHOICE VOLUNTARY SHORT- TERM DISABILITY AND VOLUNTARY LONG-TERM DISABILITY BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah approves and adopts the following group life insurance premiums for employees of the City of Paducah: SECTION 2. That the City of Paducah hereby accepts and approves the Group Insurance Proposal with Mutual of Omaha Insurance Company dated September 16, 2020, for Basic Term Life and AD&D and Voluntary Term Life and AD&D, [Preferred Choice Voluntary Short-Term Disability and Voluntary Long-Term Disability] for the employees of the City of Paducah and authorizes the Mayor to execute all documents related to same. SECTION 3. That the premiums for the Group Life Insurance Plan, for employees of the City of Paducah, adopted in Section 1 & 2 above, shall become effective January 1, 2021. SECTION 4. This expenditure will be charged to various accounts. SECTION 5. This order shall be in full force and effect from and after the date of its adoption. ______________________________ Brandi Harless, Mayor ATTEST: ______________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, December 15, 2020 Recorded by Lindsay Parish, City Clerk, December 15, 2020 \mo\Group Life Insurance Mutual of Omaha 2021 – AMENDED Presented To: City of Paducah Thank you for choosing Mutual of Omaha for your Group Insurance needs. The New Customer Verification Guide (“Guide”) is key to administering your plan effectively and efficiently. To ensure a smooth implementation, complete and sign the applicable section within the Guide. STEP 1: Review the Group Insurance proposal and complete the sections within the Guide. Guide Description Completed Group Insurance Proposal Applicant and Producer verify sold plan design and rates. Acceptance of Terms and Conditions Applicant signature is required. Group Insurance Application Applicant signature is required. ·Must be signed prior to the proposed effective date Policy Administration Contact Information Premium/Billing, Claims, Administration, and Renewal Billing Information Billing type, format and location Eligibility Information Class description and employee waiting periods Earnings Definition Earnings definition, premium contributions, and ERISA Witholding and Tax Reporting Required for Disability, Accident and Critical Illness coverage STEP 2: Return the completed and signed Guide to the Mutual of Omaha representative listed below at least 15 days prior to the requested effective date. Additional Items Required Included Employee Census and Enrollment ·Census in Excel format (preferred method) ·Employee enrollment forms, electronic or hard copy ·Evidence of Insurability or Application forms ·Applicant retains copy of enrollment material Replacing Prior Insurance Plan Yes No Prior Carrier Billing statement Required if transferring coverage from another carrier Prior Carrier certificate booklet Required if transferring coverage from another carrier Sample premium calculation spreadsheet Required only for Self-administered groups Producer / Agent Use Only Producer Checklist Producer identification and details Third Party Administrator Checklist Required only if TPA is providing services If you have any questions, please contact your Mutual of Omaha representative. Sales Representative Sales Assistant Email Phone & Fax Group Office Group Office Address Address 2 City, State, Zip Basic Term Life and AD&D Insurance Final Sold Proposal (12921514)1 BASIC TERM LIFE AND AD&D INSURANCE Proposal for:City of Paducah Alternate:1.03 The following Basic Term Life and AD&D plan is being proposed on a fully-insured basis effective 01/01/21.This proposal assumes this coverage is underwritten by United of Omaha Life Insurance Company.For additional information about Mutual of Omaha's products and services, visit mutualofomaha.com. ELIGIBILITY CLASS DEFINITION(S)Class 1:All Eligible City Managers Class 2:All Other Eligible Employees Class 3:All Eligible Retirees Class 4:All Eligible AFSCME Employees Class 5:All Eligible Police Employees Class 6:All Eligible Fire Employees ELIGIBILITY REQUIREMENT This proposal provides coverage for all actively at work employees on the policy effective date working the minimum number of hours shown below in the United States, unless otherwise approved by Mutual of Omaha.Certain requirements apply. MINIMUM WORK HOURS Class 1:30 or more hours each week Class 2:30 or more hours each week Class 3:30 or more hours each week Class 4:30 or more hours each week Class 5:30 or more hours each week Class 6:30 or more hours each week BENEFIT SUMMARY EMPLOYEE TERM LIFE BENEFIT AMOUNTS Benefit Maximum Benefit Guarantee Issue Amount Minimum Benefit Class 1 $50,000 $50,000 $50,000 $50,000 Class 2, 5 $12,500 $12,500 $50,000 $12,500 Class 3 $4,000 $4,000 $50,000 $4,000 Class 4, 6 $15,000 $15,000 $50,000 $15,000 EMPLOYEE AD&D BENEFIT AMOUNT The AD&D Principal Sum amount is equal to $37,500. PARTICIPATION AND COST SUMMARY PARTICIPATION ASSUMPTIONS Minimum Participation Number of Eligible Employees Contribution Structure Class 1 100%1 Non-Contributory Class 2 100%103 Non-Contributory Class 3 100%140 Non-Contributory Class 4 100%58 Non-Contributory Class 5 100%74 Non-Contributory Class 6 100%62 Non-Contributory Basic Term Life and AD&D Insurance (continued) Final Sold Proposal (12921514)2 PARTICIPATION AND COST SUMMARY (CONT'D) COST SUMMARY Number of Lives Total Monthly Volume Monthly Rate Total Monthly Premium Total Annual Premium Employee Term Life 438 $4,622,500 $0.78/$1,000 $3,605.55 $43,266.60 Employee AD&D 136 $4,945,000 $0.02/$1,000 $98.90 $1,186.80 Total ------$3,704.45 $44,453.40 PACKAGE PRICING The rates and benefits for this coverage assume package pricing.The rates and/or benefits are subject to change if one or more coverages included in Option 1 are not selected by the employer. RATE GUARANTEE 2 Years RATE GUARANTEE DATE 01/01/2023 ADDITIONAL BENEFITS -CLASS 1 WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 LIVING CARE BENEFIT 75% to $37,500 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. TRAVEL ASSISTANCE Included EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits CONVERSION Included ADDITIONAL BENEFITS -CLASS 2 WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 LIVING CARE BENEFIT 75% to $9,375 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. Basic Term Life and AD&D Insurance (continued) Final Sold Proposal (12921514)3 TRAVEL ASSISTANCE Included EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits CONVERSION Included ADDITIONAL BENEFITS -CLASS 3 LIVING CARE BENEFIT 75% to $3,000 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. TRAVEL ASSISTANCE Included EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits CONVERSION Included ADDITIONAL BENEFITS -CLASS 4 WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 LIVING CARE BENEFIT 75% to $11,250 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. TRAVEL ASSISTANCE Included EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits CONVERSION Included ADDITIONAL BENEFITS -CLASS 5 Basic Term Life and AD&D Insurance (continued) Final Sold Proposal (12921514)4 WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 LIVING CARE BENEFIT 75% to $9,375 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. TRAVEL ASSISTANCE Included EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits AD&D 24 hour coverage for employees AD&D BENEFITS - Seat Belt - Common Carrier - Airbag - Coma CONVERSION Included ADDITIONAL BENEFITS -CLASS 6 WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 LIVING CARE BENEFIT 75% to $11,250 LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member. This provision applies to employer and union groups only, subject to certain conditions. EMPLOYEE ASSISTANCE PROGRAM (EAP) Basic; 6 face to face visits AD&D 24 hour coverage for employees AD&D BENEFITS - Seat Belt - Common Carrier - Airbag - Coma - Repatriation CONVERSION Included Voluntary Term Life and AD&D Insurance Final Sold Proposal (12921514)5 VOLUNTARY TERM LIFE AND AD&D INSURANCE Proposal for:City of Paducah Alternate:1.04 The following Voluntary Term Life and AD&D plan is being proposed on a fully-insured basis effective 01/01/21.This proposal assumes this coverage is underwritten by United of Omaha Life Insurance Company.For additional information about Mutual of Omaha's products and services, visit mutualofomaha.com. ELIGIBILITY CLASS DEFINITION(S)Class 1:All Eligible Employees ELIGIBILITY REQUIREMENT This proposal provides coverage for all actively at work employees on the policy effective date working the minimum number of hours shown below in the United States, unless otherwise approved by Mutual of Omaha.Certain requirements apply. MINIMUM WORK HOURS Class 1:30 or more hours each week BENEFIT SUMMARY EMPLOYEE BENEFIT AMOUNTS Minimum Benefit Maximum Benefit Increments Guarantee Issue Amount* $10,000 5X Annual Salary, up to $500,000 $10,000 5X Annual Salary, up to $150,000 *Guarantee Issue Amounts assume a participation rate of at least 25% of eligible employees. BENEFIT REDUCTION SCHEDULE**At Age Benefits Reduce : 70 65% 75 45% 80 30% 85 20% 90+15% ** All benefit reductions are a percentage of the original benefit amount.Coverage terminates at retirement. The Guarantee Issue Amount is reduced according to the reduction schedule. DEPENDENT SPOUSE BENEFIT AMOUNTS***Minimum Benefit Maximum Benefit Increments Guarantee Issue Amount $5,000 100% of Employee's Benefit, up to $250,000 $5,000 100% of Employee's Benefit, up to $30,000 *** Dependent Spouse and/or Child coverage is only available if the Employee has coverage under this plan.Spouse coverage terminates at age 70. DEPENDENT CHILD BENEFIT AMOUNTS Minimum Benefit Maximum Benefit Increments Guarantee Issue Amount $10,000 $10,000 $10,000 $10,000 AD&D BENEFIT AMOUNT The AD&D Principal Sum amount is equal to the amount of voluntary term life insurance for employees and eligible dependents. Voluntary Term Life and AD&D Insurance (continued) Final Sold Proposal (12921514)6 PARTICIPATION AND COST SUMMARY PARTICIPATION ASSUMPTIONS Minimum Participation Number of Eligible Employees Contribution Structure 25%291 100% employee paid COST SUMMARY* Age Band Employee & Spouse Rate per $1,000 All Children Rate per $1,000Voluntary Term Life <25 $0.09 $0.14 25 - 29 $0.09 -- 30 - 34 $0.10 -- 35 - 39 $0.12 -- 40 - 44 $0.19 -- 45 - 49 $0.32 -- 50 - 54 $0.53 -- 55 - 59 $0.82 -- 60 - 64 $1.29 -- 65 - 69 $2.31 -- 70 - 74 $4.13 -- 75 - 79 $6.81 -- 80 - 84 $13.80 -- 85 - 89 $13.80 -- 90 - 100 $13.80 -- * This plan is rated using the same rates for the employee and spouse. Employee and spouse rates are calculated based on the employee's current age as of the effective date of the plan.Employee and spouse rates are adjusted once each year on the plan anniversary date for employees advancing to the next age band. Spouse coverage terminates when the employee attains age 70 (regardless of the spouse's actual age). Voluntary AD&D Employee Rate per $1,000 Spouse Rate per $1,000 All Children Rate per $1,000 $0.05 $0.05 PACKAGE PRICING The rates and benefits for this coverage assume package pricing.The rates and/or benefits are subject to change if one or more coverages included in Option 1 are not selected by the employer. RATE GUARANTEE 2 Years RATE GUARANTEE DATE 01/01/2023 ADDITIONAL BENEFITS OPEN ENROLLMENT A one-time open enrollment is available for a period of up to 90 days prior to the effective date of the policy, subject to the enrollment strategy requirements.During this time, the employee/member may elect insurance for the first time or request increased insurance up to the Guarantee Issue amount for the employee/member and any dependents (if applicable) without providing health information. WAIVER OF PREMIUM - DISABILITY §Definition of Disability -Any Occupation §Elimination Period -6 months §Termination -Age 65 ANNUAL INCREASE OPTION Once annually, the employee/member may increase their insurance amount by up to $20,000 without providing health information. Voluntary Term Life and AD&D Insurance (continued) Final Sold Proposal (12921514)7 LIVING CARE BENEFIT For employee and spouse,75% to $375,000 PORTABILITY Included LAYOFF/LEAVE §Temporary Layoff -12 weeks §Personal Leave -12 weeks CONTINUATION FOR FEDERAL AND STATE LAWS Included – The federal Family and Medical Leave Act (FMLA) and Uniformed Services Employment and Reemployment Rights Act (USERRA) and any amendments thereto, as well as other applicable federal or state laws, may allow continuation of insurance in certain instances for leaves of absence, layoff or termination. Insurance may be continued for the time period allowed by the applicable law, for the employee/member and any dependent(s). This provision applies to employer and union groups only, subject to certain conditions. AD&D 24 hour coverage for employees and eligible dependents AD&D BENEFITS - Seat Belt - Common Carrier - Airbag - Repatriation CONVERSION Included Final Sold Proposal (12921514)8 REQUIREMENTS AND ASSUMPTIONS SIC CODE 9111 SITUS STATE KY ACCEPTANCE This proposal is contingent upon Mutual of Omaha Home Office review and acceptance of the completed application for coverage.It is recommended that current coverage is not cancelled or dropped until notification of acceptance from Mutual of Omaha is received. PACKAGE PRICING The rates and benefits in this proposal assume package pricing.The rates and/or benefits are subject to change if one or more coverages are not selected by the employer. LIMITATIONS & STANDARD CONTRACT NOTICE This proposal is subject to Mutual of Omaha's standard product terms, limitations, and exclusions.Additionally, this proposal requires use of standard system-compatible benefits and contract provisions.Applicable federal and state mandates are added at issuance. This proposal also assumes that all employees/members reside in the situs state of the group. If any employees/members reside outside of the situs state of the group, we must be notified of the number of employees/members by state during the implementation process so that all applicable state mandates can be accommodated. Please refer to a sample standard contract, certificate booklet and/or subscription agreement documents for additional information and detail, available upon request. ERISA Each plan presented in this proposal is considered to be an employer-sponsored ERISA benefit plan. If it is determined that any plan presented in this proposal is not an ERISA benefit plan, Mutual of Omaha reserves the right to re-rate or otherwise adjust the proposed plan(s). PROPOSAL CONDITIONS Mutual of Omaha reserves the right to re-rate or withdraw this proposal prior to the effective date if any of the following changes: §SIC code §Employer contributions §Information regarding disabled or COBRA participants §For groups that are experience rated - risk increases based on review of the current carriers claims experience, including open or pended claims §Demographics (age, gender, occupation, earnings, location and size) §Plan participation - increase or decrease of 10% or more lives §Laws, regulations, judicial and/or administrative orders and decisions affecting benefits, cost of administration, or cost of health care services §Proposed effective date §Benefits or eligibility §Premium tax On or after the effective date, Mutual of Omaha reserves the right to change rates or fees if there is a change in any factor listed above.In addition, Mutual of Omaha may change rates or fees any time after the most recent Rate Guarantee Date, provided at least 30 days advance notice of the rate or fee increase has been given to the group. DEPENDENT NON-CONFINEMENT REQUIREMENT Coverage for dependents is subject to our non-confinement requirement and their ability to perform all the usual duties of a person who is of the same age and gender who is in good health. PROPOSAL EXPIRATION This proposal is good for 90 days after 12/02/20, or the assumed effective date of the plan, whichever comes first. G2018APP KY Group Insurance Application United of Omaha Life Insurance Company 3300 Mutual of Omaha Plaza – Omaha, NE 68175 APPLICANT INFORMATION Applicant (Full Legal Name) Address City State ZIP REQUESTED EFFECTIVE DATE Insert Date on this Line 01-01-2021 If this application is approved, insurance will become effective on the requested effective date, unless United of Omaha Life Insurance Company sends written notice of a different effective date. Coverage(s) being applied for GROUP (Contributory / Non-Contributory) GROUP VOLUNTARY (100% Employee Paid) Life ** Life / AD&D T T Short Term Disability ** Long Term Disability ** Dental ** Vision ** Critical Illness ** Accident ** REQUIRED FRAUD WARNING Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance containing any materially false information or conceals, for the purpose of misleading, information concerning any fact material thereto commits a fraudulent insurance act, which is a crime. ACKNOWLEDGEMENT AND SIGNATURE All statements in this application and any claims experience data provided to United of Omaha Life Insurance Company are true and complete and will be relied upon by United of Omaha Life Insurance Company to determine whether to issue a policy. Such statements and claims experience data, along with the group insurance proposal from United of Omaha Life Insurance Company, are the basis for any policy issued by United of Omaha Life Insurance Company. All statements shall be deemed representations and not warranties. Any misrepresentations, omissions or incorrect statements or data deemed to be fraudulent or material to the risk assumed by United of Omaha Life Insurance Company may void this application and any issued policy as of the effective date. If an authorized representative at United of Omaha Life Insurance Company’s Home Office does not approve this application, no insurance is in effect at any time and any advance payment received will be returned. Applicant Signature Name Location/State Title Date Broker Signature Name License # G2018APP KY CONTACT INFORMATION Applicant Information Legal Name of Company Doing Business As (DBA) Employer Identification Number (Tax ID Number) Legal Address of Company Address 2 City, State, Zip Company Phone & Fax Primary Contact Contact Name Address (if different than above) Contact For: Premium/Billing Claims Administration Renewal Census (Self-administered only) EOI Address 2 City, State, Zip Contact Phone & Fax Contact Email If above Contact Email is not specific to you please provide a unique email for accessing our employer website here: Should this contact have access to: Online Billing and Reporting Yes No Online Eligibility Maintenance (List Billed customers only) Yes No Additional Contact Contact Name Address (if different than above) Contact For: Premium/Billing Claims Administration Renewal Census (Self-administered only) EOI City, State, Zip Contact Phone & Fax Contact Email If above Contact Email is not specific to you please provide a unique email for accessing our employer website here: Should this contact have access to: Online Billing and Reporting Yes No Online Eligibility Maintenance (List Billed customers only) Yes No BILLING INFORMATION 1.Billing Assumptions: All bills will be sent to the primary contact indicated in the Contact Information section above. Unless otherwise agreed to, or stated in the Group Insurance Proposal, billing statements will be issued on a monthly basis.Premium is due on the first day of the month. The group policy will include a premium grace period provision. 2.Billing Type: Select the type of bill you prefer: List Bill (mandatory for Dental, Vision and Groups under 50 covered employees) Are confirmation statements of Voluntary Term Life coverage necessary for each employee?Yes No Self – Administration Bill (mandatory for Stand Alone AD&D, Stand Alone VAD&D, Business Travel) We recommend that all groups under 200 covered employees be set up with the List Bill option that provides you with a monthly-itemized bill. This option provides you online access to the following: ·Enrollment Data Administration- Adds, Terminations and Changes ·Management Reports: Standard and On Demand formats ·Real-Time reporting access to Evidence of Insurability member status ·Administrative Invoice Verification Tool 3.Enrollment Method (required for List Billing only): Indicate what method your billing should be based on: Excel census Enrollment forms Both Specify which method takes precedence in the event of conflicting information Excel census Enrollment forms 4.Payroll Deduction Frequency: Indicate payroll deduction frequency for any voluntary and/or contributory coverages: Select one option. Monthly (Standard) Weekly (52/yr) Bi-Weekly (26/yr) Semi-Monthly (24/yr)9thly 10thly 13thly Specify first payroll date following the effective date (mm/dd/yyyy): 5.Billing Format: If you have multiple locations, we can include a location name and number on your billing statement or send a separate bill to each location. Select the billing format you prefer: One bill for all locations/divisions sent to Primary Contact (Standard) One bill itemized by location/division codes sent to Primary Contact (available for List Billed customers only) One bill for each location/division sent to the applicable location contacts: Additional Billing Location Location Name & Number Contact Name Billing Address City, State, Zip Contact Phone & Fax Contact Email Should this contact have access to: Online Billing and Reporting Yes No Online Eligibility Maintenance (List Billed customers only) Yes No For additional locations, provide information on a separate sheet of paper. RESOLUTION A RESOLUTION OF THE BOARD OF COMMISIONERS OF THE CITY OF PADUCAH, ENCOURAGING THE INCOMING BOARD OF COMMISSIONERS TO CONSIDER RELIEF OPTIONS RELATED TO ALCOHOL LICENSING RENEWAL FEES WHEREAS, due to the COVID-19 pandemic, and subsequent Executive Orders from the Kentucky Office of the Governor, many businesses have been required to close and/or operate at diminished capacity in 2020; and WHEREAS, the City Commission understands that these measures, while necessary for public health, have caused a substantial financial impact on restaurants, bars and other businesses in the City of Paducah and across the Commonwealth; and WHEREAS, the City Commission recognizes that this financial impact constitutes a substantial burden on local restaurants, bars and other businesses; and WHEREAS, the Kentucky Department of Alcoholic Beverage Control has allowed for a twelve (12) month fee waiver for certain Kentucky State alcoholic beverage license types; and WHEREAS, it is the desire of the City Commission to assist local businesses, where possible, to manage the financial burden caused by the pandemic. NOW, THEREFORE, BE IT RESOLVED BY THE CITY OF PADUCAH, KENTUCKY, AS FOLLOWS: SECTION 1. That the Board of Commissioners hereby authorizes the City Manager, City Clerk and Finance Director of the City of Paducah to research the options available to the City to provide relief to local businesses related to alcoholic beverage licensing renewal fees. SECTION 2. That the current City Commission encourages the incoming City Commission of 2021 to consider relief options related to alcoholic beverage renewal licensing fees for 2021. SECTION 3. This resolution shall be in full force and effect from and after this adoption. ____________________________________ Brandi Harless, Mayor ATTEST: _______________________________ Lindsay Parish, City Clerk Adopted by the Board of Commissioners, December 15, 2020 Recorded by Lindsay Parish, December 15, 2020 \resoln\Alcohol Renewal Fee Resolution Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Approve Sprocket $900,000 Forgivable Loan - J ARNDT Category: Ordinance Staff Work By: James Arndt Presentation By: James Arndt Background Information: The City of Paducah desires to continue our economic development partnership with Sprocket in their efforts to create high tech jobs and startup companies in Paducah. The City will be loaning $900,000 to Sprocket for them to build out 8,000 square feet of maker space in the Coca-Cola building currently owned by the Musselmans. The term of the loan, 20 years, will match the term of the lease between Sprocket and the facility owner. Sprocket in a partnership with Codefy will create start-up companies and high tech jobs in the Paducah facility as required within the forgivable loan agreement. If the requirements in the agreement are fully met, 75% of the 900,000 loan will be forgiven. The terms of the loan require Sprocket to pay 25% of the $900,000 over the last 15 years of the 20 year term. The payments will be annualized over that 15 year period. There will be a 1% interest rate applied to the loan amount. In conjunction with the approval of the $900,000 Forgivable Loan to Sprocket, the City needs to amend the Budget by utilizing unbudgeted cash reserves in the amount of $900,000 (a portion of the sales proceeds garnered by the sale of the Genova Property). This ordinance authorizes the transfer $900,000 from Debt Service Undesignated Fund Balance (3000) to the General Fund - Note Receivable Account 1000-101055. Does this Agenda Action Item align with a Strategic Plan Action Step? No If yes, please list the Action Step Item Codes(s): Funds Available:Account Name: Account Number: Staff Recommendation: Attachments: 1.ORD Sprocket Forgivable Loan 12-2020 Final 2.Forgivable Loan Agreement - Final 3.Second Revised Appendices ORDINANCE NO. 2020-______-________ AN ORDINANCE AMENDING ORDINANCE NO. 2020-6-8641; AUTHORIZING CITY OF PADUCAH TO EXECUTE A FORGIVABLE LOAN AGREEMENT WITH SPROCKET, INC., IN AN AMOUNT UP TO $900,000 TO PARTIALLY FUND THE CONSTRUCTION COST OF A RENOVATED FACILITY THAT WILL BE USED FOR THE CREATION OF NEW START-UP BUSINESSES AND JOB OPPORTUNITIES WITHIN THE CITY OF PADUCAH, AND TO EXECUTE THE OTHER AGREEMENTS AND DOCUMENTS THAT ARE A PART THEREOF. WHEREAS, Sprocket, Inc., (hereafter the “Borrower”) is a non-profit corporation that was duly organized under KRS Chapter 273, and duly qualified as an exempt organization under Section 501(c)(3) of the Internal Revenue Code; and WHEREAS, the Borrower’s primary purpose is to advance the cause of science, technology, and entrepreneur education through a network that enables new start-up businesses and entrepreneurs to avail themselves of resources and educational programming that are beneficial to the establishment and growth of their business enterprises; and WHEREAS, the Borrower has leased from Musselman Properties, LLC, approximately 8,800 square feet of warehouse feet in the Coke Plant facility that will be used for the Borrower’s place of operation, a portion of which will be sublet to start-up businesses and entrepreneurs who utilize the Borrower’s network in the establishment and growth of their business enterprises; and WHEREAS, the Borrower must construct various facilities, systems and improvements within the lease space to accommodate its intended use of that space, and the needs and requirements of the sublessees who will be located within the lease space; and WHEREAS, the Borrower has requested a line of credit loan from the City to fund the construction cost of the facilities, systems and improvements to be constructed within the lease space, and in relation thereto, has warranted to the City that its proposed use of that space will generate the creation of new start-up businesses within the City, and provide new employment opportunities for its residents; and WHEREAS, the City has a substantial interest in promoting economic growth within the City, which includes the creation of new start-up businesses and job opportunities; and WHEREAS, the City Commission has determined that the Borrower’s proposed development within the Coke Plant facility, and Borrower’s proposed use of that facility, constitutes a valid public purpose, and by reason thereof, the City has agreed to extend to Borrower a line of credit loan up to and including the amount of $900,000.00 to fund seventy five percent (75%) of the construction costs of Borrower’s proposed renovation to the lease space, subject to the terms and conditions that are contained in this Agreement. NOW, THEREFORE, BE IT ORDAINED, by the City of Paducah, Kentucky as follows: SECTION 1. Budget Amendment. That the annual budget for the fiscal year beginning July 1, 2020, and ending June 30, 2021, as adopted by Ordinance No. 2020-6-8641, be amended by the following re-appropriations: Transfer $900,000 from Debt Service Undesignated Fund Balance (3000) to the General Fund Note Receivable Account 1000-101055. SECTION 2. Forgivable Loan Agreement. That the Mayor of the City of Paducah, Kentucky is hereby authorized and directed to execute a Forgivable Loan Agreement with Sprocket, Inc., (the “Borrower”) in an amount up to $900,000.00, in substantially the form attached hereto and made part hereof (Exhibit A), which terms are not inconsistent with this Ordinance and not substantially adverse to the City, together with such other agreements, instruments or certifications which may be necessary to accomplish said Forgivable Loan. SECTION 3. Loan Guaranty Agreement. That the Mayor of the City of Paducah, Kentucky is hereby authorized and directed to execute a Loan Guaranty Agreement with the Guarantor, upon such terms as may be approved by the Mayor which are not inconsistent with this Ordinance and not substantially adverse to the City, together with such other agreements, instruments or certifications which may be necessary to accomplish the City’s guarantee of the loan. SECTION 4. Severability. That if any one or more of the provisions of this Ordinance should be determined by a court of competent jurisdiction to be contrary to law, then such provisions shall be deemed to be severable from all remaining provisions and shall not affect the validity of such other provisions. SECTION 5. Inconsistent Actions. All prior ordinances, resolutions, orders or parts thereof inconsistent herewith are hereby repealed. SECTION 6. Effective Date. This Ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. ________________________________ MAYOR ATTEST: __________________________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners __________________________ Adopted by the Board of Commissioners, ___________________________ Recorded by Lindsay Parish, City Clerk, ____________________________ Published by The Paducah Sun, ___________________________________ \ORD\Sprocket Forgivable Loan 12-2020 EXHIBIT A 249941 FORGIVABLE LOAN AGREEMENT THIS FORGIVABLE LOAN AGREEMENT is made and executed on this ___ day of ______________, 2020, between the CITY OF PADUCAH, a Kentucky municipality, hereafter the “City”, and SPROCKET, INC., a Kentucky non-profit corporation, hereafter the “Borrower”. RECITALS WHEREAS, the Borrower is a non-profit corporation that was duly organized under KRS Chapter 273, and duly qualified as an exempt organization under Section 501(c)(3) of the Internal Revenue Code; and WHEREAS, the Borrower’s primary purpose is to advance the cause of science, technology, and entrepreneur education through a network that enables new start-up businesses and entrepreneurs to avail themselves of resources and educational programming that are beneficial to the establishment and growth of their business enterprises; and WHEREAS, the Borrower has leased from Musselman Properties, LLC, approximately 8,800 square feet of warehouse feet in the Coke Plant facility that will be used for the Borrower’s place of operation, a portion of which will be sublet to start-up businesses and entrepreneurs who utilize the Borrower’s network in the establishment and growth of their business enterprises; and WHEREAS, the Borrower must construct various facilities, systems and improvements within the lease space to accommodate its intended use of that space, and the needs and requirements of the sublessees who will be located within the lease space; and WHEREAS, the Borrower has requested a line of credit loan from the City to fund the construction cost of the facilities, systems and improvements to be constructed within the lease space, and in relation thereto, has warranted to the City that its proposed use of that space will generate the creation of new start-up businesses within the City, and provide new employment opportunities for its residents; and WHEREAS, the City has a substantial interest in promoting economic growth within the City, which includes the creation of new start-up businesses and job opportunities; and WHEREAS, the City Commission has determined that the Borrower’s proposed development within the Coke Plant facility, and Borrower’s proposed use of that facility, constitutes a valid public purpose, and by reason thereof, the City has agreed to extend to Borrower a line of credit loan up to and including the amount of $900,000.00 to fund seventy five percent (75%) of the construction costs of Borrower’s proposed renovation to the lease space, subject to the terms and conditions that are contained in this Agreement. NOW THEREFORE, in consideration of the mutual covenants and conditions contained herein, and for other good and valuable consideration, the receipt, mutuality and sufficiency of all 2 of which is hereby acknowledged by the parties hereto, the City and the Borrower hereby agree as follows: SECTION 1 Definitions Each of the following terms as used in this Agreement shall have the meaning that is ascribed to that term under this Section 1: 1.1 “Agreement” shall mean this Forgivable Loan Agreement, and any amendments and renewals that are made thereto. 1.2 “Approved Plans and Specifications” shall mean the plans and specifications, duly approved by Musselman and the City, for the construction of the Renovated Facility. 1.3 “Effective Date” shall mean the date on which this Agreement is executed by the parties, which is stipulated to be ______________, 2020. 1.4 “Estimated Construction Cost” shall mean the estimated cost of constructing the Renovated Facility, which is stipulated to be $1,200,000.00. The term “Funded Estimated Construction Cost” shall mean the Estimated Cost of Construction that will be funded from the Loan. A general itemization of the Estimated Construction Cost of the Renovated Facility is provided in Appendix “A” to this Agreement. 1.5 “Facility Employee” shall mean either: (i) a new Full-Time Employee hired by a Start-up Business that subleases space at the Renovated Facility, or (ii) a retained Full-Time Employee that was hired by a Start-up Business while it was a sublessee at the Renovated Facility, and remains employed by the Start-up Business after it relocated out of the Renovated Facility. The term “Facility Employee” shall not include any employee that was hired by a Start- up Business after it relocated from the Renovated Facility, or any employee whose place of work is located outside of the City. 1.6 “Full-Time Employee” shall mean a person that is employed by a Start-up Business to work an average work week of thirty-five (35) hours per week; provided that the employee’s place of employment is located within the City. 1.7 “Lease Agreement” shall mean the lease agreement that was entered into between Musselman Properties, LLC, and Borrower on the ___ day of ______________, 2020, and any amendments and renewals that are made thereto. 1.8 “Loan” shall mean the line of credit loan not to exceed $900,000.00 that will be used to fund 75% of the construction cost of the Renovated Facility, which loan which shall be evidenced by and repaid in accordance with the Note. 1.9 “Musselman” shall mean Musselman Properties, LLC, who is the landlord under the Lease Agreement. 3 1.10 “New Business Enterprise” shall mean a proprietorship or legal entity that was formed after the Effective Date of this Agreement for the purpose of engaging in a business enterprise for profit. 1.11 “Note” shall mean the promissory note that is issued by Borrower in relation to the Loan, and any renewals, replacements and extensions that are made thereto, a copy of which is provided in Appendix “B” to this Agreement. 1.12 “Renovated Facility” shall mean the facility that is depicted and constructed in accordance with the Approved Plans and Specifications. 1.13 “Start-up Business” shall mean a New Business Enterprise that sublets a portion of the Renovated Facility for its business operations, and participates in the educational programming that is offered at the Renovated Facility. SECTION 2 Loan Amount – Disbursement of Loan Proceeds 2.1 Loan Amount. Subject to Borrower’s compliance with the terms and conditions that are contained under this Section 2, the City shall extend to Borrower a Loan of up to $900,000.00 to fund 75% of the total cost of the Renovated Facility, which loan shall accrue interest at the rate of one percent (1%). The Loan shall be disbursed in accordance with the disbursement provisions that are contained in this Section 2. 2.2 Award of Construction Work. Borrower shall adopt and implement a competitive bid procedure for the award of the construction work on the Renovated Facility. The competitive bid procedure shall generally comport with the competitive bid procedure that is defined in the City’s procurement ordinances codified under Section 2-641, et seq., of the Paducah Code of Ordinances. 2.3 Permitted Draws on Loan. The Borrower shall have the right to obtain periodic draws against the Loan to cover the costs that Borrower actually incurred in the construction of the Renovated Facility. To obtain a draw against the Loan, the Borrower must satisfy each and all of the following conditions precedent: (a) The Borrower must submit a written request for a draw. The written request must be made in a format acceptable to the City, and must be signed and certified by the Borrower and its general contractor. Each written draw request shall contain the following information: 1. An itemization of the construction costs that will be paid from the draw, and copies of the invoices, bills and purchase orders that evidence those construction costs; 4 2. A statement of the draw amount that is being requested, which shall not exceed seventy five percent (75%) of the construction costs itemized in the request; 3. A statement of the total cost of construction that the Borrower has incurred through the date of the request, and the amount that is being retained from payment; 4. A statement of the total cost of construction that the Borrower has paid through the date of the request; 5. A certification by Borrower that the requested draw will be applied to the costs that are itemized in the request; 6. A certification by Borrower which certifies its full and timely compliance with all of the warranties, covenants, obligations and undertakings that Borrower assumed under this Agreement, specifically including the construction requirements that are contained in Section 2.3; and 7. Such other information as the City may request. (b) The Borrower must provide the City with interim mechanics or materialmen lien waivers duly executed by each contractor, subcontractor and material provider which contains (i) a statement of the total amount that was paid to each party, and (ii) a release of that party’s lien interest against Borrower’s leasehold and the Renovated Facility to the extent of the amount paid. The Borrower must also provide the City with any other document or certification that may be requested by the City. (c) The Borrower must be in full compliance with all of its covenants, warranties, obligations and undertakings under this Agreement. (d) The Borrower must have fully complied with all of the construction requirements contained in Section 2.3. (e) The amount of the draw request and the other draws previously granted shall not exceed the Completion of Construction Ratio. The term “Completion of Construction Ratio” shall be defined as the Funded Estimated Construction Cost multiplied by the percentage of completion of construction as determined by the City. In the event the requested draw amount and the other draws previously granted exceed the Completion of Construction Ratio, Borrower shall only be entitled to withdraw an amount that does not exceed the ratio. (f) The amount of the draw request and the other draws previously granted do not exceed 75% of the accrued costs of construction or the loan amount of 5 $900,000.00. In the event the requested draw amount and the other draws exceed either of these amounts, the Borrower shall only be entitled to withdraw an amount that does not exceed those amounts. 2.4 Construction Requirements. In prosecuting the construction work on the Renovated Facility, the Borrower shall faithfully and timely comply with each and all of the following construction requirements: (a) Borrower shall construct the Renovated Facility in accordance with the Approved Plans and Specifications. Borrower shall ensure that all construction work is performed in a good and workmanlike manner, and in compliance with all applicable building codes and requirements. (b) Borrower shall require the general contractor to procure and maintain contractor liability coverage which indemnifies Borrower and the City from any liability that may arise from the construction work performed on the Renovated Facility. The contractor’s liability policy shall contain such terms and amounts of indemnity as approved by the City. Borrower shall also procure and maintain an approved builder’s risk policy on the Renovated Facility until such time that the Renovated Facility is fully constructed. Borrower shall provide the City with written documentation which certifies the procurement of the coverages that are to be provided under this Section. (c) Borrower shall assume and timely pay all of the construction costs of the Renovated Facility, including but not limited to labor and material costs, permit and inspection fees, equipment rentals, and costs attributable to the services provided by the general contractor; provided, however, Borrower may withhold a five percent (5%) retainage on all construction costs until completion of the Renovated Facility, subject to any reductions that are required under Kentucky’s Fair Construction Act. Upon completion of the construction, Borrower shall obtain final lien waivers from the general contractor, and its subcontractors and material providers, which effectively release their lien interests against Borrower’s leasehold, and the Renovated Facility constructed thereon. 2.5 Verification of Draw Request. The City shall have the right to review and evaluate the information contained in each draw request. In performing that evaluation, the City shall have the right and authority to verify the construction costs and information provided in the request, to consult with the general contractor’s superintendent, and its employees, subcontractors and suppliers, to inspect the construction work that has been performed on the Renovated Facility, and to take any other action that the City deems necessary to carry out its evaluation. 2.6 Rejection of Draw Request. The City shall have the right to reject a draw request (or any part thereof) for nonconformance, incompleteness, inaccuracy, nonperformance of work, nonconforming work, failure to perform, and other valid grounds. In the event the City rejects a draw request (or any part thereof), the City shall issue a written directive which sets 6 forth (i) the portion of the request that has been rejected, (ii) the grounds for the rejection, and (iii) the portion of the request that has been approved for processing. The City shall consult with the Borrower and the general contractor on any rejection made by the City, and shall advise them of the measures to be taken to resolve the rejection. No rejected application (or part thereof) shall be processed and paid until such time that the Borrower has provided the required cure and remedy, and obtained the City’s approval on the cure and remedy provided. 2.7 Use of Draw Proceeds. Upon receipt of a permitted draw, the Borrower shall ensure that the proceeds are applied to the construction costs that were itemized in the draw request. Borrower shall also ensure that any remaining construction costs are timely paid from its own funds. The City shall have the right to require the Borrower to provide written receipts of the payments that were made, and the right to pay any part of a loan disbursement directly to the creditors who are entitled to receive a payment under the request. 2.8 Material Change Orders. Borrower shall not issue any material change order to the Approved Plans and Specifications without the City’s prior written consent. In the event Borrower is desirous of implementing a material change order, Borrower shall provide the City with a written statement which describes the proposed changes to be made to the Approved Plans and Specifications, and the additional construction costs that will be incurred therewith. The City shall have the right to reject a material change order if (i) the proposed change order constitutes a substantial deviation to the Approved Plans and Specifications as determined by the City, (ii) Borrower does not have sufficient funds to cover the additional construction costs attributable to the proposed change order, or (iii) Borrower has failed to fully and timely comply with any of its covenants, warranties, obligations, and undertakings under this Agreement, or the construction requirements contained in Section 2.3. 2.9 Completion of Construction. Borrower shall complete the construction of the Renovated Facility, and obtain a Certificate of Occupancy for the Facility, on or before December 31, 2021. Borrower shall obtain all certificates, licenses, and approvals that are required for the operation of the Renovated Facility, and commence its operations in that Facility, within thirty (30) days following date of completion. 2.10 Additional Costs. Borrower understands and agrees that Borrower shall be solely responsible for paying twenty five (25%) of the construction costs on the Renovated Facility, and that the City shall have no obligation to fund those costs, or provide any loan advance in excess of the $900,000.00 loan amount provided hereunder. The Borrower shall assume and pay all construction costs that are not funded from the Loan from its own funds, and provide to the City documentation that evidences the source of those funds. An itemization of Borrower’s funding sources, and the amount of funding provided by each source, is provided in Appendix “C” to this Agreement. 2.11 Borrower's Assumption of Risks. Borrower shall be solely responsible for and shall assume all risks of loss with respect to the construction of the Renovated Facility. Any assistance which the City may provide to Borrower under this Agreement, or in the construction of the Renovated Facility, shall not be construed as the City’s assumption of any liability for the Renovated Facility, all of which liability is expressly disclaimed by the City. 7 2.12 Release of City. The City’s sole obligation and duty under this Agreement is limited to that of a lender. The City shall have no obligation or liability to Borrower with respect to any aspect of the construction process, including but not limited to the supervision, management, and inspection of the construction work, the approval or rejection of work or materials provided to the Renovated Facility, and the payment of monies owed to the general contractor, and its subcontractors and material providers. The Borrower hereby releases and discharges any claims that it may have against the City with respect to such matters. SECTION 3 Loan Repayment – Forgiveness of Loan 3.1 Loan Repayment. Unless a portion of the Loan is forgiven as provided in Section 3.2 of this Agreement, the Borrower shall repay the Loan amount that was extended by the City, which shall be the principal of the Loan, plus the interest accrual of one percent (1%), in fifteen (15) annual installment payments. The first annual installment payment shall be due and payable on or before the 1st day of January, 2027. The remaining annual installment payments shall be due on or before the 1st day of January in each successive year. The City shall issue to Borrower a written notice of the amount due under each annual installment payment at least thirty (30) days prior to the due date. In the event the Borrower fails to pay any annual installment payment within ten (10) days following the due date, the Borrower shall pay to the City a late charge equal to five percent (5%) of that payment. 3.2 Forgiveness Adjustment to Loan Payments. Provided that Borrower has fully and timely complied with all of its warranties, covenants, obligations, and undertakings under this Agreement, the Borrower shall be entitled to the forgiveness adjustment that is provided in this Section 3.2. The forgiveness adjustment shall be dependent on Borrower’s compliance with the following requirements: (a) Start-up Business Requirement. The Borrower shall procure and maintain subleases with Start-up Businesses that equal or exceed the minimum Start-up Business requirements that are designated in the following table on or before the scheduled compliance dates. Compliance Date Start-up Businesses December 31, 2022 3 December 31, 2023 6 December 31, 2024 12 December 31, 2025 18 (b) Jobs Requirement. The Start-up Businesses shall maintain employment with Facility Employees that equal or exceed the minimum number of job positions that are designated in the following table on or before the scheduled compliance dates. 8 Compliance Date Facility Employees December 31, 2022 5 December 31, 2023 15 December 31, 2024 37 December 31, 2025 59 (c) Verification of Jobs and Start-up Requirements. The Borrower shall submit to the City an annual Program Verification Certificate within fifteen (15) days of each Compliance Date certifying the extent of Borrower’s compliance with the Start-up Business and Jobs requirements. The Certificates shall comport with the Certificate forms that are provided in Appendix “D” to this Agreement. The City shall have the right to verify the information that is provided in the Certificates, and to perform any investigation or inquiry that is required to complete its verification. (d) Forgiveness Adjustment. the event the City determines that Borrower has fully and timely satisfied all of the Job and Start-up Business requirements for any compliance period that is defined in Section 3.2, the Borrower shall be entitled to receive a fifteen percent (15%) reduction to the principal of the Loan for each of those compliance periods. In the event the City determines that Borrower has satisfied all of the Job and Start-up Business requirements for all of the compliance periods defined in Section 3.2, the Borrower shall be entitled to receive a cumulative seventy-five percent (75%) reduction to the principal of the Loan. The Borrower shall repay the reduced principal amount, plus the interest accrual, in accordance with the installment payment terms that are defined in Section 3.1. 3.3 Prepayment. The Borrower shall have the right at any time without penalty to prepay the Note in whole or in part. Prepayment in full shall operate to discharge the Borrower’s obligations on the date the prepayment is received. SECTION 4 Collateral 4.1 Security for Loan. Borrower hereby assigns to the City a security interest in all of its assets, now owned or hereafter acquired, to secure the full and timely payment of the Note, and Borrower’s full and timely performance of the obligations, duties, undertakings and liabilities that Borrower has assumed under this Agreement and the Note. The assets pledged hereunder shall specifically include but not be limited to all of the following property, whether now owned or hereafter acquired, whether now existing or hereafter arising, and wherever located (hereafter the “Collateral”): (a) All inventory, accounts, contracts, documents, instruments, chattel paper, general intangibles, equipment, fixtures, and all other personal property owned or to be owned by the Borrower; and 9 (b) All attachments, accessions, accessories, replacements of and substitutions for any of that property, and all accounts, contract rights, general intangibles, instruments, rents, monies, payments, and all other proceeds arising out of the sale, lease, destruction or other disposition of the property. Borrower authorizes the City to file any financing statement that is required to protect or preserve the security interest that is assigned hereunder. Borrower shall pay to the City, upon the City’s written demand, any filing fee or charge that the City incurred in perfecting its assigned security interest. 4.2 Assignment of Leases and Rentals. Borrower shall also assign to the City the Lease Agreement, and any sublease agreement that Borrower maintains with Start-up Businesses at the Renovated Facility, and all of its rights and interests thereunder. The assignment of the Lease Agreement and subleases shall comport with the Assignment of Leases and Rentals that is provided in Appendix “E” to this Agreement. 4.3 Guaranty of Loan. Borrower shall also provide to City a duly executed written guaranty wherein Musselman (hereafter the “Guarantor”) has guaranteed payment of the principal and accrued interest under the Note. The written guaranty shall comport with the guaranty that is provided in Appendix “F” to this Agreement. SECTION 5 Borrower’s Warranties and Covenants 5.1 Warranties. The City’s commitment to provide the Loan hereunder is predicated on the representations and warranties that are made by Borrower under this Section 5.1, all of which representations and warranties shall remain in full force and effect following the consummation of the Loan. Borrower expressly acknowledges that the City is relying upon these representations and warranties in executing this Agreement, and in consummating the Loan under this Agreement. The representations and warranties made by Borrower under this Section 5.1 are as follows: (a) Borrower is a non-profit corporation duly organized and existing in good standing under the laws of the Commonwealth of Kentucky, and has all requisite power and authority, corporate and otherwise, to conduct its business, to own its properties, and to execute, deliver and perform all of its obligations under this Agreement and the Note. (b) The execution, delivery and performance of this Agreement and the Note have been duly authorized by all necessary or proper action, including the consent and approval of its members. Upon execution, this Agreement and the Note shall constitute legal, valid and binding obligations of the Borrower. (c) All financial information provided to the City, including the financial statements of Borrower, are true and correct, and fairly present the financial condition of the Borrower. Since the date of submission, the Borrower has not incurred any 10 obligation or liability that would materially and adversely affect its business operations or financial condition. (d) The Lease Agreement was duly executed by Borrower and Musselman, and duly approved by their respective members and owners. Borrower hereby certifies that (i) the Lease Agreement is a valid and enforceable lease with respect to use and operation of the premises that is defined therein, (ii) no default has occurred under the Lease Agreement, and no event has occurred or is occurring which could constitute an event of default thereunder, (iii) Borrower holds merchantable title and ownership to the Leasehold defined in the Lease Agreement, free of all liens and adverse interests, and (iv) Borrower has the right and authority to construct the Renovated Facility in accordance with the Approved Plans and Specifications. (e) The Borrower has the ability to generate the creation of Start-up Businesses and new job opportunities which equal or exceed the Start-up Business and Job requirements that are defined in Section 3.2. (f) The Borrower has secured the necessary funds to construct the Renovation Project in accordance with the Approved Plans and Specifications, specifically including the twenty five percent (25%) of the construction costs that is to be assumed and paid by Borrower. Borrower shall notify the City of any event that could impair its ability to fund those costs. 5.2 Affirmative Covenants. During the term of this Agreement, and for so long as Borrower shall have any obligations to the City under the Note and this Agreement, Borrower shall faithfully comply with the following affirmative covenants: (a) Borrower shall preserve and maintain its legal existence as a non-profit corporation in good standing, and its exempt status under Section 501(c)(3) of the Internal Revenue Code. (b) Borrower shall, within thirty (30) days following the execution of this Agreement, appoint a City representative designated by the City to serve as a member of Borrower’s Board of Directors, which position shall remain in effect during the term of this Agreement. The Borrower shall take any formal action that is required for that appointment, including the adoption of amendments to its Articles of Incorporation and Bylaws, and the adoption of a resolution which effectuates the appointment to be made hereunder. (c) Borrower shall operate the Renovated Facility in a prudent and reasonable manner, and in full compliance with all applicable federal, state and local law. Borrower shall keep accurate and complete records and accountings of its business operations that are consistent with sound business practices, and shall maintain those records and accountings until the Loan is fully paid. 11 (d) Borrower shall timely pay all of the costs and expenses that are incurred in the operation of its business, including the rentals that are owed to Musselman under the Lease Agreement, and perform all the obligations and undertakings that it has assumed under that Agreement. Borrower shall utilize its best efforts to procure and maintain subleases on the rental spaces within the Renovated Facility, and comply with the obligations and undertakings that Borrower has assumed thereunder. (e) Borrower shall maintain the Renovated Facility, and the equipment, fixtures, and other property that are a part thereof, in a state of good condition and repair, and shall pay and discharge the cost of repairs and maintenance of same. Borrower shall not sell, encumber or otherwise dispose of any of its assets except in the ordinary course of business. (f) Borrower shall procure and maintain (i) comprehensive general liability insurance on its operations at the Renovated Facility as required under the Lease Agreement, and (ii) adequate casualty coverage on its business properties at replacement value. Borrower shall assume and timely pay all of the premium charges that are required for those coverages. (g) Borrower shall pay all taxes, assessments and charges that are imposed upon its business operations and properties, and all payroll taxes and withholdings on its employees. Borrower shall maintain sufficient deposits to cover the amounts that Borrower is required to pay on employee and other required withholdings. (h) Borrower shall take all necessary steps to preserve and maintain any licenses and certifications that are required for its business operations, and shall comply with all present and future laws that are applicable to those operations. Borrower warrants that all of its existing licenses, certifications, and governmental approvals are currently valid and in good standing, and that Borrower is in full compliance with all legal requirements thereunder. (i) Borrower and the Guarantor shall submit to the City a copy of their federal income tax returns and an annual financial statement and balance sheet on their respective businesses, all of which shall be submitted within six (6) months following the close of each calendar year. SECTION 6 Events of Default – Remedies for Default 6.1 Events of Default. The occurrence of one or more of the following events shall constitute an event of default under this Agreement and the Note: (a) Borrower has failed to make an annual installment payment under the Note within a period of ten (10) days following the scheduled due date for that payment. 12 (b) Borrower has failed to perform or comply with any covenant, warranty, obligation or undertaking under this Agreement within ten (10) days following receipt of the City’s written notice of default. (c) Borrower has failed to satisfy the Jobs and Start-up Business requirements defined under Section 3.2 of this Agreement for two (2) successive year periods. (d) Borrower has failed to use the Renovated Facility for the purposes defined in the recitals to this Agreement, or has discontinued its business operations at the Renovated Facility. (e) Borrower has assigned this Agreement, or any of its rights or liabilities under this Agreement, without the prior written consent of the City. (f) An eviction, repossession or other adverse action is taken against the Renovated Facility, or any of the Collateral that Borrower has pledged under this Agreement. (g) Borrower or the Guarantor has furnished the City with any financial statement, representation, warranty or certificate that is materially false, incorrect, or incomplete when made. (h) Borrower or the Guarantor files any type of bankruptcy proceeding, including a proceeding for reorganization and readjustment of their debts, or a receiver or trustee is appointed to take control of their business or its assets. (i) The City determines in its reasonable discretion that Borrower is unable to perform or satisfy any of the covenants, warranties, obligations and undertakings that Borrower assumed under this Agreement, or the Borrower or the Guarantor admit their inability to pay its debts as they mature. 6.2 Remedies upon Default. Upon the occurrence of an event of default, the City shall have the absolute and unconditional right, at its sole option, to exercise any or all of the remedies that are provided under this Section 6.2. All of the rights and remedies of City under this Section 6.2 shall be cumulative to the greatest extent permitted by law, and may be exercised successively or concurrently. (a) The City shall have the right to accelerate the indebtedness under the Note and this Agreement, and to make a written demand upon the Borrower and the Guarantor for the full payment of same. The City shall also have the absolute and unconditional right to terminate the Borrower’s line of credit loan, and to refuse any draw requests that are made thereon. (b) The City shall have the right to take possession of Borrower’s assets, and to sell that property, in whole or in part, through a public or private sale. Any notices required thereon shall be deemed reasonable if mailed to the persons entitled thereto at their last known address at least ten (10) days prior to disposition of the 13 assets and, in reference to a private sale, need state only that the City intends to negotiate such a sale Any sale or other disposition of such property shall be deemed commercially reasonable if made to a public offering advertised at least once in a newspaper of general circulation in the community where the collateral is located. (c)The City shall have the right to take control over the accounts of Borrower, including its accounts with its sublessees, and to collect and retain the proceeds that are payable therefrom. In relation thereto, the City shall have the right to (i) notify the account debtors of its right to collect the accounts, (ii) demand and receive from the account debtors any information that pertains to their account, (iii) forward invoices to the account debtors directing them to make account payments directly to the City, (iv) enforce the accounts against the account debtor in the City’s or the Borrower's name, including enforcement through legal action, and (v) exercise any and all rights and remedies of Borrower in connection with the accounts. (d)The City shall have the right to apply the proceeds received from the liquidation of Borrower’s assets against the costs, expenses, and attorney fees that the City incurs in exercising its remedies hereunder, and then to the balance owed under the Note, as the City may determine. (e)In the event of a default during the construction of the Renovated Facility, the City shall have the unconditional right, at its option, to proceed with the construction of the Renovated Facility through Borrower’s general contractor, or through such other contractors as the City may select, and to pay all of the costs and expenses that are incurred in the construction process. All expenditures made and incurred by the City under this subsection shall be added to the principal under the Note, and accrue interest at the rate defined in the Note, all of which shall be fully secured under this Agreement. In exercising its rights hereunder, the City shall have the unconditional right to enter into and upon the renovation site, and take possession and control of the construction materials that are located thereon, and to complete the construction of the Renovated Facility in accordance with the Approved Plans and Specifications, and any changes, alterations, additions or modifications that the City deems necessary or expedient, and to do whatever other act it deems necessary to complete the Renovated Facility. (f)The City shall have the right to recover from Borrower and the Guarantor any and all of the costs and expenses that the City incurs in enforcing the remedies that are provided hereunder, including its reasonable attorney fees. (g)The City shall have the right to exercise all other rights and remedies that are available under law, both legal and equitable. 14 15 SECTION 7 Miscellaneous Provisions 7.1 Inspection of the Facility. The City, and its appointed agents, shall have the right to come upon the Renovated Facility upon reasonable advance notice and at reasonable times to examine and inspect the Renovated Facility for purposes of insuring Borrower’s compliance with the terms and provisions in this Agreement. 7.2 Waiver. Each party shall have the right to enforce the provisions of this Agreement, in strict accordance with the terms hereof, notwithstanding any prior conduct or custom. The failure of a party to enforce its rights under this Agreement shall not be construed as having created a custom which is contrary to specific provisions of this Agreement, or as having in any way or manner modified or waived such provisions. All rights and remedies of the parties shall be cumulative, and the exercise of one right or remedy shall not be deemed a waiver or release of any other right or remedy. 7.3 Entire Agreement. This Agreement and the attached Appendices embody the entire agreement that was made between the parties with respect to the Loan. There are no representations, terms, conditions, covenants or agreements between the parties relating thereto which are not contained herein. This Agreement shall completely and fully supersede all other prior agreements, both written and oral. 7.4 Notices. All notices that are to be made hereunder shall be sent to each of the parties in accordance with the information that is provided in this Section 7.4. A notice shall be deemed effective upon a party’s actual receipt, which receipt shall be evidenced by documentation evidencing the receipt: City: Attention: James Arndt, City Manager Borrower: Attention: 7.5 Assignments. The Borrower shall not have the right to assign this Agreement, or any of its rights and interests hereunder, without the prior written approval of the City. Any assignment made without that approval shall constitute an event of default under this Agreement. 16 7.6 Disputes. This Agreement shall be construed and enforced in accordance with the laws of the state of Kentucky. All actions taken under this Agreement shall be submitted to McCracken Circuit Court, which court shall have exclusive jurisdiction over the matter. Each party irrevocably attorns to the jurisdiction of that court, and waives all rights to protest that jurisdiction. Each party also waives their right to a jury trial. 7.7 Captions. The article and paragraph headings and captions contained hereunder are included for convenience only, and shall not be considered a part hereof or effect in any manner the construction or interpretation of this Agreement. 7.8 Severability. The invalidity or unenforceability of any provision of this Agreement does not affect the validity or enforceability of any other provision hereunder. If a court of competent jurisdiction determines that any provision is invalid, the remaining provisions of this Agreement are to be construed as if the invalid provision had never been included. 7.9 Mutual Construction. By signing this Lease Agreement, each party acknowledges that this Agreement is the product of arms-length negotiations between the parties, and should be construed as such. No party may claim that an ambiguity in this Agreement should be construed against the other party. 7.10 Amendments. No provision of this Agreement may be amended or modified except by a written instrument duly signed by the parties. 7.11 Counterparts. This Agreement may be independently executed in any number of counterparts, each of which when executed and delivered shall constitute an agreement which shall be binding upon all parties notwithstanding that the signatures of all parties and/or their designated representatives do not appear on the same page. Facsimile signatures shall have the same effect as original signatures. 7.12 Binding Agreement. This Agreement shall become enforceable on the Effective Date, and upon that date, each party shall be legally bound to the terms in this Agreement. IN WITNESS WHEREOF, the City and the Borrower have executed this Agreement as of the day, month and year indicated below, and the Agreement shall be effective on ___________, 20_____. CITY OF PADUCAH By: Mayor Date: 17 BORROWER: SPROCKET, INC. By: Title: Date: 18 Agenda Action Form Paducah City Commission Meeting Date: December 15, 2020 Short Title: Greenway Trail Phase V- Change Order #1 to Jim Smith Contracting, LLC contract for $37,585.10 - R MURPHY Category: Ordinance Staff Work By: Melanie Townsend Presentation By: Rick Murphy Background Information: On April 14, 2020, the City approved Ordinance 2020-04-8631, authorizing a construction contract with Jim Smith Contracting, LLC, for $479,350.50 to construct the Greenway Trail Phase V. As part of the Greenway Trail Phase V project, Change Order #1 is recommended to increase the project by $37, 585.10, adjusting the total construction project from $479,350.50 to $516,935.60. During construction of the project, large concrete deposits were discovered beneath the entire construction site requiring vertical field adjustments to the project. The entire project was raised 1'0" to 1'6" in the vertical plane to avoid excavating an unknown depth of concrete. This adjustment resulted in importing soil to provide a sufficient depth backfill and soil planting areas for landscaping in the project area. Line item change orders resulted in a credit to the contract for ($65,846.32) followed with $103,431.42 for item adjustments for a net additional change of $37,585.10 to the original contract amount. Does this Agenda Action Item align with a Strategic Plan Action Step? Yes If yes, please list the Action Step Item Codes(s): I-1: Continue to expand the Greenway Trail Corridor throughout the City. Funds Available:Account Name: Greenway Trail Phase V Account Number: PA0111 Staff Recommendation: Authorize the Mayor to accept and execute Change Order #1 and any associated documents. Authorization increases Jim Smith Contracting, LLC's contract by $37,585.10. The approval of the change order will increase the total contract amount of $479,350.50 to $516,935.60. Attachments: 1.ORD - CHGORD1-Greenway Trail Phase V ORDINANCE NO. 2021-01-______ AN ORDINANCE AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE CHANGE ORDER NO. 1 WITH JIM SMITH CONTRACTING, LLC, TO INCREASE THE CONTRACT BY $37,585.10 FOR THE GREENWAY TRAIL PHASE V PROJECT WHEREAS, On April 14, 2020, the City approved Ordinance 2020-04-8631, authorizing a construction contract with Jim Smith Contracting, LLC, for $479,350.50 to construct the Greenway Trail Phase V; and WHEREAS, during construction of the project, large concrete deposits required field adjustments to the project. The entire project was raised 1'0" to 1'6" in the vertical plane to avoid the concrete. This adjustment resulted in importing soil to provide backfill and planting areas for landscaping in the project area. Line items change orders resulted in ($65,846.32) and $103,431.42 for a net change of $37,585.10; and WHEREAS, Change Order No. 1 is required for an increase in the amount of $37,585.10 adjusting the total construction project from $479,350.50 to $516,935.60. BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The Mayor is hereby authorized to execute Change Order No. 1 for an increase in the amount of $37,585.10 with Jim Smith Contracting, LLC, for a total contract cost of $516,935.60. SECTION 2. This expenditure shall be charged to the Greenway Trail Phase V Project Account PA0111. SECTION 3. This ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. _______________________________________ Mayor ATTEST: ______________________________________ Lindsay Parish, City Clerk Introduced by the Board of Commissioners December 15, 2020 Adopted by the Board of Commissioners ______________________ Recorded by Lindsay Parish, City Clerk, _____________________ Published by The Paducah Sun, ___________________________ \ord\eng\CHGORD1-Greenway Trail Phase V