HomeMy Public PortalAbout2019-54 Approving a Statewide Mutual Aid agreement with the Florida Division of Emergency ManagementRESOLUTION NO. 2019.54
A RESOLUTION OF THE VILLAGE COT]NCIL OF THE
VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING A
STATEWIDE MUTUAL AID AGREEMENT WITH THE
FLORIDA DIVISION OF EMERGENCY MANAGEMENT;
PROVIDING FOR AUTHORIZATION; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, the State of Florida Emergency Management Act, Chapter 252, authorizes
the State and its political subdivisions to provide emergency aid and assistance in the event of a
disaster or emergency; and
WHEREAS, Florida law also authorizes the State to coordinate the provision of any
equipment, services, or facilities owned or organized by the State or it political subdivisions for
use in the affected area upon the request of the duly constituted authority of the arca; and
WHEREAS, the Village Council wishes to authorize the request, provision, and receipt of
interjurisdictional mutual assistance in accordance with the Emergency Management Act,
Chapter 252,Florida Statutes among political subdivisions within the State; and
WHEREAS, the Village Council wishes to maximize the prompt, full, and effective use
of resources of all participating govemments in the event of an emergency or disaster by
adopting the Statewide Mutual Aid Agreement (the "Agreement") in substantially the form
attached hereto as Exhibit'oA"; and
WHEREAS, the Village Council finds that this Resolution is in the best interest and
welfare of the residents of the Village.
NOWO THEREFORE' BE IT RESOLVED BY THE VILLAGE COUNCIL OF
THE VILLAGE OF'KEY BISCAYNEO FLORIDA AS F'OLLOWS:
Section 1. Recitals. That each of the above-stated recitals are hereby adopted,
confirmed, and incorporated herein.
Page I of2
Section 2. Approval. That the Village Council approves the Agreement in
substantially the form attached hereto as Exhibit'0A."
Section 3. Authorization. That the Village Council hereby authorizes the Village
Manager to execute the Agreement, in substantially the form attached hereto as Exhibit "A,"
subject to the approval of the Village Attorney as to form, content, and legal suffrciency.
Section 4. Effective Date. That this Resolution shall be effective immediately upon
adoption.
PASSED and ADOPTED this 27th day of August, 2019.
DAVEY,
IN
GE CLERK
APPROVED AS TO FORM AND LEGAL
I
GE ATTORNEY
Page 2 of2
ffi
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
RON DESANTIS
Governor
JARED MOSKOWITZ
Director
STATF.WTNF' MITTTTAL ATN AGRF'F'MF'NT
This Agreement is between the FLONDA DIVISION OF EMERGENCY MANAGEMENT
("Division") and the local govemment signing this Agreement (the "Participating Parties"). This
agreement is based on the existence of the following conditions:
A. The State of Florida is vulnerable to a wide range of disasters that are likely to cause the
disruption of essential services and the destruction of the infrastrucfure needed to deliver those services.
B. Such disasters are likely to exceed the capability of any one local government to cope with the
emergency with existing resources.
C. Such disasters may also give rise to unusual technical needs that the local government may be
unable to meet with existing resources, but that other local governments may be able to offer.
D. The Emergency Management Act, Chapter 252, provides each local government of the state
the authority to develop and enter into mutual aid agreements within the state for reciprocal emergency aid
and assistance in case of emergencies too extensive to be dealt with unassisted, and through such agreements
to ensure the timely reimbursement of costs incurred by the local governments which render such
assistance.
E. Pursuant to Chapter 252, the Division has the authority to coordinate assistance between local
governments during emergencies and to concentrate available resources where needed.
Based on the existence of the foregoing conditions, the parties agree to the following:
ARTICLE I.
DeIhitiAN. As used in this Agreement, the following expressions shall have the following meanings:
A. The "Agreement" is this Agreement, which shall be referred to as the Statewide Mutual Aid
Agreement ("SMAA").
B. The "Division" is the Division of Emergency Management
C. The "Participating Parties" to this Agreement are the Division and any and all special
districts, educational districts, and other local and regional govemments signing this Agreement.
D. The "Requesting Parties" to this Agreement are Participating Parties who request assistance
during an emergency.
E. The "Assisting Patties" to this Agreement are Participating Parties who render assistance in an
emergency to a Requesting Party.
F. The "State Emergency Operations Center" is the facility designated by the State Coordinating
Offrcer to manage and coordinate assistance to local govemments during an emergency.
G. The "Comprehensive Emergency Management Plan" is the biennial Plan issued by the
Division in accordance with S 252.35(2)(a), Florida Statutes.
H. The "State Coordinating Offtcer" is the official whom the Govemor designates, by Executive
Order, to act for the Governor in responding to a disaster, and to exercise the powers of the Govemor in
accordance with the Executive Order, Chapter 252, Florida Statutes, and the State Comprehensive
Emergency Management Plan.
I. The "Period of Assistance" is the time during which any Assisting Party renders assistance to
any Requesting Party in an emergency, and shall include both the time necessary for the resources and
personnel of the Assisting Party to travel to the place specified by the Requesting Party and the time
necessary to return them to their place of origin or to the headquarters of the Assisting Party.
J. A "special district" is any local or regional governmental entity which is an independent
special district within the meaning of section 189.012(3), Florida Statutes, regardless of whether established
by local, special, or general act, or by rule, ordinance, resolution, or interlocal agreement.
2
K. An "educational district" is any school district within the meaning of section 1001.30,
Florida Statutes and any community school and state university within the meaning of section 1000.21,
Florida Statutes.
L. An "interlocal agreement" is any agreement between local govemments within the meaning
of section 163.01(3)(a), Florida Statutes.
M. A "local government" is any educational dishict or any entity that is a "local govemmental
entity" within the meaning of section 1 1.45(l)(e), Florida Statutes.
N. Any expressions not assigned definitions elsewhere in this Agreement shall have the
definitions assigned them by the Emergency Management Act.
ARTICLE II.
Annlicahilitv of the Asreement. A Participating Party may request assistance under this Agreement for
a "major" or "catastrophic disaster" as defined in section 25234, Florida Statutes. If the Participating
Party has no other mutual aid agreement that covers a "minoC' disaster or other emergencies too extensive
to be dealt with unassisted, it may also invoke assistance under this Agreement for a "minor disaster" or
other such emergencies.
ARTICLE III.
Invocation of the Agreement. In the event of an emergency or threatened emergency, a Participating Party
may invoke assistance under this Agreement by requesting it from any other Participating Party, or from
the Division if, in the judgment of the Requesting Party, its own resources are inadequate to meet the
emergency.
A. Any request for assistance under this Agreement may be oral, but within five (5) calendar
days must be confirmed in writing by the County Emergency Management Agency of the Requesting
Party, unless the State Emergency Operations Center has been activated in response to the emergency
for which assistance is requested.
aJ
B. All requests for assistance under this Agreement shall be hansmitted by County Emergency
Management Agency of the Requesting Party to either the Division, or to another Participating Party. If
the Requesting Parly transmits its request for Assistance directly to a Participating Party other than the
Division, the Requesting Party and Assisting Party shall keep the Division advised of their activities.
C. The Division shall relay any requests for assistance under this Agreement to such other
Participating Parties as it may deem appropriate, and shall coordinate the activities of the Assisting Parties
so as to ensure timely assistance to the Requesting Party. All such activities shall be canied out in
accordance with the State's Comprehensive Emergency Management Plan.
D. Nothing in this Agreement shall be conshued to allocate liability for the costs of personnel,
equipment, supplies, services and other resources that are staged by the Division, or by other agencies of
the State of Florid4 for use in responding to an emergency pending the assignment of such personnel,
equipment, supplies, services and other resources to an emergency support function/mission. The
documentation, payment, repayment, and reimbursement of all such costs shall be rendered in accordance
with the Comprehensive Emergency Management Plan, and general accounting best practices procedures
and protocols.
ARTICLE IV.
Responsihilities of Reouestins Parties. To the extent practicable, all Requesting Parties seeking
assistance under this Agreement shall provide the following information to the Division and the other
Participating Parties. In providing such information, the Requesting Parly may use Form B attached to
this Agreement, and the completion of Form B by the Requesting Party shall be deemed sufficient to meet
the requirements of this Article:
A. A description of the damage sustained or threatened;
B. An identification of the specific Emergency Support Function or Functions for which such
assistance is needed;
4
C. A description of the specific type of assistance needed within each Emergency Support
Function;
D. A description of the types of personnel, equipment, services, and supplies needed for each
specific type of assistance, with an estimate ofthe time each will be needed;
E. A description of any public infrastructure for which assistance will be needed;
F. A description of any sites or structures outside the tenitorial jurisdiction of the Requesting
Party needed as centers to stage incoming personnel, equipment, supplies, services, or other resources;
G. The place, date and time for personnel of the Requesting Party to meet and receive the
personnel and equipment of the Assisting Party; and
H. A technical description of any communications or telecommunications equipment needed tol
ensure timely communications between the Requesting Party and any Assisting Parties.
ARTICLE V.
Resnonsihilities of Assistins Parties. Each Participating Party shall render assistance under this
Agreement to any Requesting Party to the extent practicable that its personnel, equipment, resources and
capabilities can render assistance. If a Participating Party which has received a request for assistance
under this Agreement determines that it has the capacity to render some or all of such assistance, it shall
provide the following information to the Requesting Parly and shall transmit it without delay to the
Requesting Party and the Division. In providing such information, the Assisting Parly may use Form B
attached to this Agreement, and the completion of Form B by the Assisting Party shall be deemed
sufficient to meet the requirements of this Article:
A. A description of the personnel, equipment, supplies arld services it has available, together
with a description of the qualifications of any skilled personnel;
B. An estimate of the time such personnel, equipment, supplies, and services will continue to be
available;
5
C. An estimate of the time it will take to deliver such personnel, equipment, supplies, and
services at the date, time and place specified by the Requesting Parfy;
D. A technical description of any communications and telecommunications equipment available
for timely communications with the Requesting Party and other Assisting Parties; and
E. The names of all personnel whom the Assisting Party designates as Supervisors.
F. The estimated costs of the provision of assistance (use FEMA's Schedule of Equipment Rates
spreadsheet attached to Form B.)
ARTICLE VI.
Rendition of Assistance. After the Assisting Party has delivered its personnel, equipment, supplies,
services, or other resources to the place specified by the Requesting Party, the Requesting Party shall give
specific assignments to the Supervisor(s) of the Assisting Party, who shall be responsible for directing the
performance of these assignments. The Assisting Party shall have authority to direct the manner in which
the assignments are performed. In the event of an emergency that affects the Assisting Party, all
personnel, equipment, supplies, services and other resources of the Assisting Party shall be subject to
recall by the Assisting Party upon not less than five (5) calendar days' notice or, if such notice is
impracticable, as much notice as is practicable under the circumstances.
A. For operations at the scene of catastrophic and major disasters, the AssistingPar$ shall to the
fullest extent practicable give its personnel and other resources sufficient equipment and supplies to make
them self-sufficient for food, shelter, and operations unless the Requesting Party has specified the contrary.
For minor disasters and other emergencies, the Requesting Party shall be responsible to provide food and
shelter for the personnel of the Assisting Party unless the Requesting Party has specified the conhary. In
its request for assistance the Requesting Party may specify that Assisting Parties send only self-sufficient
personnel or self-sufficient resources.
B. Unless the Requesting Party has specified the conhary, it shall to the fullest extent practicable,
6
coordinate all communications between its personnel and those of any Assisting Parties, and shall
determine all frequencies and other technical specifications for all communications and telecommunications
equipment to be used.
C. Personnel of the Assisting Party who render assistance under this Agreement shall receive
their usual wages, salaries and other compensation, and shall have all the duties, responsibilities,
immunities, rights, interests, and privileges incident to their usual employment. If personnel of the Assisting
Party hold local licenses or certifications limited to the county or municipality of issue, then the Requesting
Party shall recognize and honor those licenses or certifications for the duration of the support.
ARTICLE VII.
Procedures for Reimbursement. Unless the Division or the Assisting Party, as the case may be, state
the contrary in writing, the ultimate responsibility for the reimbursement of costs incurred under this
Agreement shall rest with the Requesting Party, subject to the following conditions and exceptions:
A. In accordance with this Agreement, the Division shall pay the costs incurred by an Assisting
Party in responding to a request that the Division initiates on its own, and not for another Requesting
Party.
B. An Assisting Party shall bill the Division or other Requesting Party as soon as practicable, but
not later than thirly (30) calendar days after the Period of Assistance has closed. Upon the request of any
of the concerned Participating Parties, the State Coordinating Officer may extend this deadline for cause.
C. If the Division or the Requesting Party protests any bill or item on a bill from an Assisting
Party, it shall do so in writing as soon as practicable, but in no event later than thirty (30) calendar days
after the bill is received. Failure to protest any bill or billed item in writing within thirty (30) calendar
days shall constitute agreement to the bill and the items on the bill and waive the right to contest the bill.
D. If the Division protests any bill or item on a bill from an Assisting Party, the Assisting Party
shall have thirty (30) calendar days from the date of protest to present the bill or item to the original
7
Requesting Pa(y for paymen! subject to any protest by the Requesting Party.
E. If the Assisting Party cannot reach a mutual agreement with the Division or the Requesting
Party to the settlement of any protested bill or billed item, the Division, the Assisting Party, or the
Requesting Party may elect binding arbitration to determine its liability for the protested bill or billed
item in accordance with Section F ofthis Article.
F. If the Division or a Participating Party elects binding arbitration, it may select as an arbitrator
any elected official of another Participating Part5r, or any other official of another Participating Party
whose normal duties include emergency management, and the other Participating Party shall also select
such an official as an arbitrator, and the arbitrators thus chosen shall select another such official as a third
arbitrator.
G. The three (3) arbitrators shall convene by teleconference or videoconference within thirty (30)
calendar days to consider any documents and any statements or arguments by the Department, the
Requesting Party, or the Assisting Party concerning the protest, and shall render a decision in writing not
later than ten (10) business days after the close of the hearing. The decision of a majority of the
arbitrators shall bind the parties, and shall be final.
H. If the Requesting Party has not forwarded a request through the Division, or if an Assisting
Party has rendered assistance without being requested to do so by the Division, the Division shall not be
liable for the costs of any such assistance. All requests to the Federal Emergency Management Agency
(FEMA) for the reimbursement of costs incurred by any Participating Party shall be made by and through
the Division.
I. If FEMA denies any request for reimbursement of costs which the Division has already
advanced to an Assisting Party, the Assisting Party shall repay such costs to the Division, but the Division
may waive such repayment for cause.
ARTICLE VIII.
8
Costs Elisible for Reimbursement. The costs incurred by the Assisting Party under this Agreement
shall be reimbursed as needed to make the Assisting Party whole to the fullest extent practicable.
A. Employees of the Assisting Party who render assistance under this Agreement shall be
entitled to receive from the Assisting Party all their usual wages, salaries, and any and all other
compensation for mobilization, hours worked, and demobilization. Such compensation shall include any
and all contributions for insurance and retirement, and such employees shall continue to accumulate
seniority at the usual rate. As between the employees and the Assisting Party, the employees shall have
all the duties, responsibilities, immunities, rights, interests and privileges incident to their usual
employment. The Requesting Party shall reimburse the Assisting Party for these costs of employment.
B. The costs of equipment supplied by the Assisting Party shall be reimbursed at the rental rate
established in FEMA' s Schedule of Equipment Rates ( attached to Form B) , or at any other
rental rate agreed to by the Requesting Party. In order to be eligible for reimbursement, equipment must
be in actual operation performing eligible work. The labor costs of the operator are not included in the rates
and should be approved separately from equipment costs. The Assisting Party shall pay for fuels, other
consumable supplies, and repairs to its equipment as needed to keep the equipment in a state of operational
readiness. Rent for the equipment shall be deemed to include the cost of fuel and other consumable
supplies, maintenance, service, repairs, and ordinary wear and tear. With the consent of the Assisting
Party, the Requesting Party may provide fuels, consumable supplies, maintenance, and repair services
for such equipment at the site. In that event, the Requesting Party may deduct the actual costs of such fuels,
consumable supplies, maintenance, and services from the total costs otherwise payable to the Assisting
Party. If the equipment is damaged while in use under this Agreement and the Assisting ParE receives
payment for such damage under any contract of insurance, the Requesting Party may deduct such payment
from any item or items billed by the Assisting Party for any of the costs for such damage that may
otherwise be payable.
9
C. The Requesting Pafty shall pay the total costs for the use and consumption of any and all
consumable supplies delivered by the Assisting Party for the Requesting Party under this Agreement. In
the case of perishable supplies, consumption shall be deemed to include normal deterioration, spoilage
and damage notwithstanding the exercise of reasonable care in its storage and use. Supplies remaining
unused shall be retumed to the Assisting Party in usable condition upon the close of the Period of
Assistance, and the Requesting Party may deduct the cost of such retumed supplies from the total costs
billed by the Assisting Party for such supplies. If the Assisting Party agrees, the Requesting Party may
also replace any and all used consumable supplies with like supplies in usable condition and of like grade,
quality and quantity within the time allowed for reimbursement under this Agreement.
D. The Assisting Party shall keep records to document all assistance rendered under this
Agreement. Such records shall present information sufficient to meet the audit requirements specified in
the regulations of FEMA and any applicable circulars issued by the State of Florida Office of
Management and Budget. Upon reasonable notice, the Assisting Party shall make its records available to
the Division and the Requesting Party for inspection or duplication between 8:00 a.m. and 5:00 p.m. on
all weekdays, except for official holidays.
ARTICLE IX.
I1p;11anCe. Each Participating Party shall determine for itself what insurance to procure, if any. With the
exceptions in this Article, nothing in this Agreement shall be conshued to require any Participating Party
to procure insurance.
A. Each Participating Party shall procure employers' insurance meeting the requirements of the
Workers' Compensation Act, as amended, affording coverage for any of its employees who may be
injured while performing any activities under the authority of this Agreement, and shall file with the
Division a certificate issued by the insurer attesting to such coverage.
B. Any Participating Party that elects additional insurance affording liability coverage for any
10
activities that may be performed under the authority of this Agreement shall file with the Division a
certificate issued by the insurer attesting to such coverage.
C. Any Participating Party that is self-insured with respect to any line or lines of insurance shall
file with the Division copies of all resolutions in current effect reflecting its determination to act as a self-
insurer.
D. Subject to the limits of such liability insurance as any Participating Party may elect to
procure, nothing in this Agreement shall be construed to waive, in whole or in part, any immunity any
Participating Party may have in any judicial or quasi-judicial proceeding.
E. Each Participating Party which renders assistance under this Agreement shall be deemed to
stand in the relation of an independent contractor to all other Participating Parties, and shall not be
deemed to be the agent of any other Participating Party.
F. Nothing in this Agreement shall be construed to relieve any Participating Party of liability for
its own conduct and that of its employees.
G. Nothing in this Agreement shall be conshued to obligate any Participating Pa(y to indemnify
any other Participating Party from liability to third parties.
ARTICLE X.
General Reouirements. Notwithstanding anything to the conhary elsewhere in this Agreement, all
Participating Parties shall be subject to the following requirements in the performance of this Agreement:
A. To the extent that assistance under this Agreement is funded by State funds, the obligation of
any statewide instrumentality of the State of Florida to reimburse any Assisting Party under this Agreement
is contingent upon an annual appropriation by the Legislature.
B. All bills for reimbursement under this Agreement from State funds shall be submitted in detail
suffrcient for auditing purposes. To the extent that such bills represent costs incurred for travel, such bills
shall be submitted in accordance with section 112.061, Florida Statutes, and any applicable
1l
requirements for the reimbursement of state employees for travel costs.
C. All Participating Parties shall allow public access to all documents, papers, letters or other
materials subject to the requirements of the Public Records Act, as amended, and made or received by any
Participating Parfy in conjunction with this Agreement.
D. No Participating Party may hire employees in violation of the employment restrictions in the
Immigration and Nationality Act, as amended.
E. No costs reimbursed under this Agreement may be used directly or indirectly to influence
legislation or any other official action by the Legislature of the State of Florida or any of its agencies.
F. Any communication to the Division under this Agreement shall be sent to the Director,
Division of Emergency Management,2555 Shumard Oak Boulevard, Tallahassee, Florida 32399-2100.
Any communication to any other Participating Party shall be sent to the official or officials specified by
that Participating Party on Form C attached to this Agreement. For the purpose of this Section, any such
communication may be sent by the U.S. Mail, e-mail, or by facsimile.
ARTICLE XI.
EfTect of Asreement. Upon its execution by a Participating Party, this Agreement shall have the
following effect with respect to that Participating Party:
A. The execution of this Agreement by any Participating Party which is a signatory to the
Statewide Mutual Aid Agreement of 1994 shall terminate the rights, interests, duties, and responsibilities
and obligations of that Participating Party under that agreement, but such termination shall not affect the
liability of the Participating Party for the reimbursement of any costs due under that agreement, regardless
of whether billed or unbilled.
B. The execution of this Agreement by any Participating Party which is a signatory to the Public
Works Mutual Aid Agreement shall terminate the rights, interests, duties, responsibilities and obligations
of that Participating Party under that agreement, but such termination shall not affect the liability of the
t2
Participating Party for the reimbursement of any costs due under that agreement, regardless of whether
billed or unbilled.
C. Upon the activation of this Agreement by the Requesting Party, this Agreement shall
supersede any other existing agreement between it and any Assisting Party to the extent that the former
may be inconsistent with the latter.
D. Unless superseded by the execution of this Agreement in accordance with Section A of this
Article, the Statewide Mutual Aid Agreement of 1994 shall terminate and cease to have legal existence
afterJune 30,2001.
E. Upon its execution by any Participating Party, this Agreement will continue in effect for one
(l) year from its date of execution by that Participating Party, and it shall automatically renew each year
after its execution, unless within sixty (60) calendar days before that date the Participating Party
notifies the Division, in writing, of its intent to withdraw from the Agreement.
F. The Division shall transmit any amendment to this Agreement by sending the amendment to
all Participating Parties not later than five (5) business days after its execution by the Division. Such
amendment shall take effect not later than sixty (60) calendar days after the date of its execution by the
Division, and shall then be binding on all Participating Parties. Notwithstanding the preceding sentence,
any Participating Party who objects to the amendment may withdraw from the Agreement by notifying
the Division in writing of its intent to do so within that time in accordance with Section E of this Article.
ARTICLE XII.
Interpretation and Application of Asreement. The interpretation and application of this Agreement
shall be governed by the following conditions:
A. The obligations and conditions resting upon the Participating Parties under this Agreement are
not independent, but dependent.
B. Time shall be of the essence of this Agreement, and of the performance of all conditions,
13
obligations, duties, responsibilities, and promises under it.
C. This Agreement states all the conditions, obligations, duties, responsibilities, and promises of
the Participating Parties with respect to the subject of this Agreement, and there are no conditions,
obligations, duties, responsibilities, or promises other than those expressed in this Agreement.
D. If any sentence, clause, phrase, or other portion of this Agreement is ruled unenforceable or
invalid, every other sentence, clause, phrase, or other portion of the Agreement shall remain in full force
and effect, it being the intent of the Division and the other Participating Parties that every portion of the
Agteement shall be severable from every other portion to the fullest extent practicable. The Division
reseryes the right, at its sole and absolute discretion, to change, modify, add, or remove portions of any
sentence, clause, phrase, or other portion of this Agreement that conflicts with state law, regulation, or
policy. If the change is minor, the Division will notify the Participating Party of the change and such
changes will become effective immediately; therefore, please check these terms periodically for changes.
If the change is substantive, the Participating Party may be required to execute the Agreement with the
adopted changes. Your continued or subsequent use of this Agreement following the posting of minor
changes to this Agreement will mean you accept those changes.
E. The waiver of any obligation or condition in this Agreement by a Participating Party shall not
be construed as a waiver of any other obligation or condition in this Agreement.
NOTE: On Febraary 26, 2018, this Agreement wfls modilied hy the Division of Emergency Management.
This document replaces the August 20, 2007 edition of the Statewide Mutual Aid Agreement; however,
any and all Agreements previously executed shall remain in full force and elfect Any local government,
special district, or educational institution which has yet to execute this Agreement should use the
February 26, 2018 editionfor the purposes of becoming a signatory.
IN WITNESS WHEREOF, the Participating Parties have duly executed this Agreement on the
date specified below:
l4
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
FOR ADOPTION BY A COUNTY
Date:By
ATTEST:
CLERK OF THE CIRCUIT COURT
Deputy Clerk
BOARD OF COUNTY COMMISSIONERS
OF COUNTY
STATE OF FLORIDA
By
Chairman
Date:
Approved as to Form:
By
County Attorney
l5
FOR ADOPTION BY A CITY
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By:Date:
ATTEST:
CITY CLERK
CITY OF
STATE OF FLORIDA
By
Title: Title
Date:
Approved as to Form
By
City Attorney
t6
FOR ADOPTION BY AN EDUCATIONAL DISTRICT
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By:Date:
SCHOOL DISTRICT,
STATE OF FLORIDA
By:
Title Title
Date
Approved as to Form:
By:
Attomey for Dishict
l7
FOR ADOPTION BY A COMMUNITY COLLEGE OR STATE UNIVERSITY
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By:Date:
ATTEST:BOARD OF TRUSTEES
OF
COMMUNITY COLLEGE, STATE OF FLORIDA
BOARD OF TRUSTEES
OF
UNIVERSITY, STATE OF FLORIDA
By:
Chairman
Date
Approved as to Form:
By:
Attomey for Board
By
Clerk
18
FOR ADOPTION BY A SPECIAL DISTRICT
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
By:
Director
Date:
SPECIAL DISTRICT,
STATE OF FLORIDA
Title: Title:
By
Date:
Approved as to Form:
Attomey for District
t9
By
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By:
FOR ADOPTION BY AN AUTHORITY
Date:
ATTEST:BOARD OF TRUSTEES OF
Clerk
AUTHORITY, STATE OF FLORIDA
By
Chairman
Date
Approved as to Form:
By
Attomey for Board
20
FOR ADOPTION BY A NATIVE AMERICAN TRIBE
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By Date
ATTEST:TRIBAL COUNCIL OF THE
TRIBE OF FLORIDA
By:By
Council Clerk Chairman
Date:
Approved as to Form
By
Attorney for Council
2I
FOR ADOPTION BY A COMMUNITY DEVELOPMENT DISTRICT
STATE OF FLORIDA
DIVISION OF EMERGENCY MANAGEMENT
Director
By:Date
COMMUNITY DEVELOPMENT DISTRICT,
STATE OF FLORIDA
Title:Title
Date
Approved as to Form:
By:
Attorney for Dishict
Date:
22
FORM C
CONTACT INFORMATION FOR AUTHORIZED REPRESENTATIVES
Name of Governmerr,. Miami-Dade County
Mailing Address 9300 NW 41st Street, Miami, FL 33178
Authorized Representative Contact Information
Primary Authorized Repre sentative
Name: Frank Rollason
Title:
Address:
Day Phone
Emergency Management Director
9300 NW 41st Street, Miami, FL 33178
(305) 468-5403 Night phone: (786) 578-3802
Facsimile: (305) 468-5401 Email frank.rollason@miamidade. gov
I't Alternate Authorized Representative
Name:
Title:
Address:
Day Phone:
Facsimile:
Charles Cyrille
Division Director
9300 NW 41st Street, Miami, FL 33178
(305) 468-5406 Night phone: (305) 310-9101
(305) 468-5401 Email: cyrille@miamidade.gov
2nd Altemate Authorized Representative
Nixsa SerranoName:
Title:
Address:
Day Phone:
Facsimile:
(305) 468-5410 Night Phone
Email:
Operations Bureau Manager
9300 NW 41st Street, Miami, FL 33178
(305) 468-5401
(786) 338-3348
nixsa.serrano@miamidade.gov
**T,PLF4SE APDATE AS ELECTIONS ORAPPOINTMENTS OCCAR***
23
SAMPLE AUTHORIZING RESOLUTION
FOR ADOPTION OF
STATEWIDE MUTUAL AID AGREEMENT
RESOLUTION NO.
WHEREAS, the State of Florida Emergency Management Act, Chapter 252, authorizes
the State and its political subdivisions to provide emergency aid and assistance in the event of a
disaster or emergency; and
WHEREAS, the statutes also authorizethe State to coordinate the provision of any
equipment, services, or facilities owned or organized by the State or it political subdivisions for
use in the affected area upon the request of the duly constituted authority of the area; and
WHEREAS, this Resolution authorizes the request, provision, and receipt of
interjurisdictional mutual assistance in accordance with the Emergency Management Act,
Chapter 252, among political subdivisions within the State; and
NOW, THEREFORE, be it resolved by
that in order to maximize the
prompt, full and effective use of resources of all participating govemments in the event of an
emergency or disaster we hereby adopt the Statewide Mutual Aid Agreement which is attached
hereto and incorporated by reference.
ADOPTED BY
DATE:
I certifu that the foregoing is an accurate copy of the Resolution adopted by
on.
BY:
TITLE:
DATE
24
STATEWIDE MUTUAL AID AGREEMENT
Type or print all information except signatures
Form B
Attachment 1
TO BE COMPLETED BY THE REQUESTING PARTY
PART I
Date:fime:
HRS
(local)
lvlission No:
Point of Contact:Telephone No
E-mail
address:
Reouestinq Partv:
Assisting Party:
Incident Requirinq Assistance:
TyDe ofAssistance/Resources Needed (use Part IV for additional soace)
Date & Time Resources
Needed:
Location
(address):
Approximated Dateffime Resources
Released:
Authorized Official's Name Signature:
Title Agency:
TO BE COMPTETED BYTHE ASSISTING PARTY
PART II
Contact Person Telephone No:
E-mail
address:
Type of Assistance Available;
Date & Time Resources Available To:
Location (address):
Approximate Total cost for mission:$
Travel: $Personnel: $$
Equipment &
Materials:Contract Rental: $
Authorized Offi cial's Name:Title:
Logistics Required from Requesting Party Yes (Provide information on attached Part IV) No
Date Signature Local Mission No:
TO BE COMPTETED BYTHE REQUESTING PARTY
PART III
Authorized Official's
Name:Tltle:
Signature:Agency:
Revised: March 20LB Page 1
PARTIV
STATEWIDE MUTUAT AID AGREEMENT
Type or print all information ercept signatures
Form B (continued)
MrSCELr-ANEOUS ITEMS / OTHER MTSSTON TNFORMATTON
Revised: March 2018 Page2
FEMA,S SCHEDULE OF EQUIPMENT RATES
DEPARTMENT OF HOMELAND SECURITY
FEDERAL EMERGENCY MANAGEMENT AGENCY
RECOVERY DIRECTORATE
PUBLIC ASSISTANCE DIVISION
WASHINGTON, DC 20472
The rates on this Schedule of Equipment Rates are for applic€nt owned equipment in good mechanical condition,
complete with all required attachmenls. Each rate covers all costs eligible under the Robert T. Stafford Disaster Relief
and Emergency Assislance Act, 42 U.S.C. S 51 21 , et seq-, for ownership and operation of equipment, including
depreciation, oveftead, all maintenance, field repairs, fuel, lubricants, tires, OSHA equipment and olher costs
incidenlal to operalion. Standby equipment costs are not eligible.
Equipmenl must be in actual operation performing eligible work in order for reimbursement to be eligible. LABOR
COSTS OF OPERATOR ARE NOT INCLUDED in the rates and should be approved separalely from equipment costs.
lnformation regarding the use of the Schedule is contained in 44 CFR S 206.228 Allowable Costs. Rates for equipment
not listed will be fumished by FEMA upon request, Any appeals shall be in accordance with 44 CFR S 206.206 Appeals.
THESE RATES ARE APPLICABLE TO MAJOR DISASTERS AND EMERGENCIES
DECLARED BY THE PRESIDENT ON OR AFTER SEPTMBER 1. 2017.
Gost
Code Specifications Capacity or Slze HP Notes Unit 10r_7 Rar6
80'10 Air Compressor Air Delivery 41 CFM to 10 Hoses included.hour $1.51
801 1 Air Compressor Air Deliverv 103 CFM to 30 Hoses included,hour s8 84
8012 Air Comoressor Air Delivery 130 CFM to 50 Hoses included.hour $11.14
8013 Air Compressor Air Deliverv 175 CFM to 90 Hoses included.hour $'18.39
80'14 Air Comoressor Air Deliverv 400 cFM to 145 Hoses included.hour $30.47
801 5 Air Compressor Air Delivery 575 CFM to 230 Hoses included.hour $48.71
8016 Air Compressor Air Deliverv 't'100 cFM to 355 Hoses included.hour $92.88
ao17 Air ComDressor Air Delivery 1600 cFM to 500 Hoses included.hour $96.96
8040 Ambulance to 150 hour $28 00
8041 Ambulance lo210 hour $40.sc
8050 Board. Arrow to8 Trailer Mounted.hour $4.43
8051 Board. Messede to5 Trailer Mounted hour $1 1.61
8060 Auoer, Portable Hole Diameter 16 ln too hour s2.14
806 1 Auoer. Portable Hole Diameter 18 ln lo 13 hour $4.30
8062 Auoer. Tractor Mntd Max. Auoer Diameler 36 ln to 13
lncludes digger, boom and
mounting hardware.hour $3.16
8063 Auoer. Truck Mntd lvlax. Auoer Size 24ln to 100
mounting hardware. Add this
rate to tractor rate for total hour $34.28
8064 Hydraulic Post Driver hour $35.1 0
8065 Auoer
Horizontal Directional Boring
l\rachine 250 X 100 300 DD-1408 YR-2003 hour $169.40
8066 Auoer
HOnzontal Drredronal tsonng
Machine 50 x 100 hour $31.95
8067
Auger, Direclional Boring
Machine Auoer. Directional Borino Machine hour $36.97
8070 Automobile to 130 Transporlinq people.mile $0.535
8071 Automobile to130 Transporting cargo.hour $12.32
ao72 Automobile, Police to 250 Patrollinq.mile 30.535
8073 Automobile. Police to 250
slatronary wnh engine
running.hour $15.69
8075 Motorcycle. Police mile $0.505
8076 Automibile - Chevy Trailblazer 6or8cl 285 to 300 hour s22.00
8077 Automobile - Ford Exoedition Fire Command Center hour $19.00
8080 All Terain Vehicle {ATV)Enqine 11occ. 4-Wheel: 20" tvre 6.5-7.5 hour $8.20
8081 All Terrain Vehicle (ATV)Enoine 125cc. 4-Wheel: 21" tvre 7.6-8.6 hour s8.50
8082 All Tenain Vehicle (ATV)Ensine 150cc, 4-Wheel: 22" tyre 9.0,10.0 hour $8.51
8083 All Tenain vehicle (ATV)Enoine 200cc. 4-Wheel: 24" tvre 12-14.O hour $9.00
8084 All Terrain Vehicle (ATV)Enoine 250cc. 4-Wheel: 24" tvre '15-17 hour $9.40
8085 All Terrain Vehicle (ATV)Enoine 300cc. 4-Wheel: 24" tvre '18-20 hour
8086 All Terrain Vehicle (Ary)Enoine 400cc. 4-Wheel: 25" tvre 26-28 hour $11.64
8087 All Terain Vehicle (ATV)Engine 450cc, 4-Wheel: 25" tyre 26-28 hour $12.40
8088 All Tenain Vehicle (ATV)Enoine 650cc, 4-Wheel: 25" tvre 38-40 hour $13.20
8089 All Terrain Vehicle (ATV)Enoine 750cc. 4-Wheel: 25" tvre 44-46 hour $14.00
8fio Barde. Deck Size 50'x35'x7.25'hour $49.1 0
8111 Barqe. Deck Size 50'x35'x9'hour $58.7C
8112 Baroe. Deck Size 120'x45'x1O'hour $109.5C
8'113 Baroe. Deck Size 160'x45'x1 1"hour $133.75
8120 Boat. Tow Size 55'x20'x5'to 870 Steel.hour $31 7 54
I't21 Boat. Tow Size 60'x21'x5'lo 1050 Sieel.hour $358.65
4122 Boat, Tow Size 70'x30'x7.5'to 1350 Sleel.hour $569.00
8123 Boat. Tow Size 120'x34'x8'to 2000 Steel.hour $1,094.24
4124 Airboat 815AG|S Airboat Wspray unit 15'x8'400 hour $31.00
8125 Airboat 815AGlS Airboat dsorav unit 15'x8'425 hour s31 95
8126 Swamo Buoov Conouest 360 hour $39.25
8129
Compaclor -2-Ton Pavement
Roller 2 ton hour $28.25
81 30 Boal. Row Heaw duly.hour $1.44
8'131 Boat, Runabout Size 13'x5'to 50 Outboard.hour $12.0C
8132 Boat, Tender Size 14'x7'to 100
tnDoaro wttn Jbu oegree
drive.hour $16.5C
8133 Boat. Push Size 45'x21'x6'to 435 Flat hull.hour $217.2C
4134 Boat. Push Size 54'x21'x6'lo 525 Flat hull.hour $267.35
8135 Boat, Push Size 58'x24'x7.5'to 705 Flat hull.hour $325.35
81 36 Boat. Push Size 64'x25'x8'to 870 Flat hull.hour $358.50
8140 Boat. Tuq Lenoth 16 Ft to 100 hour $42.60
8141 Boat. Tuo Lenoth 18 Ft to 175 hour $62.55
8142 Boat, Tuq Lenqth 26 Fr to 250 hour s78.95
8143 Boat. Tuq Lenoth 40 Fl to 380 hour $196.50
4144 Boat. Tuo Length 51 Fr to 700 hour $271.85
8147 Boat. lnflalable Rescue Raft Zodiac hour s't 'lo
8148 Boat. Runabout 1544 lbs 1 1 passenqer capacity 190-250 hour $62.55
81 49 Boal. removable enoine
2U0u Johnson outboard Motor w
15" shaft 15 hour $1.50
81 50 Broom. Pavement Broom Lenoth 72ln to 35 hour $24.5C
8151 Broom. Pavement Broom Length 96 ln to 100 hour s27.6C
81 53 Broom. Pavement. Mntd Broom Lenolh 72ln to 18
Add Pnme Mover cost for
total rate hour $6.2C
81 54 Broom, Pavement, Pull Broom Lenoth 84 ln to 20
Add Prime Mover cost for
total rate hour s20.7"1
8157 Sweeoer. Pavement to 110 hour $76.70
8'158 Sweeper, Pavement to 230 hour $96.80
8'180 Bus to 150 hour $20.95
81 81 Bus to 210 hour $25.45
8182 Bus to 300 hour $38.35
8183 Blower Gasoline powered Toro Pro Force 27 hour $15.37
8184 Back-Pack Blower lo 4.4 hour $1.s0
81 85 Walk-Behind Blower 13 hour $6.50
8187 Chainsaw 20" Bar. 3.0 cu in hour $'1.40
8't88 20" Bar 5.0 cu in hour s2.45
8189 Chainsaw 20" Bar 6.0 cu in hour $2.65
81 90 Chain Saw Bar Lenqlh 16 ln hour $1.7C
8191 Chain Saw Bar Lenolh 25ln hour $3 45
8'192 Chain Saw. Pole Bar Size 18 ln hour $1.25
81 93 Skidder model 748 E to 173 hour $52.70
81 94 Skidder model 648 Gl 1 lo 177 hour $104.30
8't95 Cutter, Brush Cutter Size 8ft to 150 hour s1 15.35
8196 Cutter. Brush Cutter Size 8ft to 19O hour $129.35
81 97 Cutter. Brush Cutter Size '10 ft lo 245 hour s1 36.30
81 98 Bruncher Cufter
Cutter, Brush
51'1 Feller
247 hp, 1997 Model
lo 247 hour
8199 Loo Trailer 40ft hour $9.9C
8200 Chiooer. Brush ChiDoino Caoacitv 6ln to 35 Trailer Mounted.hour $8.6C
8201 Chipper, Brush Chippinq Capacitv 9ln to 65 Trailer Mounted.hour $16.86
8202 ChiDoer. Brush ChioDino CaDacitv 12ln to 100 Trailer Mounted.hour $24.31
8203 Chiooer. Brush ChiDoino Caoacitv 15 ln lo 125 Trailer Mounted.hour $35.00
8204 Chipper, Brush Chipoinq Caoacitv 18 ln to 200 Trailer Mounted.hour $50,10
8208
Loader- Irador-
Knuckleboom model Barko 595 ML io 173 hour $161.89
8209 Loader - Wheel
model 210 W Buck Saw 50 inch
Bar lo 240 hour $97.00
8210 Clamshell & Draoline. Crawler 149,999 lbs to 235 Bucket not included in rate.hour s127.40
82't1 Clamshell & Draqline. Crawler 250.000 lbs to 520 Bucket not included in rate.hbur $166.20
82'12 Clamshell & Draoline. Truck lo 24O Buckei not included in rate.hour $145.00
4220 ComDactor to 10 hour E1 5.1 0
8221
uompador, lowed, vrbralory
Drum to 45 hour $31.7C
8222 Compaclor. Vibratorv. Drum lo 75 hour s22.3C
8223 Comoactor. oneumatic. wheel to 1OO hour $26.0C
8225 Comoaclor. Sanitalion lo 300 hour $92.75
8226 Comoactor. Sanitation to 400 hour $'1s2.30
8227 Comoactor, Sanitation 535 hour s249.75
8228
Compaclor, towed,
Pneumatic, Wheel 10000 lbs lnclude prime mover rate hour $17.00
8229 Compactor, towed, Drum Static 20000 lbs lnclude prime mover rate hour s15 80
8240 Feeder. Grizzlv lo 35 hour $22.20
8241 Feeder, Grizzly to 55 hour $32.45
8242 Feeder. Grlzzlv lo 75 hour $64.25
8250 Dozer. Crawler to 75 hour s51.30
8251 Dozer, Crawler to 105 hour s38 3C
8252 Dozer. Crawler to 160 hour $93.74
8253 Dozer, Crawler to 250 hour $'149.75
8254 Dozer. Crawler to 360 hour $201 .1 C
8255 Dozer, Crawler to 565 hour s31 1.80
8256 Dozer. Crawler to 850 hour $294.1 0
8260 Dozer. Wheel to 300 hour s61.00
8261 Dozer, Wheel to 400 hour s94 10
8262 Dozer. Wheel to 500 hour sl 78.65
8263 Dozer, Wheel to 625 hour $239.60
8269 Box ScraDer
3 hitch attach for traclor; 2007
Befco hour $3.50
4270 Bucket. Clamshell Caoacitv 1.0 cY
lncludes teeth. Does not
include Clamshell & Dragline hour $4.62
8271 Bucket. Clamshell Caoacilv 2.5 CY
lncludes teeth. Does not
include Clamshell & Dragline hour $8.73
8272 Bucket, Clamshell CaDacitv 5.0 cY
lncludes teelh. Does not
include Clamshell & Draoline hour $1 3.1 C
8273 Bucket, Clamshell CaDacitv 7.5 CY
lncludes teeth. Does not
include Clamshell & Draqline hour s22.4C
8275 Bucket. Draoline Capacily 2.0 cY
Does not include Clamshell &
Dragline hour $3.96
8276 Bucket. Draoline CaDacitv 5.0 cY
Does not include Clamshell &
Dragline hour $9.90
8277 Bucket. Draoline Caoacitv '10 cY
Does not include Clamshell &
Draoline hour s14.10
8278 Bucket, Draqline CaDacitv 14 CY
Ooes not include Clamshell &
Draqline hour s18.65
8280 Excavator. Hvdraulic Bucket Capaciiy 0.5 cY to 45
Crawler, Truck & Wheel.
lncludes buckel.hour $18.00
8281 Excavator. Hvdraulic Buckel Caoacitv 1.0 cY to 90
Crawler, Truck & Wheel.
lncludes bucket.hour $34.20
8282 Excavalor. Hvdraulic Bucket CaDacitv 1.5 CY to 160
Crawler, Truck & Wheel.
lncludes bucket.hour $52 70
8243 Excavalor. Hvdraulic Bucket Capacity 2.5 CY to 265
Crawler, Truck & Wheel.
lncludes bucket.hour $153.00
8284 Excavator. Hvdraulic Bucket CaDacitv 4.5 CY to 42O
Crawler, Truck & Wheel.
lncludes bucket.hour
8285 Excavalor. Hvdraulic Bucket Capacity 7.5 CY to 650
Crawler, Truck & Wheel.
lncludes buckel.hour $223.7A
8286 Excavator. Hvdraulic Bucket CaDacitv 12 CY to 1000
Crawler, Truck & Wheel.
lncludes bucket,hour $455 00
a287 Excavalor 2007 model Gradall XL3100 lll 184 hour $105.46
8288 Excavator 2003 model Gradall X14100 lll 238 hour $1 13_20
8289 Excavator 2006 model Gradall X15100 230 hour $88.80
8290 Trowel. Concrete Diameler 48 ln to 12 hour $4.80
8300 Fork Lift Caoacitv 6000 Lbs to 60 hour $'13.00
8301 Fork Lift CaDacitv 1 2000 Lbs lo 90 hour $18.50
8302 Fork Lift Caoacity 1 8000 Lbs to 140 hour $24.0C
8303 Fork Lift Caoacilv 50000 Lbs lo 215 hour s51 4C
8306 Fork Lift Malerial handler Diesel. CAT TH360B 6600-1 1 500 gvwr lbs 99.9 hour $27.9C
8307 Fork Lift Material handler Diesel, CAT TH460B 99.9 hour $30.'t 5
8308 Fork Lift Material handler Diesel. CAT TH560B 99.9 hour $35.80
8309 Fork Lift Amessoru 2003 ACS Paddle Fork hour s3.46
831 0 Generator Prime Outoul 5.5 KW to 10 hour $3 35
831 1 Generalor Prime OutDUt 16 KW lo 25 hour $7.45
4312 Generator Prime Output 43 KW to 65 hour $15.00
831 3 Generator Prime Outout 100 KW to'125 hour $34.9s
83't4 Generator Prime Output 150 KW lo 240 hour $50.00
831 5 Generator Prime Outout 210 KW to 300 hour s62 45
831 6 Generator Prime Outoul 280 KW to 400 hour $80.40
4317 Generator Prime Output 350 KW to 500 hour $90.5C
8318 Generalor Prime Oulout 530 KW to 750 hour $1 53.3C
831 9 Generator Prime Output 710 KW to 1000 hour s222.OA
8320 Generator Prime Outout 1't00 KW to 1500 Open hour $349 00
8321 Generalor Prime OulDUl 2500 KW to 3000 hour $533.75
8322 Generator Prime Output 1.000 KW to 1645 Enclosed hour $403.30
8323 Generator Prime Outout 1,500 KW to 2500 Enclosed hour $511.22
8324 Generator Prime Output 1 100KW 2500 Enclosed hour $495.80
8325 Generator Prime OutDut 4OKW 60 hour $14.80
8326 Generator Prime Output 2OKW 40 hour s13.32
8330 Graders Moldboard Size 10 Ft to 110
lncludes Rigid and Articulate
equipment.hour $43.30
8331 Graders Moldboard Size 12 Ft to 150
lncludes Rigid and Articulate
equipment.hour $46 50
a332 Graders Moldboard Size 14 Ft lo 225
lncludes Rigid and Articulate
equipment.hour $67.5C
8350 Hose. Discharoe Diameter 3ln
Per 25 foot length. lncludes
couplinqs.hour $0.1 5
8351 Hose. Discharoe Diameter 4ln
Per 25 foot length. lncludes
couplings.hour $0.24
8352 Hose. Discharoe Diameter 6ln
Per 25 foot lenglh. lncludes
couolinos.hour s0 60
8353 Hose. Discharqe Diameter 8ln
Per 25 fool length. lncludes
couplinqs.hour $0.60
8354 Hose. Discharoe Diameter 12ln
Per 25 foot length. lncludes
couplinqs.hour $0.90
8355 Hose. Discharoe Diameter 16 ln
Per 25 foot length. lncludes
couplings.hour $1.70
8356 Hose. Suction Diameter 3ln
Per 25 foot length. lncludes
couolinos.hour $0.30
8357 Hose, Suction Diameler 4ln
Per 25 foot length. lncludes
couDlin0s.hour $0.35
8358 Hose, Suction Diameter 6ln
Per 25 foot length. lncludes
couplinqs.hour $1.15
8359 Hose. Suction Diameter 8ln
Per 25 foot length. lncludes
couplings.hour $1 .1C
8360 Hose. Suciion Diameter 't2 tn
Per 25 foot length. lncludes
couDlinos.hour $1.70
836 1 Hose, Suction Diameter 16 ln
Per 25 foot length. lncludes
couplinqs.hour s3.15
8380 Loader. Crawler Bucket CaDacilv 0.5 cY to 32 lncludes bucket.hour $14.66
8381 Loader Crawler Bucket Capacity 1CY to 60 lncludes buckel.hour
8382 Loader, Crawler Bucket Capacitv 2CY to 118 lncludes buckel.hour $68.1 0
8383 Loader. Crawler Bucket Caoacitv 3CY b 17A lncludes bucket.hour $10't 30
8384 Loader. Crawler Buckel Ceoac,lv 4CY to 238 lncludes bucket.hour $120.00
8390 Loader, Wheel Bucket CaDacitv 0.5 cY to 38 hour $20. 1 0
839'l Loader. Wheel Bucket CaDacitv 1CY to 60 hour $36.90
8392 Loader. Wheel Bucket Capacity 2CY to 105 cAT-926 hour $35.50
8393 Loader, Wheel Bucket CaDacitv 3CY lo152 hour $43.85
8394 Loader. Wheel Bucket Caoacitv 4CY to 20o hour $59.3C
8395 Loader. Wheel Bucket Capacity 5CY to 250 hour $64.0C
8396 Loader, Wheel Bucket CaDacilv 6CY to 305 hour $104.00
8397 Loader. Wheel Bucket CaDacitv 7CY to 360 hour $124.50
8398 Loader, Wheel Bucket CaDacitv 8CY to 530 hour $171 .40
8401 Loader. Tractor. Wheel Bucket Caoacitv 0.87 CY to 80 Case 580 Suoer L hour $33 73
841 0 Mixer. Concrete Portable Batchino Capacity 10 cfr hour $3.05
8411 Mixer, Concrete Portable Batchinq CaDacilv 12 Cft 't'l hour $4.00
8412 Mixer. Concrele. Trailer Mntd Balchino Caoacitv 11 cft to 10 hour s12.70
841 3 Mixer, Concrete, Trailer Mntd Batchinq Capacity 16 Cft to 25 hour s19.60
8419 Breaker, Pavement Hand-Held Weioht 25-90 Lbs hour s1 10
4420 Breaker. Pavement to 70 hour $57.45
8423 Soreader. Chio Soread HooDer Width 12.5 Ft to 152 hour $85.85
8424 SDreader. Chio Soread HoDoer Width 165Ft to 215 hour 81 t6.60
4425 Spreader. Chip, Mntd Hopper Size 8Ft toB Trailer & truck mounted.hour $4.6C
8430 Paver. Asohall. Towed
Does not include Prime
lvlover,hour $12.4C
8431 Paver. Asphalt to 50
Includes wheel and crawler
equiDmenl.hour $73 76
8432 Paver. Asphalt to 125
lncludes wheel and crawler
equipment.hour $95.10
8433 Paver. Asohalt to 175
lncludes wheel and crawler
equipment.hour s126.80
8434 Paver. AsDhalt 35.000Lbs & Over to 250
lncludes wheel and crawler
equiDment.hour $209 65
8436 Pick-uD. Asohalt to 110 hour $96.85
8437 Pick-uD. AsDhalt to'150 hour $'135.00
8438 Pick-uo. Asohalt lo 200 hour $93.50
8439 Pick-uo, Asphall lo 275 hour $204.00
8440 StriDer Paint Caoaciiv 40 Gal lo 22 hour $16.20
444'l Striper Paint Caoacitv 90 Gal to 60 hour $22.9C
8442 Strioer Paint Caoacitv 'l2O Gal lo 122 hour $42.6C
4445 Slriper, Truck Mntd Paint CaDacity 120 Gal to 460 hour $78.6C
8446 Slriper. Walk-behind Paint CaDacilv 'l2Gal hour s4 0c
8447
Paver accessory -Belt
Extension
zuuz LeeDoy uonveyor Hett
Extension crawler hour s32.50
8450 Plow, Snow, Grader Mntd width to'10 Ft Include Grader for total cost hour $28.00
8451 Plow. Snow. Grader Mntd width to 14 Ft lnclude Grader for total cost hour $32.90
4452 Plow, Truck Mntd widrh to 15 Ft lnclude truck for total cost hour $24.35
8453 Plow, Truck Mntd widrh to 15 Ft
wlln levelrng wng. lncluoe
truck for total cost hour $40.80
8455 Soreader. Sand lvlountinq Tailqate. Chassis hour $7.35
8456 Spreader, Sand l\lounlinq DumD Bodv hour s10.45
8457 SDreader. Sand lvlountinq Truck (1 oyd)hour $13.15
8458 Sgreader. Chemical Capacitv 5CY to4 Trailer & truck mounted.hour $6.00
8469 Pump - Trash Pumo ,IO MTC 2" Pump lo7 1 0,000 sph hour $7.25
8470 Pump Centrituoal. 8M DumD 2" - 10.000 oal/hr to 4.5 Hoses not included.hour $6.10
8471 PumD DiaDhraom oumo 2" - 3.000 oallhr to6 Hoses not included.hour $6.7s
4472 Pump Centrifuqal. 18M DumD 3" - 18.000 oal/hr. Dump to 10 Hoses not included.hour s7.9!
8473 Pumo to 15 Hoses not included.hour $10 3C
4474 Pumo to 25 Hoses not included.hour $13.6C
8475 Pump to 40 Hoses not included.hour $16.65
8476 Pumo 4" - 40.000 oal/hr 4" - 40.000 oal/hr to 60 Hoses nol included.hour $27 tA
a477 Pumo to 95 Hoses not included.hour
8474 Pumo to 140 Hoses not included.hour $41.50
4479 Pump to 200 Hoses nol included.hour $49.90
8480 Pump lo 275 Does not include Hoses.hour s66.89
8481 Pump to 350 Does not include Hoses.hour $82.0C
a4a2 Pumo lo 425 Does not include Hoses.hour $96.6C
8483 Pump to 500 Does not include Hoses.hour $114.00
8484 Pump to 575 Does not include Hoses.hour $133.30
8485 Pump to 550 Does not include Hoses.hour $154.70
8486 Aerial Lift. Truck Mntd Max. Platform Heioht 40 Ft
Add this rate to truck rate for
total lift and iruck rate hour $1 1.38
8487 Aerial Lift, Truck Mntd Max. Platform Heiqht 61 Ft
Add this rate to truck rale for
total lift and truck rate hour $20.54
8488 Aerial Lift, Truck Mntd Max. Platform Heioht 80 Ft
Add this rate to truck rate for
total lifl and lruck rate hour $39.00
8489 Aerial Lift. Truck Mntd l\rax. Platform Load - 600lbs 81 Fr -100 Fr. Hr
Add this rate to truck rate for
toial lift and lruck rate hour $39.50
8490 Aerial Litt. Self-Prooelled l\lax. Platform Heioht 37 Ft. Ht.to 15
Articulated, Telescoping
Scissor.hour $8.95
849 1 Aerial Lift. Self-ProDelled Max. Platform Heiqht 60 Ft. Ht.to 30
Articulated, Telescoping
Scissor.hour $1 6.1 C
8492 Aerial Litt. Self-Prooelled Max. Platform Heioht 70 Fr. Hr to 50
Articulated, Telescoping,
Scissor.hour s29.26
8493 Aerial Lift, Self-Propelled Max. Platform Heiqht 125 Ft. Hr.to 85 Articulated and Telescopinq hour $55.65
8494 Aerial Lift , Self-Propelled Max. Platform Heiqht 150 Ft. Ht.to 130 Articulated and TelescoDino.hour $70 15
8495 l.C. Aerial Lifi. Self-Prooelled Max. Platform Load - 500 Lbs 75't155',40Fr Ht.to 80 2000 Lbs Capacity hour $28.95
8496 Crane. Truck Mntd Max. Lift CaDacitv 24000 Lbs lnclude truck rate for total cosl hour $14.90
8497 Crane, Truck Mntd Max. Lift Caoacitv 36000 Lbs lnclude lruck rate for total cosl hour s22.40
8498
8499
8500
Crane. Truck Mntd Max. Lift Capacity 60000 Lbs lnclude truck rate for total cosi hour $36.50
Pump - Trash-Pump CPB Ratino - 10MTC 1 0000 qal/Hr 7 Self- Priminq Trash Pump hour $7.55
Crane lvlax. Lift CaDacilv 8MT to 80 hour $38.70
8501 Crane l\rax. Lift Capacity 15 MT to 150 hour $66.90
8502 Crane Max. Lift Caoacitv 50 MT to 200 hour s90 0c
8503 Crane Max. Litt Caoacity 70 MT to 300 hour $178.6C
8504 Crane Max. Lift Caoacitv 110 MT to 350 hour $243.2C
851 0 Saw. Concreie Blade Diameter 14ln lo 14 hour $7.2A
851 1 Saw, Concrete Blade Diameter 26 ln to 35 hour $12.00
8512 Saw. Concrete Blade Diameler 48 ln to 65 hour $25.10
851 3 Saw, Rock to 100 hour $33.50
8514 Saw. Rock to 200 hour $63.00
4517 Jackhammer (Dry)Weiqht Class 25-45 Lbs hour $1.66
8518 Jackhammer (Wet)Weioht Class 30-55 Lbs hour $1.84
4521 Scraoer Scraper Capacity 16 CY to 250 hour $107.1 5
8522 Scraper ScraDer Caoacitv 23 CY to 365 hour s1 55 50
a523 Scraoer Scraper Capacitv 34 CY to 475 hour s270.00
8524 Scraper Scraoer Caoacilv 44 CY to 600 hour $265.70
8540 Loader. Skid-Sleer Ooeralino CaDacitv 1 000 Lbs lo 35 hour $14.1 s
8541 [oader, Skid-Steer ODeratino CaDacitv 2000 Lbs to 65 hour $37.0C
4542 Loader. Skid-Steer ODeratino Caoacilv 3000 Lbs to 85 hour s36.05
8550 Snow Blower, Truck Mntd Capacilv 600 TDh to 75 Does not include lruck hour $34.6C
8551 Snow Blower. Truck Mntd Caoacitv 14O0 Toh to 200 Does not include truck hour $94.00
8552 Snow Blower, Truck Mntd CaDacitv 2000 TDh to 340 Does not include lruck hour $142.50
8553 Snow Blower. Truck Mntd CaDacitv 2500 Toh to 4OO Does not include truck hour $154.80
8558 Snow Thrower, Walk Behind Cuttins Width 25 in to5 hour $2.80
8559 Snow Thrower, Walk Behind Cuttinq Width 60 in to 15 hour $14.10
8560 Snow Blower Capacity 2,000 Tph to 400 hour $234.00
8561 Snow Blower Caoacitv 2.500 Toh to 500 hour s255.00
8562 Snow Blower Caoacitv 3,500 Tph to 600 hour $284.00
8569 Dust Control De-lce Unit 1300-2000 1 73"Lx98"Wx51 "H 5.5 M100' 1/2" hose
8570 Loader-Backhoe Wheel Loader Bucket Capacitv 0.5 cY to 40
Loader and Backhoe Buckets
included.hour $22.15
8571 Loader-Backhoe. Wheel Loader Buckei CaDacitv 1CY to 70
Loader and Backhoe Buckets
included.hour $29.50
a572 Loader-Backhoe, Wheel Loader Bucket Capacitv 1.5 CY to 95
Loader and Backhoe Buckets
included.hour $38.60
8573 Loader-Backhoe. Wheel Loader Buckel Caoacitv 1.75 CY to 115
Loader and Backhoe Buckeis
included.hour $47.77
8580 Distributor, Asphall Tank Capacitv 500 Gal
burners, insulated iank, and
circulatino sorav bar.hour s14 75
8581 Distributor. Asohalt Iank Capacity 1000 Gal
burners, insulated tank, and
circulatinq spray bar. lnclude hour $21.3C
8582 Distributor. Asohalt Tank CaDacitv 4000 Gal
bumers, insulated tank, and
circulating spray bar. lnclude hour $30.15
8583 Distributor ETNYRE Oil Distributor Model - P8348 300 hour $41.60
8584 Oistributor ETNYRE Quad Chio Soreader 280 hour $83.20
8590 Trailer. Dumo Capacity 20 cY
Does not include Prime
l\4over.hour $11.36
8591 Trailer. DumD Caoacitv 30 cY
Does not include Prime
lvlover.hour $1 3.1 0
8600 Trailer, Equipment Capacitv 30 Tons hour $14.15
8601 Trailer. Equipment Caoacitv 40 Tons hour $15.50
8602 Trailer. Eouioment Capacily 60 Tons hour $18.85
8603 Trailer. Equipment Capacitv 1 20 Tons hour s28 35
861 0 Trailer. Water Tank Capacity 4000 Gal
with sump and a rear
spraybar hour $13.50
861 1 Trailer. Water Tank Caoacitv 6000 Gal
wilh sump and a rear
spraybar.hour $1 6.s5
861 2 Trailer, Water Tank Caoacilv 1 0000 Gal
with sump and a rear
soravbar.hour s19 20
8613 Trailer. Water Tank Capacitv 14000 Gal
with sump and a rear
spraybar hour $23.77
8614 Truck- Water Tanker '1000 oal. tank 175 hour $33.35
8620 Tub Grinder to 440 hour $95.35
862'l Tub Grinder lo 630 hour $143 65
8622 Tub Grinder lo 760 hour $183.60
8623 Tub Grinder to 1000 hour $322.00
8627 Horizontal Grinder Model HG6000 630 hour $57.36
8628 Stumo Grinder 1 988 Vermeer SC-1 1 2 102 hour s47.00
8629 Stumo Grinder 24" orindino wheel 110 hour $45.00
8630 Sprayer, Seed Workinq Capacity 750 Gal to 30
Does not include Prime
Mover.hour $14.0C
8631 SDraver. Seed Workinq Capacitv 1 250 Gal to 50
Trailer & truck mounted.
Does not include Prime hour $'19.8C
8632 Soraver. Seed Workinq Capacity 3500 Gal to 115
Does not include Prime
Mover.hour $29.25
8633 Mulcher, Trailer Mntd Workino Caoacitv 7 TPH to 35 hour $14 10
8634 l\Iulcher. Trailer Mntd Workinq Capacity 1O TPH to 55 hour $20.80
8635 Vlulcher, Trailer Mntd Workino Caoacitv 20 TPH to 120 hour $29.4s
8636 ScraDer Soil Recycler WR 2400 w 31 7 qal fuel lank 563 hour s239.85
8637 Trailer CAT Double Belly Botlom-dump Trailer 26 CY of soil in one dump 330 13 CY of soil each berry hour $92.33
8638 Rake
Barber Beach Sand Rake 600HDr,
lowed hour $15.40
8639 Chiooer
Wildcat 626 Cougar Trommel
Screen chipper w belt 't25 hour $34.30
8640 Trailer, Otfice Trailer Size 8'x24'Caroo Size 16ft hour $1.9s
8641 Trailer. Office frailer Size 8'x 32'Cargo Size 24tt hour $2.30
8642 Trailer, Office Trailer Size 10'x 32'Caroo Size 20ft hour s2 65
8643 Trailer Haz-Mat EouiDment trailer 8'x18'hour $37.7s
8644 Trailer, Covered Uiility Trailer (7'X 16',)hour $5 65
8645 Trailer. Dodoe Ram 8' x 24' shower trailer- 1 2 showers 101 hour s29.45
8646 Trailer. Dodoe 32' flatbed water hour $27.90
s16.308650to 40
l\rounted. Chain and
hour
8651 Trencher to 85
Wheel Mounted. Chain and
Wheel.hour
8654 Trencher accessories 2008 Griswold Trenchbox hour $1.90
8660 Plow, Cable Plow Depth 24 in to 30 hour s'12.00
8661 Plow, Cable Plow Deoth 36 in to 65 hour $37.45
8662 Plow. Cable Plow Deoth 48 in to 110 hour s41.25
8670 Derrick. Hvdraulic Diooer Max. Boom Lenolh 60 Ft
alignment attachment.
lnclude truck rate hour $34.1 5
8671 Denick. Hvdraulic Diooer Max. Boom Lenoth 90 Ft
alignment attachment.
lnclude truck rate hour $54.66
8680 Truck, Concrele Mixer Mixer Capacilv 13 CY to 300 hour s82 35
8684 Truck. Fire 100 Ft Ladder hour $100.0c
8690 Truck. Fire Pump Capacity lOOO GPM hour s68.0c
8691 Truck. Fire PumD Caoacitv 1250 GPM hour $72.25
8692 Truck. Fire Pump Capacity 15OO GPM hour $78_90
8693 Truck, Fire Pumo CaDacilv 2OOO GPM hour s81 40
8694 fruck. Fire Ladder Ladder lenoth 75 FT hour $1 1 7.10
8695 fruck. Fire Ladder Ladder lenoth 150 FT hour $142.75
8696 Truck, Fire No Ladder 330 Rescure Eouioment hour $93.47
8700 Truck. Flatbed Maximum Gvw 15000 Lbs to 200 hour s20.60
4701 Truck, Flatbed Maximum Gvw 25000 Lbs lo 275 hour $35 00
8702 Truck. Flatbed Maximum Gvw 30000 Lbs to 300 hour $27.10
8703 Truck. Flatbed Maximum Gvw 45000 Lbs to 380 hour $44.70
8708 Trailer. semi
48ft to 53ft, flat-bed, freight, two
axle 50,000+ ovwr hour $8.45
8709 Trailer, semi enclosed 48 ft to 53 ft. two axles 50.000+ ovwr hour $9.5C
8710 Trailer. semi 28ft. sinole axle. freioht 25,000 qvwr hour $9.70
871 1 Flat bed utility trailer 6lon hour $3 10
8712 Cleaner. Sewer/Catch Basin HooDer Caoacitv 5CY Truck Mounted.hour $24.80
87't3 Cleaner. Sewer/Calch Basin Hopper Capacity 14 CY Truck Mounted.hour $31.30
4714 Vactor 800 Gal Sooils/4oo Gal Water 500/800 oal 49 hour $82.75
s7't5 Truck. Hvdro Vac model LP555DT hour $18.00
8716 Leaf Vac Tow by Truck 22.000 cfm c€Dacitv 85 Leaf Vac + Truck Code 881 1 hour 951.25
8717 Truck. Vacuum 60.000 GVW 400 hour $74.20
8719 Litter Picker model 2007 Barber towed by tractor hour $9.60
8720 Truck. Dumo Struck Caoacilv 8CY lo 220 hour $48.90
8721 Truck, Dump Struck Capacitv 10 cY to 320 hour $60.77
8722 Truck. Dumo Struck Caoacitv 12 CY to 400 hour $67.7C
8723 Truck. DumD Slruck Capacity 18 CY to 400 hour $75.50
8724 Truck. Dumo. Off Hiohwav Struck Caoacitv 28 CY to 450 hour $21.2A
8725 fruck. DumD Struck Capacity 14 CY to 400 hour $77.80
8730 fruck, Garbaqe CaDacitv 25CY to 255 hour $48.s0
8731 Truck. Garbaoe Caoacilv 32 CY to 325 hour $55.90
8733 E-BAM Services
Environmental Beta Attenualion Air
Monilor Powered bv Solar Svstem hour $3.00
8734 Attenuator. safelv that can stop a vehicle at 60 mph hour $5.50
8735 Truck, Attenualor 2004 Truck Mounled for 60 mDh hour $3.85
8736 Truck. tow 1987 Chevy Kodiak 70 175 hour 927.70
8744 Van, Cuslom Special Service Canteen Truck 350 hour $18.00
8745 Van. steD model MT'l0FD 300 hour s21.25
4746 Van-up to 15 passenqer lioht dutv. class 1 225-300 hour $20 0c
8747 Van-uo to 15 Dassenoer lioht dulv. class 2 225-300 hour $20.15
a74A Van-caroo liqht dutv. class 1 225 -300 hour s22.25
8749 Van-carqo lioht dutv. class 2 225-300 hour $22.25
8750 Vehicle, Small to 30 hour $6.40
8753 Vehicle. Recrealional to 10 hour $2.80
8755 Golf Cart Capacity 2 person hour $3.75
8761 Vibrator, Concrete to4 hour $1 ,60
$3.10
$24.
lncludes ground cable and
8770 Welder, Porlable to 16 lead cable.hour
8771 Welder. Portable to 34
lncludes ground cable and
lead cable.hour
8772 Welder, Portable to 50
lncludes ground cable and
lead cable.hour $10.0c
a773 Welder. Portable to 80
lncludes ground cable and
lead cable.hour $13.76
8780 Truck, Water Tank Caoacitv 2500 Gal to l75
lnclude pump and rear spray
system.hour s28.70
878'l Truck. Water Tank Capacity 4000 Gal to 250
lnclude pump and rear spray
sysiem.hour $50.00
8788 Container & roll off truck 30 yds hour $23.05
8789 Truck. Tractor 1997 Freiohtliner F120 430 hour $54.90
8790 Truck, Traclor 4x2 25000 lbs to 210 hour $42.40
879'l Truck. Tractor 4x2 35000 lbs to 330 hour s46.00
8792 Iruck. Traclor 6Y2 45000 lbs to 360 hour $52.75
8794 Truck. freiqht
Enclosed Mlift gate. Medium duty
class 5 owr 16000-19500 Lbs hour $23.25
8795 Truck, backhoe canier Three axle. class 8. heaw dutv over 33000Lbs hour $34.5C
8796 Truck. freioht
Eenclosed Wlift gate. Heavy duty,
class
7,26,00'l to 33,000 lbs
gvwr hour $31.00
8798 Truck
Tilt and rolFback, two axle, class 7
heavy duty,to 33.000 owr hour $32 00
8799 Truck,
Tilt and roll back, three axle. class
8 heavy duly over 33.001+ ovwr hour $40.60
8800 Truck. Pickup When transporting people.mile $0.s4
8801 Truck. PickuD 1/2-ton Pickup Truck 4x2-Axle 160 hour $12.30
8802 Iruck, Pickup 1-ton Pickup TrucK 4x2-Aj,.le 234 hour $'17 65
8803 Truck, PickuD 1 1/4-ton PickuD Truck 4Y2-PJ,.le 260 hour $19.8s
8804 Truck, Pickup 1 1/2-ton Pickup Truck 4x2-P.dile 300 hour 922.25
8805 Truck. Pickuo 1 3/4{on Pickuo Truck 4x2-Axle 300 hour $23.1 0
8806 Truck. Pickuo 3/4-ton Pickup Truck 4x2-Axle 165 hour $13.40
8807 Truck, Pickup 3/4-ton Pickuo Truck 4x4-Axle 285 Crew hour s20 8c
8808 Truck. Pickuo 1-lon Pickuo Truck 4x4-Axle 340 Crew hour $22,89
8809 Truck, Pickup 1 1/4-ton Pickup Truck 4x4-Axle 360 Crew hour $26.4C
881 0 Truck. PickuD 1 1/2-ton Pickuo Truck 4x4-Axle 362 Crew hour $26.75
881 1 Truck, Pickup 1 3/4-ton Pickup Truck 4x4-Axle 362 Crew hour $27.50
8820 Skidder accessorv 2005 JCB GraDDle Claw hour $1.75
aa21 Forklift. acessoru 2005 ACS Grapple Bucket hour $1.50
8822 Truck. Loader
Debris/Log (Knuckleboom
Loader/Truck)230 hour $52.26
4823 Chipper- Wood Recycler Cat 16 enqine 700 hour $115.00
8824 Skidder model Cat 5258 upio 160 hour $62.90
8825 Skidder 40K lbs- model Cat 525C 161 and up hour $1 18.77
8840 Truck, service fuel and lube uo lo 26.000 ovwr 215-2?5 hour s38 65
8541 Truck. fuel
2009 lnternational 1,800 gal.
storaoe tank 200 hour $30.s0
8842 Mobile Command Trailer (8'X 28') with 7.5 KW Generator hour $14.66
8843 Mobile ResDonse Trailer (8'X 3'1') with 4,5 KW Generator?hour $13.6C
aa44 Mobile Command Center (unified) (RV) Ulitimaster MP-35 43 FT Lonq with Generator 400 hour $75.0C
8845 Mobile Command Posl Vehicle (RV) (ln- Motion)22-Ft Lono 340 hour s31 0c
8846 Mobile Command Post Vehicle
(r(v) (sra$onary) wg.b KW
Generator 22-Ft Lonq 340 hour $19.25
8447
MObile L;Ommano uenter
(Trailer)
48xB lrarler, Fully Equrped Mobile
Command Center 48-Ft Lonq hour $29.45
8848
Mobile Command Center
(Trailer)
48'x8'When being Moved WTruck
Tractor 310 hour $48.90
8849 lvlobile Command Center
43'x8.5' x 13.5'H wth self 30kw
Generator hour s52.00
8850 lvlobile Command Center 2007-Freiohtliner MT-55. (RVl 260 hour $4s.50
8851 Mobile Command Van
1990- Ford Econoline-
Communication Van 230 hour $41 00
8852 Mobile Command Cenler
47.5' X8.75 Fully Equip' (ln
motion) (RV)410 hour $65.30
$45.00
47 .5' X 8.75 Fully Equip'
(Stationary)8853 Mobile Command Center 410 hour
8854 Mobile Command Vehicle 53'X 8.75 Fullv Eouio 480-550 hour
8870 Lioht Tower
Terex/Amida AL 4000. with (4)
500 watt lights W1okw power unit 13.5 hour $10.68
887'l Liqht Tower 2004 Allmand hour $6.3C
8872 SandBaooer Machine (Soider) automatic 4.5 hour $48.75
8900 Helicopter
OH-58 KIOWA (Military) is the
same as "Bell-20683 420 hour $474 00
8901 Helicooter
OH-58 KIOWA (Military) is the
same as "BelF206BR 420 hour $496.00
8902 Helicopter
Model Bell 206-13 Jet Range
Helicopter 650 Jet Range lll-Helicopter hour $582.00
8903 Helicopter Model Bell 206L1 Lono Ranoer 650 Lonq Ranqer hour s596.00
8904 Helicooter
lvlodel Bell 2061T Long Range
Twinranoer 450 Twinranger hour $780.00
8905 Helicopter lvlodel Bell 407 EMS- Ambulance 250 hour $626.00
8906 PiDer-Fixed wino Model Navaio PA-31 310 hour $456.00
8907 Piper-Fixed winq
PA-31-350, Navajo Chieftn twin
engine 350 hour s487.0C
8908 Sikorskv Helicooter
Model UH-60 (Blackhawk)
medium lift Medium Lift 1 890 Fire Fiqhter Same as S70C hour $2.945.0C
8909 Helicopter
Model UH-A (Blackhawk) Medium
tift Medium Lift 1890 Fire Fighter hour $5,504.00
891 0 Boeino HelicoDter Model CH-47 (Chinook) heavy lifl Heaw Lift 2850 Fire Fiqhler hour s1 0.750.00
891 1 Helicooter- lioht utilitv Model Bell 407GX - 7 seater 7-Seaters 675 Passenqer Aircratl hour s621 00
8912 HelicoDter- lioht utilitv Modle Bell 206L- 7 seater 7-Seaters 420 Passenger Aircraft hour $596.00
8S1 3 Helicopter [rodel Bell-206L4 726 hour $576.00
8914 Kino Air 200 Turbooroo Aircraft Blackhawk Kino Air 8200XP61 669 houP $1.316.00
891 5 Turboprops Blackhawk Aircratt Blackhawk Caravan XP42 A 850 hour $697.00
8916 Turbooroos Blackhawk Aircraft Kinq Air C90 XP135 A 550 hour $1.075.00
891 7 Aerostar Piston Aircraft Aerostar 601 P 290 hour s447.00
8943 Wire Puller Machine Overhead Wire Pulling Machine 30
Overhead/Underground Wire
Pulling Machine hour $'19.85
8944 Wire Tensionino Machine 3000 Lbs
Overhead Wire Tensioning
Machine hour $14.5C
8945 Aerial Lift model 2008 Genie Scissor Lift hour $6.3C