Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
12-18-2025 City Council Agenda Packet
CITY OF FAIRHOPE CITY COUNCIL REGULAR AGENDA Thursday, December 18, 2025 - 2:00 PM City Council Chambers Council Members Jack Burrell Joshua Gammon Jimmy Conyers Jay Robinson Andrea Booth Invocation and Pledge of Allegiance 1. Approve minutes of December 8, 2025 Regular City Council Meeting and minutes of December 8, 2025 Work Session. 2. Report of the Mayor 3. Public Participation – Agenda Items – (3 minutes maximum) 4. Council Comments 5. Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 - Request of the Applicant, S.E. Civil, on behalf of the Owner, FST Bonnie Baker, to rezone property from R-A, Residential/Agriculture to R-1, Low Density Single-Family Residential District. The property is approximately 10 acres and is located at 19763 State Highway 181. PPIN #: 15456 6. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a Contract with WAS Design for Hope Community Park - Phase One (RFQ PS26-004) with a not-to-exceed amount of $124,550.00. 7. Resolution — To authorize the Treasurer to complete a FY2026 Budget transfer for the Wastewater Department from 004020-50366 Maintenance-Collection System to 004020-59500 System Improvement-Collection System in the amount of $60,000.00 for insertion valves. 8. Resolution - To award (Bid No. 26-014 Crane Truck - Water) to Gulf City Body & Trailer Works, Inc. for a 2025 Ford F550 4x4 Full Crew Cab Truck or Equivalent with Crane Attachment with a bid proposal not-to-exceed $164,637.00. 9. Resolution — That the City of Fairhope approves the award of the Request for Quotes for Labor and Materials for the Well Maintenance and New Pump at Well #9 to Donald Smith Company, Inc. for a project cost of $53,550.00. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out. 10. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 3 (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for two (2) month extension of the annual contract from January 4, 2026 to February 28, 2026 per the same terms and conditions of the original contract. The cost for the two (2) month extension not -to-exceed $50,000.00. This is a two (2) month extension to allow for the bid process of contract rebid. Page 1 of 325 City Council Regular Meeting December 18, 2025 Page - 2 - 11. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a Contract with JADE Consulting, LLC. for Professional Construction Engineering and Inspection Services for the Pecan Avenue Watershed Drainage Improvements - Phase 1 Project (RFQ PS26-011) with a not-to-exceed amount of $49,500.00. Authorize Treasurer to transfer $49,500.00 from Phase II to Phase I of project within Capital Projects fund 103-55853. 12. Resolution — That the City Council approves the selection by Mayor Sherry Sullivan for Professional Engineering Services for (RFQ PS26 -012) for the Cowpen Creek Tributary Drainage Project to Sawgrass Consulting, LLC.; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. 13. Resolution - To authorize the Treasurer to complete a FY2026 Budget transfer for the Streets Department for Temporary Labor in the amount of $30,000.00 from 001350-50040 Salaries to 001350-50245 Temporary Labor to be allocated as follows: Genesis Industrial Staffing for $15,000.00 and Long's Human Resources for $15,000.00. 14. Resolution — That the City of Fairhope approves the procurement of Toter 96 Gallon Recycle Cans (Quantity 3,053) that are on Sourcewell Cooperative (Contract #120324-TOT) with Toter, LLC; and therefore does not have to be let out for bid. The total amount not-to-exceed $155,972.75. This purchase is reimbursable by ADEM Grant. 15. Resolution - To award (Bid No. 26-015-2026-GAS-001) to GMC Underground for 4” Gas Main Extension Along Hwy. 181 South of Silverwood Drive to Dominion Drive with a bid proposal not-to-exceed $392,815.48. 16. Resolution — To award (Bid No. 26-013-2025-PGI-005) to Equix Energy Services, LLC for 2" High Pressure Gas Main Extension CR 32 and Greeno Road with a bid proposal not-to-exceed $347,377.00. Authorize the Treasurer to transfer from the 181 and Dominion Farms Bank Feed project in the amount of $97,377.00. 17. Resolution — That the City Council hereby approves the Reimbursable Agreement for Relocation of Utility Facilities on Private and Public Right -of-Way between the Baldwin County Commission and the City of Fairhope on proposed project of certain highway improvements designated as Project No. STPSU-0219(252) consisting of widening, resurfacing, and intersection improvements on CR-64 from SR-181 to Montelucia Way. Authorize Mayor Sherry Sullivan to sign the agreement. Page 2 of 325 City Council Regular Meeting December 18, 2025 Page - 3 - 18. Resolution - That the City of Fairhope approves the procurement of Standard Scorpion II TL-3 Towable Attenuator that is on Sourcewell Cooperative (Contract #042225-TFX) with Croc Enterprises, LLC d/b/a Croc Crash Solutions and therefore does not have to be let out for bid. The total amount not-to-exceed $39,775.00. Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Landscaping to 001360-50470 Purchases Vehicles & Equipment. 19. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 1 of (Bid No. 25-008) Pest Control Annual Contract with Wayne's Pest Control Services, LLC per the terms and conditions of the original contract. The annual contract cost is $13,568.68. 20. Resolution — That the City Council hereby approves the negotiated price for (Bid No. 26-003-2023-PWI-019) for Fairhope Pool Rehabilitation, and awards the bid to Bienville Construction Services for a not-to-exceed project cost of $1,200,000.00. 21. Resolution — That the City Council approves the selection by the Evaluation Team for Professional Services for (RFQ PS26-001) for the Joint Use Attachment Survey and GIS Entry to NEAL Technology Associates, Inc.; and hereby authorizes Mayor Sherry Sullivan to negotiate the not-to-exceed fee to be approved by Council. 22. Resolution — That the City of Fairhope approves the purchase of an E-One Cyclone Pumper Truck that is on the Sourcewell Cooperative (Per Contract No. 113021 - RVG-1) with Sunbelt Fire, Inc. and therefore does not have to be let out for bid. The total amount not-to-exceed $893,300.00. 23. Resolution - That the City of Fairhope approves the procurement of the renewal of 35 user subscriptions of Citizenserve Software for the IT Department from Online Solutions, LLC; and authorizes procurement allowed by the Code of Alabama 1975, Section 41-16-51(a)(11). The total annual cost is $52,500.00. 24. Resolution - That the City Council approves the selection by Mayor Sherry Sullivan for Professional Services for (RFQ PS26-014) for the Promotion Assessment Center for the Police Department to Mark Foster Company; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. 25. Resolution - That the City Council approves the selection by Mayor Sherry Sullivan for Professional Consultant Services for (RFQ PS26-015) for Prevention Education and Assistance for Individuals involved with illicit substances for the Police Department to People Engaged in Recovery ("PEIR"); and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. 26. Resolution — That the City of Fairhope hereby temporarily suspends Ordinance No. 1425 from noon on December 31, 2025 to noon on January 1, 2026 for purposes of New Year’s Celebration Activities. Page 3 of 325 City Council Regular Meeting December 18, 2025 Page - 4 - 27. Request - To Approve the 2026 Regular City Council Meetings. 28. Request — Allison Marlow, Girl Scouts of Southern Alabama, Service Unit 8017 Coordinator, request permission for City Council approval for Girl Scout Troop 8017 to sell cookies in downtown Fairhope on City property. 29. Request — R. Brian Sanders, President-Elect, Fairhope Sunset Rotary Club, request permission for the use of the City streets for a fundraising event that will benefit local charities on Saturday, January 31, 2026 for the Annual 0.5K Run in Fairhope from 2:30–3:30 p.m. 30. Request — Fairhope East K-6 Parent Teacher Corporation, Fairhope West Parent Teacher Partnership, and J. Larry Newton Parent Teacher Organization, are requesting permission to close the streets in downtown Fairhope on Saturday, February 28, 2026, from 6:00 a.m. to 10:00 a.m. for the 11th annual "The Pirate Dash" a 5K Run and 1 Mile Fun Run; and requesting electricity at the starting/ending point of the race on the Bluff with barricades at major road intersections. The Pirate Dash will begin and end at the same location on Magnolia Avenue on the Bluff (Henry George Park). 31. Request — Jill Everson and Jose Rodriquez of Thomas Hospital request approval for the Spring Fever Chase 10K and 2 Mile Fun Run on March 21, 2026, from 5:30 a.m. - 12:00 p.m. with street closures at Knoll Park and Bayfront Cliff Drive - Fels Avenue; 15 barricades at start and banner hung on Bayview Avenue with trash cans and light;15 barricades at finish with tent and banner hung on Mobile Street; and sound at start of south side of N. Bayview Avenue and at finish near Fels Avenue. 32. Public Participation – (3 minutes maximum) 33. Adjourn Regular Meetings of the City Council shall be held on the 2 nd and 4th Monday of each month immediately following the 4:30 p.m. Work Session unless prescheduled and announced otherwise. Next City Council Meeting, Monday, January 12, 2026, 6:00 p.m. Fairhope Municipal Complex City Council Chambers 161 North Section Street Fairhope, AL 36532 Page 4 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2025-1135 FROM: Lisa Hanks, CITY CLERK SUBJECT: Approve minutes of December 8, 2025 Regular City Council Meeting and minutes of December 8, 2025 Work Session. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 5 of 325 Page 6 of 325 Page 7 of 325 Page 8 of 325 Page 9 of 325 Page 10 of 325 Page 11 of 325 Page 12 of 325 Page 13 of 325 Page 14 of 325 STATE OF ALABAMA )( • Employee Christmas Luncheon, Friday, December 12, 2025, 12:00 p.m. • Santa Saturday, Saturday, December 13, 2025, 10:30 a.m. to 12:00 p.m. Page 15 of 325 8 December 2025 • Santa Downtown Joyride on Sunday, December 14, 2025 where Santa will cruise through downtown on a fire truck. Mayor Sullivan called Public Works Director George Ladd to the podium to announce that he has taken a position as City Manager in Layton, Tennessee with his last City Council Meeting on December 18, 2025. She congratulated George and family! George thanked everyone for the opportunity and experience. He said this is family. Mayor Sullivan announced John Thomas will be the Interim Public Works Director. The following individuals spoke during Public Participation on Agenda Items No. 6 – No 14: 1) Michael Neely, 230 Mershon Street, addressed the City Council regarding support for Agenda Item No. 14: A resolution on behalf of the Friends of Fairhope Public Library, requesting permission to serve alcohol at its annual Chocolate and Champagne Gala 2026 on Saturday, January 31, 2026, from 7:00 p.m. to 9:30 p.m. in the Fairhope Public Library. Tickets will be on sale next week for members only. You can also join and buy tickets. 2) Gary Gover, 300 Lincoln Street, addressed the City Council over a safety concern on Agenda Item No. 7: That the City of Fairhope approves the procurement of transportation and disposal of dewatered sludge with Solid Waste Authority of Baldwin County and therefore does not have to be let out for bid under Code of Alabama 1975 Section 41-16-51(20). The cost is $70.00 per ton. The total annual estimated cost of $350,000.00. Wastewater Superintendent Daryl Morefield gave brief on requirements of the disposal of dewatered sludge. Council President Conyers opened Council Comments. Councilmember Burrell said he missed the Christmas parade this year and asked to have an alternate date next year. Councilmember Booth was in agreement. On December 17th at the Fairhope Brewery, Mayor Sullivan and Council will be serving pints for tips that will go to the Fairhope Fire Department for the 3rd Year. Tip generously 6:00-8:00 p.m. Councilmember Gammon gave shoutout to St. Michael Catholic High School and Bayside Academy on the close of playoffs that he was very proud. He noted HGTV released in news that Fairhope, Alabama is the favorite small Christmas town in Alabama. He agreed with Councilmember Burrell on alternate date for Christmas parade next year. Councilmember Robinson noted it was impossible to reschedule this year due to the preparation involved. He recommended a future alternate date on the Christmas parade. He thanked all that planned the event. Councilmember Booth mentioned floats are shared with other cities. Page 16 of 325 8 December 2025 Councilmember Booth noted Councilmember Burrell was on CBS ‘Good Morning America’ on a mission to visit all 50 states in 50 weeks and reported live from Bayou La Batre on the Shrimping Industry. Councilmember Burrell was honored to be there. She reminded everyone to shop locally with the heartbeat of community and wished everyone a Merry Christmas. RESOLUTION NO. 5661-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: Page 17 of 325 8 December 2025 Councilmember Robison introduced in writing, and moved for the adoption of the following resolution, a resolution that the City of Fairhope approves the procurement of transportation and disposal of dewatered wastewater sludge with Solid Waste Authority of Baldwin County and therefore does not have to be let out for bid under Code of Alabama 1975 Section 41-16-51(20). The cost is $70.00 per ton. The total annual estimated cost of $350,000.00. Seconded by Councilmember Burrell, motion passed unanimously by voice vote. Councilmember Gammon requested Daryl Morefield ask question on where the waste goes. RESOLUTION NO. 5662-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF That the City of Fairhope approves the procurement of transportation and disposal of dewatered wastewater sludge with Solid Waste Authority of Baldwin County and therefore does not have to be let out for bid under Code of Alabama 1975 Section 41-16-51(20). The cost is $70.00 per ton. The total annual estimated cost of $350,000.00. ADOPTED ON THIS 8TH DAY OF DECEMBER, 2025 James Reid Conyers, Jr. Council President Attest: Page 18 of 325 8 December 2025 RESOLUTION NO. 5663-25 , as follows: [1] That the City Council approves the selection by Mayor Sherry Sullivan for Professional Construction Engineering and Inspection Services for (RFQ PS26-011) for the Pecan Avenue Watershed Drainage Improvements - Phase 1 Project to JADE Consulting; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED THIS 8TH DAY OF DECEMBER, 2025 _____________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Jenny Opal Wilson, CMC Assistant City Clerk Councilmember Gammon introduced in writing, and moved for the adoption of the following resolution, a resolution that the City Council hereby rescinds Resolution No. 5415-25 approving the selection by the Evaluation Team for Professional Landscape Architectural Services for (RFQ PS25-017) for the Flying Creek Nature Preserve - Phase II; and authorizes the rebid of this Request for Qualifications under the City of Fairhope Procedure for Procuring Professional Services. Seconded by Councilmember Burrell, motion passed unanimously by voice vote. , as follows: [1] That the City Council hereby rescinds Resolution No. 5415-25 approving the selection by the Evaluation Team for Professional Landscape Architectural Services for (RFQ PS25-017) for the Flying Creek Nature Preserve - Phase II; and authorizes the rebid of this Request for Qualifications under the City of Fairhope Procedure For Procuring Professional Services. * * Page 19 of 325 8 December 2025 DULY ADOPTED THIS 8TH DAY OF DECEMBER, 2025 RESOLUTION NO. 5665-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF F That the City of Fairhope approves the award of the Request for Quotes for Labor and Materials to replace traffic controls and cabinets at the intersections of N. Section St. at Gayfer Ave. and N. Section St. at Volanta Ave. to Bagby and Russell Electric Co., Inc. for a not-to-exceed project cost of $62,700.00. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out. Page 20 of 325 8 December 2025 Councilmember Robinson introduced in writing, and moved for the adoption of the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 1 of (RFQ PS24-032) Professional Engineering Services - On-Call Annual Contract for Fire Protection Requirements with Gulf States Engineering with updated 2025 Rate Sheet per all other terms and conditions of the original contract. The annual not-to-exceed cost is $20,000.00. Seconded by Councilmember Gammon, motion passed unanimously by voice vote. RESOLUTION NO. 5666-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 1 of (RFQ PS24-032) Professional Engineering Services - On-Call Annual Contract for Fire Protection Requirements with Gulf States Engineering with updated 2025 Rate Sheet per all other terms and conditions of the original contract. The annual not-to-exceed cost is $20,000.00. Page 21 of 325 8 December 2025 Councilmember Robinson moved to grant the request for permission to Jasmine Hodges, on behalf of the Friends of the Fairhope Public Library to serve alcohol at its annual Chocolate and Champagne Gala 2026 on Saturday, January 31, 2026, from 7:00 p.m. to 9:30 p.m. in the Fairhope Public Library. Seconded by Councilmember Booth, motion passed unanimously by voice vote. Council President Conyers noted Michael Neely spoke during public participation and tickets go on sale Monday for $50.00. 1) Ryan Baker, 1 Style Street, addressed the City Council and thanked Mayor Sullivan, Council, and Planning Director Hunter Simmons. He noted that he forwarded a follow-up email today regarding the proposed Zoning Ordinance changes. Ryan noted he discussed concerns with other professionals, engineers, and developers for ideas and solutions. Council President Conyers confirmed he received email. Councilmember Gammon asked if other businesses sign-on. Ryan commented he did not ask businesses to sign-on, but there are others interested. Page 22 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-192 FROM: Hunter Simmons, PLANNING DIRECTOR SUBJECT: Amend Zoning Ordinance No. 1253 - Request of the Applicant, S.E. Civil, on behalf of the Owner, FST Bonnie Baker, to rezone property from R-A, Residential/Agriculture to R-1, Low Density Single-Family Residential District. The property is approximately 10 acres and is located at 19763 State Highway 181. PPIN #: 15456 AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 - Request of the Applicant, S.E. Civil, on behalf of the Owner, FST Bonnie Baker, to rezone property from R-A, Residential/Agriculture to R-1, Low Density Single-Family Residential District. The property is approximately 10 acres and is located at 19763 State Highway 181. PPIN #: 15456 BACKGROUND INFORMATION: The property was brought into the City as R-A in 1989. The proposal would allow a minimum of 15,000sf lots. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Page 23 of 325 Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 24 of 325 ORDINANCE NO. ____ AN ORDINANCE AMENDING ORDINANCE NO. 1253 KNOWN AS THE ZONING ORDINANCE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAIRHOPE, ALABAMA as follows: The ordinance known as the Zoning Ordinance (No. 1253), adopted 27 June 2005, together with the Zoning Map of the City of Fairhope, be and the same hereby is changed and altered in respect to that certain property described below: After the appropriate public notice and hearing, the Planning Commission of the City of Fairhope, Alabama has forwarded a favorable recommendation, The property of FST Bonnie Baker, (containing 10 acres, more or less, and zoned R-A) and located at 19763 State Highway 181. PPIN # 15456 Legal Description: (Case number ZC 25.10) BEGINNING AT A 3 INCH SQUARE CONCRETE MONUMENT FOUND AT THE SOUTHWEST CORNER OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 6 SOUTH, RANGE 2 EAST, BALDWIN COUNTY, ALABAMA, AND RUN THENCE NORTH 00 DEGREES 21 MINUTES 25 SECONDS EAST, A DISTANCE OF 330.55 FEET TO A ONE-HALF INCH OPEN TOP PIPE FOUND; THENCE RUN SOUTH 89 DEGREES 31 MINUTES 17 SECONDS EAST, A DISTANCE OF 1278.76 FEET TO A ONE INCH CRIMP TOP PIPE FOUND ON THE WEST RIGHT-OF-WAY OF STATE HIGHWAY 181; THENCE RUN SOUTH 00 DEGREES 29 MINUTES 47 SECONDS WEST, ALONG SAID WEST RIGHT-OF-WAY, A DISTANCE OF 332.85 FEET TO A 3 INCH SQUARE CONCRETE MONUMENT FOUND; THENCE DEPARTING SAID WEST RIGHT-OF-WAY, RUN SOUTH 89 DEGREES 50 MINUTES 46 SECONDS WEST, A DISTANCE OF 532.12 FEET TO A ONE-HALF INCH OPEN TOP PIPE FOUND; THENCE RUN NORTH 88 DEGREES 53 MINUTES 36 SECONDS WEST, A DISTANCE OF 745.91 FEET TO THE POINT OF BEGINNING. TRACT CONTAINS 9.83 ACRES, MORE OR LESS. A map of the property to be rezoned is attached as Exhibit A. The property is hereby rezoned R-1, Low Density Single-Family Residential District. This property shall hereafter be lawful to construct on such property any structures permitted by Ordinance No. 1253 and to use said premises for any use permitted or building sought to be erected on said property shall be in compliance with the building laws of the City of Fairhope and that any structure shall be approved by the Building Official of the City of Fairhope and that any structure be erected only in compliance with such laws, including the requirements of Ordinance No. 1253. Page 25 of 325 Ordinance No. _____ Page -2- Severability Clause - if any part, section or subdivision of this ordinance shall be held unconstitutional or invalid for any reason, such holding shall not be construed to invalidate or impair the remainder of this ordinance, which shall continue in full force and effect notwithstanding such holding. Effective Date – This ordinance shall take effect immediately upon its due adoption and publication as required by law. ADOPTED THIS 18TH DAY OF DECEMBER, 2025 ___________________________ James Reid Conyers, Jr. Council President Page 26 of 325 Payton Rogers Planning Commission (8 Ayes) voted to recommend approval of ZC 25.10 City Council December 18, 2025 Page 27 of 325 ZC 25.10 – 19763 State Highway 181 November 6, 2025 Page 1 of 5 SUMMARY OF REQUEST Public hearing to consider the request of the Applicant, S.E. Civil, on behalf of the Owner, FST Bonnie Baker, to rezone property from R-A, Residential/Agriculture District to R-1, Low Density Single-Family Residential District. The property is approximately 10 acres and is located at 19763 State Highway 181. SITE HISTORY The property consists of one (1) metes-and-bounds parcel originally developed for residential and agricultural uses. There have been no Planning Commission or Board of Adjustment applications associated with the site. STAFF COMMENTS The applicant requests rezoning of the property to allow for future redevelopment of the site for a low density single-family residential subdivision. The subject site is currently zoned R-A, Residential/Agriculture District and is developed with one (1) single-family dwelling and a number of accessory structures. Additional details and the full application are available at the end of this report. The site is bordered by properties zoned R-A, Residential/Agriculture District, to the north; R-3 PGH, High Density Single-Family Patio/Garden Home Residential District and B-2, Local Business District (Baldwin County), to the east; R-2, Medium Density Single-Family Residential District and R-6, Mobile Home Park District, to the south; and R-6, Mobile Home Park District, to the west. Surrounding land uses along this section of State Highway 181 consist primarily of a mix of low and high density residential. The East side of 181, within Baldwin County jurisdiction, includes a mix of commercial uses such as automotive wholesale, HVAC repair, home improvement, and aluminum fabrication. The abutting property to the west is developed with the Magnolia Pointe mobile-home park. A survey illustrating all existing site improvements was submitted in lieu of a site plan as rezoning requests are not site-plan specific. It’s important to note that any potential redevelopment of the subject site would be subject to full compliance with all standards as detailed within the Subdivision Regulations. Article III of the City of Fairhope Zoning Ordinance defines R -1 Districts as, “intended to provide choices of low-density suburban residential environment consisting of single-family homes on large parcels of land...”. At 10± acres the subject site far exceeds the minimum lot area required of properties within R -1 zoned districts. However, it should be noted that any future lots developed out of a subdivision of the property will likewise be required to comply with current development standards, thus limiting said lots to a minimum lot area of 15,000 square feet. Article III details specific lot dimensional standards (below) and allowable Uses (exhibits at end of report). Page 28 of 325 ZC 25.10 – 19763 State Highway 181 November 6, 2025 Page 2 of 5 Excerpt from Table 3-2: Dimension Table – Lots and Principle Structure Dimension District or Use Min. Lot Area / Allowed Units Per Acre (UPA) Min. Lot Width Front Setback Rear Setback Side Setback Street Side Setback Max. Total Lot Coverage by All Structures Max. Height R-1 15,000 s.f./ - 100’ 40’ 35’ 10’ b 20’ 40% 30’ a The request is consistent with the City of Fairhope Comprehensive Plan place type designation of “Suburban Residential”. A full description of this Place Type has been included as an exhibit at the end of this report . Given the historical and proposed use of the property for low density single -family residential, and the prevalence of similar uses along this segment of State Highway 181, staff is in support of the proposal. Citizen Comments During the public comment period staff received one (1) comment from a neighboring property owner. Their complete comments are included within the application materials attached to this report. In summary, they appear to be most concerned with the amount of development within Fairhope in general and its effect on utility infrastructure and wildlife. With regard to the utility comment, any future development of the property shall be required to comply with all current development and utility standards, at time of Subdivision application and permitting. Page 29 of 325 ZC 25.10 – 19763 State Highway 181 November 6, 2025 Page 3 of 5 REZONING CONSIDERATIONS Standards of Review: The Zoning Ordinance and its associated zoning map are derived from long-range comprehensive planning studies intended to promote orderly, desirable development. Casual or unsupported amendments to the Zoning Ordinance can undermine this purpose. Therefore, rezoning requests are evaluated according to the following criteria: 1. Compliance with the Comprehensive Plan; 2. Compliance with the standards, goals, and intent of this ordinance; 3. The character of the surrounding property, including any pending development activity; 4. Adequacy of public infrastructure to support the proposed development; 5. Impacts on natural resources, including existing conditions and ongoing post-development conditions; 6. Compliance with other laws and regulations of the City; 7. Compliance with other applicable laws and regulations of other jurisdictions; 8. Impacts on adjacent property including noise, traffic, visible intrusions, potential physical impacts, and property values; and 9. Impacts on the surrounding neighborhood including noise, traffic, visible intrusions, potential physical impacts, and property values. Recommendation: Staff recommends APPROVAL of ZC 25.10 – 19763 State Highway 181, request to rezone property from R-A, Residential/Agriculture District to R-1, Low Density Single-Family Residential District. Page 30 of 325 EXHIBITS ZC 25.10 – 19763 State Highway 181 November 6, 2025 Page 4 of 5 Excerpt from Table 3-1: Use Table Zoning Districts R-1 (a, b, c) Zoning Districts R-1 (a, b, c) Use Categories / Specific Uses Use Categories / Specific Uses Dwelling Service Single-Family ● Convalescent or Nursing Home ○ Two-family Clinic ○ Townhouse Outdoor Recreation Facility ○ Patio Home Day Care ○ Multiple-family / Apartment General Personal Services Manufactured Home Mortuary or Funeral Home Mixed-use Automobile Repair Accessory Dwelling Indoor Recreation Estate Dry Cleaner / Laundry Civic Personal Storage Elementary School ● Bed & Breakfast Secondary School ● Hotel / Motel Education Facility ● Boarding House or Dormitory Library ● Recreational Vehicle Park Place of Worship Restaurant Cemetery ○ Bar Hospital Entertainment Venue Public Open Space ● Marina Common Open Space ● Kennel or Animal Hospital Community Center or Club ○ Warehouse Public Utility ○ Junk Yard or Salvage Yard Office Manufacturing General Limited Professional Light Home Occupation э General Retail Food Processing Grocery Rural Convenience Store Agriculture General Merchandise Rural Market Shopping Center Plant Nursery Automobile Service Station Outdoor Sales Limited Outdoor Sales Lot Garden Center ● = Allowed By-Right Э = Special Conditions ○ = On Appeal Page 31 of 325 EXHIBITS ZC 25.10 – 19763 State Highway 181 November 6, 2025 Page 5 of 5 Page 32 of 325 Page 33 of 325 Page 34 of 325 Legal Description PID 05-46-05-22-0-000-001.513 BEGINNING AT A 3 INCH SQUARE CONCRETE MONUMENT FOUND AT THE SOUTHWEST CORNER OF THE NORTHEAST QUARTER OF THE NORTHEAST QUARTER OF SECTION 22, TOWNSHIP 6 SOUTH, RANGE 2 EAST, BALDWIN COUNTY, ALABAMA, AND RUN THENCE NORTH 00 DEGREES 21 MINUTES 25 SECONDS EAST, A DISTANCE OF 330.55 FEET TO A ONE-HALF INCH OPEN TOP PIPE FOUND; THENCE RUN SOUTH 89 DEGREES 31 MINUTES 17 SECONDS EAST, A DISTANCE OF 1278.76 FEET TO A ONE INCH CRIMP TOP PIPE FOUND ON THE WEST RIGHT-OF-WAY OF STATE HIGHWAY 181; THENCE RUN SOUTH 00 DEGREES 29 MINUTES 47 SECONDS WEST, ALONG SAID WEST RIGHT-OF-WAY, A DISTANCE OF 332.85 FEET TO A 3 INCH SQUARE CONCRETE MONUMENT FOUND; THENCE DEPARTING SAID WEST RIGHT-OF-WAY, RUN SOUTH 89 DEGREES 50 MINUTES 46 SECONDS WEST, A DISTANCE OF 532.12 FEET TO A ONE-HALF INCH OPEN TOP PIPE FOUND; THENCE RUN NORTH 88 DEGREES 53 MINUTES 36 SECONDS WEST, A DISTANCE OF 745.91 FEET TO THE POINT OF BEGINNING. TRACT CONTAINS 9.83 ACRES, MORE OR LESS. Page 35 of 325 9.83 AC ± (ZONED RA) N 0 25 50 100 50 SCALE 0 GR I D SURVEYOR'S NOTES:FLOOD STATEMENT: LEGEND: OWNER INFORMATION: ZONING INFORMATION: SETBACKS: Civil (251) 990-6566 9969 WINDMILL ROAD FAIRHOPE, AL 36532 Engineering & Surveying PROJ MGR SHEET FILE PROJECT SCALE DED TOWER HOMES 20251589 1" = 50' CHKD.JDG DRAWN ZJH (CA-1167) PROPERTY BOUNDARY SURVEY 1 OF 1 TOWER HOMES 24 X 36 T T ST A T E H I G H W A Y 1 8 1 (8 0 F T . P U B L I C R / W ) A S P H A L T AC AC POINT OF BEGINNING SURVEYOR'S CERTIFICATE QU A I L R U N S U B D I V I S I O N (S L I D E 1 7 7 5 - A ) SITE B AAMALA HL D E.DIEDAVI Page 36 of 325 From:Connie Thompson To:planning Subject:Rezone request Date:Sunday, October 26, 2025 5:14:16 PM To whom it may concern: Why? Why do we need another housing project/ subdivision in Fairhope? Aren't there enough being built as there is? Fairhope is already overpopulated. I was born and raised here, and I have seen so many changes. Fairhope used to be a great place to live. Now, there are so many people in the area that the city has had to spend an unknown amount of money to replace the water, gas, and septic lines. And over the past several years, the city has had to send out notifications about reserving water. Maybe there is a reason for this. TOO many people in the area. The streets are already overrun with so much traffic. And it's not from people just visiting. Not to mention the wildlife. They have been chased out of their homes. They have not where else to go. We have so many deer that come in our yard every single day looking for food and a safe place to raise their babies. My family and I have lived on land ever since I was born. And over the years, we have had several gopher tortoise turtles. And if I'm not mistaken, they are now protected. Please correct me if I am wrong. The property located at 19763 State Highway 181, I ask you to please reconsider this rezone request. Thank you for your consideration. Connie M Thompson 19829A State Highway 181 Fairhope, Al. 36532 Page 37 of 325 Page 38 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-214 FROM: Richard Johnson, CITY ENGINEER SUBJECT: The City Engineer, Richard Johnson, is requesting the hiring of a qualified firm for Professional Landscape Architecture Services for the design of Hope Community Park - Phase One. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve negotiated not-to-exceed amount of $124,550.00 for RFQ PS26-004 Professional Landscape Architect Services for Hope Community Park - Phase One and allow the Mayor to execute a contract with WAS Design. BACKGROUND INFORMATION: The City Engineer, Richard Johnson, is requesting the hiring of a qualified firm for Professional Landscape Architecture Services for the design of Hope Community Park - Phase One. The work to be performed is for professional landscape architecture design associated with the project, which will include the following: Scopes of Service for the Master Plan Area A. Land Surveying $9,400.00 B. Geotechnical Engineering $10,500.00 C. Master Planning $28,200.00 Scopes of Service for Phase One Area D. Design Development $13,900.00 E. Construction Documents $27,800.00 F. Bid/Negotiation Assistance $3,500.00 CE. Civil Engineering $12,250.00 AR. Building Architecture $11,000.00 SE. Site Structural Engineering $3,000.00 EE. Site Electrical Engineering $5,000.00 The Mayor and the City Engineer would like to establish a not-to-exceed amount for Professional Landscape Architecture Services of One Hundred Twenty-Four Thousand Five Hundred Fifty Thousand Dollars ($124,550.00). Previous Council Action: Page 39 of 325 Resolution No. 5602-25 October 13, 2025 - City Council approves the selection by Mayor Sullivan for Professional Landscape Architect Services for (RFQ PS26-004) for Foundation Park - Phase One (Project No. 2026-PWD 002) to WAS Design; and hereby authorizes Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 103-55730- 10 Foundation Park $124,550.00 $124,550.00 $0.00 Project No.: 2026PWD002 Project Expense String: 2026PWD002-CONS Total FY26 Budget for Foundation Park Project 2026PWD002 = $250,000.00 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 40 of 325 RESOLUTION NO. _____ , That Mayor Sherry Sullivan is hereby authorized to execute a Contract with WAS Design for Hope Community Park - Phase One (RFQ PS26-004) with a not-to-exceed amount of $124,550.00. DULY ADOPTED THIS 18TH DAY OF DECEMBER 2025 _________________________________ James Reid Conyer, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 41 of 325 Nov 21, 2025 Mr. Richard Johnson City Engineer City of Fairhope 161 North Section St. Fairhope, AL 36532 Re: Placemaking at Hope Community Park Dear Mr. Johnson: WAS Design, Inc. is pleased to provide a proposal for landscape architectural services for your project. We are excited to work on a project as distinctive as yours. We believe that we can deliver landscape architectural services for your project that match this distinctiveness. WAS Design proposes a multi-phased redevelopment for Hope Community Park with a total probable construction cost of $1.7m. The primary intention is to establish a unified, technically sound, and financially-driven framework, beginning with a fixed-fee Master Planning phase for design validation. The subsequent Phase One scope, based on a $400,000 construction budget, will result in Construction Documents where recreational elements like the Splashpad and Playground are designated as Additive Alternates to ensure the client maintains flexibility during the public bidding process. On the following pages you will find the proposed scope of services and agreement that WAS Design, Inc. intends to provide for your project. We appreciate the opportunity to make this proposal to you. Once you have had a chance to review everything, please feel free to contact me with any questions you may have. Sincerely, Chad Watkins, PLA, ASLA Principal lcw © 2025 WAS Design, Inc. 218 North Alston Street, Foley, Alabama 36535 T. 251.948.7181 www.was-design.com Page 42 of 325 Hope Community Park Page 2 of 18 Nov 21, 2025 Client: Mr. Richard Johnson City Engineer City of Fairhope 161 North Section St. Fairhope, AL 36532 Hope Community Park Fairhope, Alabama Landscape Architectural Services I. ROLE AND RESPONSIBILITY WAS Design’s role on this project for the following scope of work is that of prime consultant leading the delivery of a design-bid-build amenity redevelopment project. WAS will hire subconsultants as needed to complete the required design and engineering. WAS will provide contract documents for entitlements, bid, and construction under a single prime contract. Within normal limitations to standard of practice by a landscape architect, our role during bid/negotiation and construction is as Client-advisor, providing assistance to the Client’s project managers in their efforts to assure project quality. II. SCOPE AREAS AND CORRESPONDING ELEMENTS Figure 1: Project concept plan, to be used as starting point for project WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 43 of 325 Hope Community Park Page 3 of 18 A. Park Area Design Elements 1. Recreation elements design, could include: a) Splash Pad b) Playground c) Social games, e.g. horseshoes, bocce, shuffleboard, etc. d) Lawn sports, e.g. putting green, croquet, etc. e) Passive rec elements, e.g. fire pit, dog park, etc. 2. Hardscape design (IBC and ADAAG standards) a) Paving b) Walls, ramps, steps c) Fencing and railings d) Overhead shade structures not attached to buildings 3. Landscape design a) Context-sensitive plant material b) Landscape per City regulations, as applicable 4. Irrigation design a) Water-smart irrigation system b) Central-controlled water management c) Irrigation water source determination 5. Site lighting design a) Park area lighting b) Landscape lighting design in common areas as applicable 6. Site furnishings design a) Chairs and tables b) Fire pits (not site built) c) Games (cornhole/bocce, etc.) 7. Grading and drainage design (pedestrian areas - IBC, ADAAG standards) a) Surface grading design ● Spot elevations of critical points ● Slope requirements where applicable b) Drainage network design ● Pipe type, location, sizing, slopes, and invert elevations ● Pipe profile drawings ● Drainage structure types, locations, sizing, invert and grate elevations ● Stormwater quantity modeling and design to be performed by civil engineer WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 44 of 325 Hope Community Park Page 4 of 18 B. Opinion of Probable Budget, Total Project Area per Concept Plan Our numbers reflect unit pricing for the areas shown in Figure 1. We believe the budget for material, labor, and other costs necessary to complete the job will be around the numbers shown below: Work area type Discipline type Item Unit Qty Unit cost Totals 3 - Park Area Demolition Demolition/Site Clearing Area (SF) 70,000 $ 0.50 $ 35,000.00 Demolition Total $ 35,000.00 Grading and Drainage Grading & Drainage (SF) 80,406 $ 1.00 $ 80,406.25 Grading and Drainage Total $ 80,406.25 Hardscape Entry Feature & Signage 1 $ 15,000.00 $ 15,000.00 Fence, perimeter (LF) 1,105 $ 65.00 $ 71,825.00 Paving, Concrete (SF) 4,000 $ 8.00 $ 32,000.00 Playground, w/PIP surfacing (EA) 1 $ 250,000.00 $ 250,000.00 Splash Pad (SF) 2,200 $ 150.00 $ 330,000.00 Hardscape Total $ 698,825.00 Lighting/electrical Electrical system, site panel/controls (LS) 1 $ 5,000.00 $ 5,000.00 Lighting, bollard/area fixture (EA) 10 $ 2,000.00 $ 20,000.00 Lighting/electrical Total $ 25,000.00 Planting and Irrigation Irrigation (SF) 60,000 $ 2.00 $ 120,000.00 Large Trees (EA) 5 $ 900.00 $ 4,500.00 Medium Trees (EA) 10 $ 600.00 $ 6,000.00 Planting Bed Area (SF) 6,000 $ 5.50 $ 33,000.00 Turf Area (SF) 54,000 $ 0.55 $ 29,700.00 Planting and Irrigation Total $ 193,200.00 Site furnishings Table sets (set) 5 $ 4,000.00 $ 20,000.00 Site furnishings Total $ 20,000.00 z.Subconsultant Scope Building, restrooms, including FF-E (SF) 700 $ 200.00 $ 140,000.00 Civil Site Work (EA) 1 $ 175,000.00 $ 175,000.00 z.Subconsultant Scope Total $ 315,000.00 3 - Park Area Total $ 1,367,431.25 4 - Overall Project General Conditions Contingency (0.15 of HC) $ 1,052,431.25 $ 157,864.69 GC's General Conditions (0.08 of HC) $ 1,052,431.25 $ 84,194.50 GC's Overhead and Profit (0.09 of HC) $ 1,052,431.25 $ 94,718.81 Mobilization (LS) 1 $ 5,000.00 $ 5,000.00 WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 45 of 325 Hope Community Park Page 5 of 18 Permit fees (0.005 of HC) 1 $ 1,052,431.25 $ 5,262.16 Utility connections, site (LS) 1 $ 7,500.00 $ 7,500.00 General Conditions Total $ 354,540.16 4 - Overall Project Total $ 354,540.16 Grand Total $ 1,721,971.41 III. Construction Budget, Phase One We understand, based on varied input over the course of this project, that the construction budget available for the to-be-determined phase one of the project will likely be around $400,000. However, we intend to draw more than the understood budget, with some items as additive alternates to allow the Owner final flexibility in funding and construction scope determination. Therefore, the basis of construction value from which our design fees are derived is around $950,000. IV. SCOPE OF SERVICES A. Land Surveying: Boundary & Topographic Survey (provided by JADE Consulting) 1. Boundary Survey: A Boundary Survey will be provided for the above-referenced parcel shown outlined in cyan on the WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 46 of 325 Hope Community Park Page 6 of 18 attached site map. The Boundary Survey will show all existing property lines and road right-of-way lines with bearings and dimensions. All property corner markers will be recovered or reset. A current legal description will be provided. 2. A Topographic Survey will be provided of the area outlined in blue on the below site map. The Topographic Survey will show existing improvements including buildings, roadways, parking areas, driveways, fences, above ground utilities, below ground utilities as marked by others or as shown on as-built drawings provided by utility companies, storm drain inlets & pipe with size and invert elevations, sewer manholes and pipe with size and invert elevations; swales & drainage patterns, trees 12” dbh & larger, 1’ contour lines and spot elevations. B. Geotechnical Investigation Scope of Services (provided by subconsultant, TBD) The Geotechnical Investigation will include an analysis of the subsurface conditions to provide preliminary recommendations for the design of all structures and paved areas, as well as guidelines for grading and the potential construction of a stormwater retention/detention pond. The Geotechnical Report will address the suitability of site soils for use in pond berms and base construction, including an estimation of permeability to inform the design of any required infiltration or liner systems. 1. Field Exploration: Includes the drilling of strategically located soil test borings (~ 6 to 8 borings) for the restroom building footprint and primary paved/playground/stormwater areas. The Client is responsible for locating and marking all private subterranean utilities prior to mobilization. 2. Lab Testing: Comprehensive laboratory testing of recovered samples, including grain size, Atterberg limits, and moisture content. 3. Geotechnical Report: A written report providing shallow foundation recommendations (for the Restroom Building), earthwork construction guidelines, and asphalt/pavement recommendations for all paved features. EXCLUSIONS (Important Note to Client): 1. This fixed fee EXCLUDES all Construction Administration (CA) Services, including but not limited to compaction testing, concrete testing, and field observation during construction. These services will be procured separately. 2. The scope EXCLUDES the detailed design or stamping of retaining walls, foundation plans, dewatering design, or detailed pavement design. WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 47 of 325 Hope Community Park Page 7 of 18 3. The scope EXCLUDES environmental site analysis, detailed slope or trench stability analysis, and the investigation or handling of hazardous materials. 4. The scope is limited to the final report and EXCLUDES in-person meetings beyond the final report submission, and EXCLUDES site restoration (e.g., re-visiting to top-off settled boreholes). C. Master Planning The Master Planning Phase will build upon the attached Concept Plan to establish a financially viable and technically sound framework for the complete, multi-phased build-out of the park, ensuring design continuity and operational efficiency across all future construction phases. The core objective of this phase is to refine the design for the entire site, including the immediate Phase 1 playground, swings, and sidewalk scope, as well as subsequent phases like the Restroom Building and Future Outdoor Recreation Area. This phase requires a deeper technical investigation than the initial concept, integrating all necessary engineering and site assessments to validate the spatial relationships, grading, drainage, and utility strategies for the total project. As the prime consultant, our firm will coordinate all sub-consultants (Survey and Civil Engineering) to produce a unified, comprehensive Master Plan Report that the City of Fairhope can use for budgeting, phasing implementation, and community engagement. The Master Plan will result in a definitive design direction, a clear budget for all phases, and a refined Phase 1 scope ready for detailed Design Development. 1. Project Initiation & Data Collection a. Kick-off Meeting: Meet with the City of Fairhope and key stakeholders to confirm project goals, budget parameters, and phasing priorities derived from the Concept Plan. b. Site Analysis & Assessment: Conduct a detailed review of the existing site, including topography, vegetation (pruning trees & understory), soils, existing utilities (utility rough-ins), and access points. c. Code Review: Review all relevant City of Fairhope ordinances, ADA requirements, zoning, and building codes that will impact the Restroom Building (Phase 2) and overall site design. d. Consultant Coordination: Issue Notice to Proceed to the Survey and Civil Engineering sub-consultants for necessary base mapping and preliminary drainage studies. WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 48 of 325 Hope Community Park Page 8 of 18 2. Program & Schematic Design Refinement a. Refine Program Elements: Finalize the size and location of all programmed spaces shown on the Concept Plan, specifically the splash pad, playground, swings, picnic tables & seating areas, and the future recreation area. b. Schematic Design & Layout: Develop 1-2 alternative schematic layouts based on the Concept Plan to test grading, drainage, and circulation (including the 6' wide sidewalk). Present graphics and documentation required for decision-making. c. Materials & Play Equipment Selection: Research and recommend specific play equipment, site furnishings, and materials, providing images (e.g., play structure, swings, water features shown) to confirm the design intent. d. Phasing Plan Confirmation: Review and finalize the proposed Phasing Overview (Entry, Fencing, Clearing, etc.) to optimize construction sequencing and budget allocation for all phases. 3. Cost Estimating & Master Plan Report a. Preliminary Opinion of Probable Cost (P-OPC): Prepare a detailed P-OPC for the Total Estimated Construction Cost (TECC), itemizing costs by each major phase (Phase 1, 2, 3, etc.). b. Refined Phase 1 ECC: Provide a focused P-OPC for the Phase 1 scope (estimated at $400,000) to serve as the baseline for the next phase of work. c. Master Plan Report Compilation: Produce a final Master Plan Report suitable for client and public distribution, including: i. Finalized conceptual plan graphics. ii. Phasing Overview narrative and diagrams. iii. Refined Program Element Descriptions. iv. Total Project P-OPC. v. Summary of Survey/Civil Engineering constraints and design solutions. d. Final Presentation: Present the Master Plan Report and findings to the City of Fairhope, securing formal approval to proceed to Phase II (Design Development) for the Phase 1 scope. Up to three formal meetings at the Client’s office or on-site are included in this phase of the work. Drawings will be approved by Client prior to proceeding with the next phase. WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 49 of 325 Hope Community Park Page 9 of 18 D. Design Development Based on the previous phase’s approved drawings, we will prepare deliverables for the significant project elements that include: 1. Preparation of proposed materials palette for project. This list is a dynamic tool intended to be discussed and adjusted based on client input. 2. Prepare 3d imagery or progress drawings to communicate design intent and refine decisions on proposed materials, colors, and other specific selections required for completion of the contract documents in the following phase. 3. Upon evaluation, prepare Maintenance Implications summary. 4. Identify required approvals. 5. Cost opinion based on Design Development drawings. Up to two design meetings at the Client’s office or on-site are included in this phase of the work. Drawings will be approved by Client prior to proceeding with the next phase. E. Construction Documents Construction Documents will be based upon the following project scenario: single project with a single phase of construction, one drawing set, design-bid-build project delivery. We will prepare the following deliverables based on the previous phase’s approved drawings: 1. Cover Sheet 2. Existing Conditions Plans/Survey (provided by JADE Consulting) a. To communicate how the work should be received by the contractor, whether by as-built survey or proposed work by others 3. Civil Engineering Plans (provided by JADE Consulting) a. Civil design will cover phase one AND other areas of the site required to facilitate an effective outcome that will avoid undue renovation or expansion expense in the future b. Once we have received your approval of the hard site plan layout, we will begin the civil design of the project according to the requirements of the City of Fairhope Building Department. This task will include a full set of construction plans which includes existing conditions/removal sheet(s), site layout sheet(s) with a completed site data table, and dimensions of the site layout tied to the property corners, grading, and drainage sheet(s), utility sheet(s), erosion control sheet(s) and construction details sheet(s). We will coordinate with the local Utilities to ensure that water and sewer, including any required pump stations, meet all requirements. The site WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 50 of 325 Hope Community Park Page 10 of 18 grading plan will indicate the finished grades of the site and the locations of all improvements. The construction detail drawing(s) will include the pavement buildup (according to the Geotechnical Engineers Report), junction boxes, inlets, and other necessary details required to sufficiently illustrate the design intent. c. This fee does not include the design of any type of structural retaining wall. We assume that this will not be required. 4. Stormwater Management Plan (provided by JADE Consulting) a. This project will require a Stormwater Management System per the City of Fairhope Development Standards. This task will provide a complete Stormwater Management Analysis that will support the design of this project. The drainage system’s construction documents will include all necessary details to sufficiently illustrate the design that will meet or exceed the minimum standards of the City of Fairhope. b. The plan will incorporate the results from the Geotechnical Engineers Report for system performance expectations. 5. Restroom Building Architectural Plans a. Construction Documents (CD) for the architectural scope (foundation, structure, walls, roof, finishes, plumbing fixtures, accessories, including S+MEP as required), sufficient for bidding and permitting. 6. Recreational Elements Plans a. Splashpad i. To ensure design control and competitive pricing, our drawings for the splash pad will be based on a Vendor-Prepared Basis-of-Design Package, which will be specified in the Construction Documents to allow all qualified bidders to submit proposals utilizing comparable equipment and features. This element will be carried forward into the Phase 1 bid package as an Additive Alternate to allow the Owner final flexibility in funding and construction scope. b. Playground i. The plans for the primary play structure and independent play components will also utilize a Vendor-Prepared Basis-of-Design Package. This strategy allows for a standardized product line to be specified in the Construction Documents, ensuring all qualified contractors submit competitive bids based on a pre-selected quality and aesthetic. The Playground Equipment will be carried forward into the Phase 1 bid package as an Additive Alternate to WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 51 of 325 Hope Community Park Page 11 of 18 allow the Owner final flexibility in funding and construction scope. 7. Hardscape Plans a. Site structural engineering, if required, will be provided by subconsultant and billed against the provided fee allowance 8. Landscape Grading and Drainage Plans a. To be coordinated with civil grading and drainage 9. Planting Plans 10. Irrigation Plans 11. Site Lighting Plans a. With fixture location and type, and description of desired lighting effect per fixture. b. Electrical engineering, as required, will be provided by subconsultant (Stewart Engineering) and billed against the allowance noted in the fee schedule 12. Site Furnishings Plans 13. Project Manual a. Bid/Procurement Specifications, Divisions 00, as applicable to scope b. General Requirements Specifications, Division 01, as applicable to scope c. Technical Specifications, Divisions 02-49, as applicable to scope d. To be provided in Masterformat 2012 format 14. Opinion of Probable Budget (OPB) 15. Unit-price Bid Form a. Based on OPB format Two Design review instances are recommended at the 50% and 95% drawing completion stages. These reviews are considered to be handled via electronic review. F. Bidding/Negotiation Assistance During the bid process, WAS Design, Inc. will assist the Client by offering the following services: 1. Bid process a. Assist the Client in conducting a competitive bidding process in accordance with the laws and rules of the state of Alabama governing public procurement. b. Prepare bid documents, including invitations to bid, instructions to bidders, bid forms, and any other required documentation, ensuring compliance with state procurement laws and regulations. c. Coordinate the bid process, including assistance with advertising, distributing bid documents, and conducting WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 52 of 325 Hope Community Park Page 12 of 18 pre-bid conferences as necessary to clarify requirements and address bidder inquiries. d. Review bid submissions for completeness and compliance with the contract documents (drawings and specifications), evaluating bid prices, qualifications, and any proposed alternatives or substitutions. 2. Contract Documents a. Make reasonable efforts to ensure that the bid documents accurately reflect the requirements and specifications outlined in the contract documents (drawings and specifications). b. Provide clarification and interpretation of the contract documents as needed to bidders during the bid process, ensuring a clear understanding of the project requirements. 3. Bid Evaluation: a. Assist the Client in evaluating bids received, considering factors such as price, responsiveness to the contract documents, bidder qualifications, and any proposed alternatives or substitutions. b. Provide recommendations to the Client regarding the selection of the lowest responsive and responsible bidder, in accordance with state procurement laws and regulations. 4. Contract Award: a. Assist the Client in preparing contract documents and executing a contract with the selected bidder, incorporating the terms and conditions of the bid and ensuring alignment with the contract documents (drawings and specifications). b. Provide support to the Client during the contract negotiation process, addressing any discrepancies or inconsistencies between the bid and the contract documents. 5. Compliance: a. Make reasonable efforts to ensure that the procurement process complies with all applicable laws, rules, and regulations of the state of Alabama, including but not limited to bid advertising requirements, bid opening procedures, and contract award criteria. G. Construction Observation (Optional) Our services during this phase of the Work, which is based on a 4 month construction duration, could include: 1. Pre-construction Phase: WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 53 of 325 Hope Community Park Page 13 of 18 a. Preconstruction Conference: Lead a pre-construction conference with the Client, contractor, and other stakeholders to discuss project logistics, schedules, and expectations. 2. Construction Phase: a. Regular Site Visits: Make regular, periodic site visits to observe construction progress, ensure compliance with contract documents, and address any issues that arise. b. Submittal and/or Shop Drawing Review: Review shop drawings and submittals from contractors to make reasonable effort to ensure that they conform to the design intent and specifications. c. Request for Information (RFI) Response: Respond to RFIs from contractors, providing clarifications and additional information as needed. d. Change Order Review: Review change orders proposed by the contractor, evaluating their impact on the project scope, schedule, and budget. Manage change proposed by Client. e. Progress Meetings: Participate in progress meetings with the Client, Contractor, and other stakeholders to discuss project status, issues, and resolutions. f. Quality Assurance: Monitor the quality of workmanship and materials to make reasonable effort to ensure that they meet the project's standards and specifications. g. Punch List Creation: Towards the end of construction, create a punch list of items that need to be completed or corrected before final acceptance. h. Substantial Completion Inspection: Conduct a final inspection of the project to determine substantial completion, which signifies that the work is sufficiently complete for the Client to occupy or utilize the project. i. Final Completion and Closeout: Assist in finalizing any remaining paperwork, including closeout documents, record drawings, and warranties, and ensures that the project is formally completed. WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 54 of 325 Hope Community Park Page 14 of 18 V. AGREEMENT QUALIFICATIONS A. Assumptions The client or design team members shall provide to WAS Design the following information or services as required for performance of the work. WAS Design assumes no responsibility for the accuracy of such information or services, and shall not be liable for errors or omissions therein. Should WAS Design be required to provide services in obtaining or coordinating compilation of this information, such services shall be billed as Additional Services. In order to begin work, we may require the following information: 1. Boundary & topographic survey w/as-built elements 2. Proposed design work from other disciplines B. Exclusions All specific deliverables for this project are identified within the Scope of Work portion of this agreement and are noted in bold letters. The following information is not a part of the agreement, unless specifically noted, and would be proposed under a separate agreement if required. Should WAS Design be required to provide services in obtaining or coordinating compilation of this information, such services shall be billed as Additional Services. 1. Civil and/or Geotechnical Engineering 2. Land Surveying 3. Structural Engineering 4. Mechanical/Electrical/Plumbing Engineering 5. Aquatics Engineering 6. Building Architecture C. Definitions/Abbreviations The following definitions are provided to give a clear understanding of terms that may be used to describe Scopes of Work within Tasks listed throughout this agreement. Term Definition Attend WAS Design will be present at meetings and hearings as described in the task item Review Analysis of documents necessary to understand the project, provide feedback to the Client or consultant team and to understand the impacts of the consultant teams work on the services provided by WAS Design Assist Provide input and/or information to the Client or consultant team to assist them with their work and products Develop Plans, documents, and products generated by WAS Design Coordinate Plans, documents, products, people, schedules and information gathered, organized and/or submitted by WAS Design Provide Plans, documents, and products made available by WAS Design Minor Revisions Revisions requiring less than 25% of the original time spent on a drawing, document, or total task item AHJ Authorities-having-jurisdiction WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 55 of 325 Hope Community Park Page 15 of 18 HNTE Hourly rates, not to exceed Fee allowance Fee amount provided as a budget placeholder, in advance of scope definition for corresponding consulting work. Final costs may be more or less than the amount identified in this proposal. VI. TERMS AND CONDITIONS A. Standard Terms 1. WAS Design will invoice work on a monthly basis based on work completed. 2. Expenses, including but not limited to printing costs, mileage and other miscellaneous project costs will be billed at cost plus 10%. Mileage will be reimbursed at the Federal Government allowable rate on trips that result in a round trip of over 30 miles. 3. Client agrees to pay all invoiced fees and costs within 30 days of receipt of invoice. 4. Payment will not be subject to AHJ approval of the project and/or the cash flow status of the project. 5. Past due invoices shall be assessed a 1.5% late charge for each month past due. In the event fees and/or costs are not paid when due, client agrees to pay all costs including time + expense of staff working toward collections and reasonable attorney’s fees. 6. Some scope items will be billed on an hourly basis. Where a task is based on an estimated fee or allowance, these tasks will be billed by hours spent and may be less or more than the fee for each task. 7. This agreement is based on the understanding that the client will proceed with the project in an expeditious manner from acceptance of contract terms. If the project is delayed more than one-hundred twenty (120) days from the start of work, it is understood and agreed that the standard hourly rates and the Total Fee may be subject to change requiring a new agreement. 8. Upon the parties signing this Agreement, WAS grants Client a nonexclusive license to use WAS’ documents as described in this Agreement, provided Client performs in accordance with the terms of this Agreement. No other license is implied or granted under this Agreement. All instruments of professional service prepared by WAS, including but not limited to, drawings and specifications, are the property of WAS. These documents shall not be reused on other projects without WAS’ written permission. WAS retains all rights, including copyrights, in its documents. Client or others cannot use WAS’ documents to complete this Project with others unless WAS is found to have materially breached this Agreement. B. Specific Terms 1. Written or verbal request to perform tasks or written acceptance of documents constitutes acceptance to the Scope of Work, Fees Schedule, Agreement Qualifications, Terms and Conditions and Additional Services provisions as identified in this proposal. 2. Approval of Services/Changes to Approved Services -WAS shall proceed with a phase, part of phase, or design package of the Scope of Services only after receiving the Client’s written or email approval of the Services and deliverables provided in the previous phase and written or WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 56 of 325 Hope Community Park Page 16 of 18 email authorization to proceed with the next phase. Revisions to drawings or other documents shall constitute Additional Services when made necessary because of Client-requested changes to previously approved drawings or other documents, or because of Client changes to previous Project budget parameters or Program requirements. Budgets and/or budget opinions set forth in this Agreement serve as a function of design fees and are considered Project budget parameters upon execution of the Agreement. 3. Any revisions, additional meetings or public hearings not identified in this proposal will be considered additional services. A meeting is defined as any scheduled or unscheduled interaction initiated by either the consultant or the client for the purpose of discussing project-related matters, including but not limited to: project planning, progress updates, strategy sessions, problem-solving sessions, presentations, reviews, and decision-making discussions. Meetings may be conducted in person, via phone, video conference, or any other mutually agreed-upon method of communication. Each meeting should have a defined start and end time, but may not if the goal of the meeting is open-ended. Billable time for meetings includes preparation time, actual meeting time, and any necessary follow-up activities directly related to the meeting. 4. Either party may terminate this agreement upon 30 days written notice to the other. Upon termination WAS Design will provide client all task items billed and paid for and client shall pay all fees and costs for tasks completed to time of termination. 5. Any responsibility for safety measures/protocols, etc. are the sole responsibility of the General Contractor, and are expressly excluded from the scope of this contract. VII. PRODUCTION AND FEES A. Coordination and Staffing WAS Design, Inc. will coordinate the work outlined in this proposal with that of other team consultants. WAS Design, Inc. will attend project meetings as needed, and prepare written comments and supplemental drawings as necessary. will be Principal-in-charge of the project, and Chad Watkins will serve as Project Manager, responsible for overall job Van Webb production and the day-to-day scheduling of the Work. Additional professional, drafting and administrative personnel will be assigned to the project as needed. WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 57 of 325 Hope Community Park Page 17 of 18 B. Fee Schedule/Compensation We propose to provide the services at the fees/rates described below: FEES, BASE SCOPES OF SERVICE Item Scopes of service for master plan area Amount & Fee type A Land Surveying $9,400.00 Fixed fee B Geotechnical Engineering $10,500.00 Allowance C Master Planning $28,200.00 Fixed fee $48,100.00 SUB-TOTAL Item Scopes of service for phase one area Amount & Fee type D Design Development $13,900.00 Fixed fee E Construction Documents $27,800.00 Fixed fee F Bid/Negotiation Assistance $3,500.00 Fixed fee CE Civil Engineering $12,250.00 Fixed fee AR Building Architecture $11,000.00 Fixed fee SE Site Structural Engineering $3,000.00 Fee Allowance EE Site Electrical Engineering $5,000.00 Fee Allowance $76,450.00 SUB-TOTAL $124,550.00 GRAND TOTAL FEES, OPTIONAL SCOPES OF SERVICE Item Optional scopes of service for construction phase consulting, phase one only Amount & Fee type G LA - Construction Observation (Option) $13,900.00 Fixed fee AR-CA AR - Architecture Contract Administration - Shop Drawing Review $1,000.00 Fee Allowance AR-CA AR - Architecture Contract Administration - Site Visits @$400/site visit and report $1,600.00 Fee Allowance for 4 site visits C. Standard Hourly Rates Principal $150.00 Landscape Architect I $120.00 Staff Designer $105.00 Administrative Staff $65.00 WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 58 of 325 Hope Community Park Page 18 of 18 VIII. ACCEPTANCE OF AGREEMENT WAS Design shall provide the services described within the Scope of Work per the Fee Schedule as identified in this proposal. The undersigned shall provide payment based on the Agreement Qualifications and the Terms and Conditions as identified in this proposal. If the conditions of this contract are acceptable, please sign and return a copy for our files. We look forward to working with you on this project. WAS Design, Inc. City of Fairhope Date Date WAS Design, Inc. Landscape Architecture Land Planning Placemaking Page 59 of 325 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor Greater than: Gen Govt - $5,001 NON Required Required N/A N/A N/A N/A Required Required Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. WAS Design (LSA) - 218 North Alston St.; Foley, AL 36535 P: 251.948.7181 Click or tap here to enter text. Click or tap here to enter text. Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? Professional LSA Services – Community Park Design 2. What is the total cost of the item or service? Estimate - $25,000 to $45,000 – Hope Community as Partners 3. How many do you need? Park Design Services Contract - 2026-PWD 002 Hope Community Park – Phase One 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): WAS Design (LSA) 6. Vendor Number: Unknown – could not find in system If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? $250,000.00 (in the aggregate - unencumbered) 3. Budget code: 103-55730 Line 10 – Hope Community Park - $25,000.00 to $45,000.00 estimated design cost Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 60 of 325 RESOLUTION N O. 5602-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA , as fo ll ows: [1] That the City Council approves the selection by Mayor Sherry Sullivan for Profe ssio nal Landscape Architect Services for RFQ PS26-004) for Foundation Park - Phase One (Project No. 2026-PWD 002) to WAS De sign ; and hereb y authorizes Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED THIS 13TH DAY OF OCTOBER 2025 ~~ ack Burr ,01.mcil Pre sident Attest: L~ City Clerk Page 61 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-215 FROM: Kim Creech, CITY TREASURER Daryl Morefield, WATER SUPERINTENDENT SUBJECT: Resolution — Authorize the Treasurer to complete a FY2026 Budget transfer for the Wastewater Department. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: Resolution - Authorize the Treasurer to complete a FY2026 Budget transfer for the Wastewater Department from 004020-50366 Maintenance-Collection System to 004020-59500 System Improvement-Collection System in the amount of $60,000.00 for insertion valves. BACKGROUND INFORMATION: Daryl Moorefieild, Water and Wastewater Superintendent, had budgeted the insertion valves in the 004020-50366 Maintenance-Collection System account, but the insertion valve is a capital improvement to the system. The insertion valves range from $7,500.00 to $18,500.00 each for parts and labor to install. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 004020- 50366 Maintenance- Collection System $60,000.00 $0.00 $60,000.00 004020- 59500 System Improvement- Collection System $0.00 $60,000.00 ($60,000.00) Project No.: 2026SEW006 Project Expense String: 2026SEW006-CONS Authorize Treasurer to transfer $60,000.00 from 004020-50366-10 to 004020-59500 for Project No. 2026SEW006 within the FY26 Budget. Page 62 of 325 GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Treasury to enter General Ledger Budget Adjustment Entry, create Project Ledger Budget for Expense String 2026SEW006- CONS. Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 63 of 325 RESOLUTION NO. ________ , as follows: [1] To authorize the Treasurer to complete a FY2026 Budget transfer for the Wastewater Department from 004020-50366 Maintenance-Collection System to 004020-59500 System Improvement-Collection System in the amount of $60,000.00 for insertion valves. DULY ADPOTED ON THIS 18TH DAY OF DECEMER, 2025 ____________________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 64 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-213 FROM: Daryl Morefield, WATER SUPERINTENDENT SUBJECT: The Superintendent of Water/Wastewater, Daryl Morefield, has requested to procure a 2025 Ford F550 4x4 Full Crew Cab Truck or Equivalent with Crane Attachment. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the award of Bid No. 26-014 Crane Truck - Water to Gulf City Body & Trailer Works, Inc. for a not-to-exceed amount of $164,637.00. BACKGROUND INFORMATION: A bid was issued on November 7, 2025, posted to the City of Fairhope's website, and published in the Gulf Coast Media newspaper. Four (4) responsive bids and one (1) non-responsive bid were received at the bid opening on December 2, 2025, at 1:00 p.m. After review of all submitted bids, it was determined that two (2) of the responsive bids did not meet the City of Fairhope’s “Equivalent” requirements. The Superintendent of Water/Wastewater recommends the award be made to Gulf City Body & Trailer Works, Inc., who provided the lowest bid cost for the required or equivalent specifications as listed in the bid documents. Their bid price for the Lump Sum Cost was as follows: Lump Sum Price: $164,637.00 Their bid response price was One Hundred Sixty-Four Thousand Six Hundred Thirty- Seven Dollars ($164,637.00). BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 004020- 50470-90 Wastewater - Vehicles & Equipment $180,000.00 $164,637.00 $15,363.00 Page 65 of 325 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 66 of 325 RESOLUTION NO. _____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope did request, receive, and open bids for One (1) 2025 Ford F550 Crew Cab Truck or Equivalent with Crane Attachment (Bid No. 26-014) for the Water Department. [2] At the appointed time and place, the following bids were opened and tabulated as follows: [3] After evaluating the bid proposals with the required bid specifications, Gulf City Body & Trailer Works, Inc. is now awarded the bid for One (1) 2025 Ford F550 Crew Cab Truck or Equivalent with Crane Attachment (Bid No. 26-014) for the Water Department for a not-to-exceed amount of $164,637.00. Adopted on this 18th day of December, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 67 of 325 Page 68 of 325 Page 69 of 325 Page 70 of 325 Page 71 of 325 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Client Proposal Prepared by: Jeff Peterson Office: 641-843-3871 Date: 10/01/2025 Pritchard Auto Company | 980 Highway 18 East, Britt, Iowa, 504238700 Office: 641-843-3871 1Page 72 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 As Configured Vehicle Code Description MSRP Base Vehicle W5H Base Vehicle Price (W5H)$63,170.00 Packages 660A Order Code 660A N/C Includes: - Engine: 7.3L 2V DEVCT NA PFI V8 Gas - Transmission: TorqShift 10-Speed Automatic Includes SelectShift, selectable drive modes: normal, tow/haul, eco, slippery roads and off-road and transmission power take-off provision. - Wheels: 19.5" x 6" Argent Painted Steel Hub covers/center ornaments not included. - HD Vinyl 40/20/40 Split Bench Seat Includes center armrest, cupholder, storage, 2-way adjustable driver/passenger headrests and driver's side manual lumbar. - Radio: AM/FM Stereo w/MP3 Player Includes 6 speakers. - SYNC 4 Communication & Entertainment System Includes enhanced voice recognition, 911 Assist, 8" center display, AppLink and 1 smart-charging USB port. - Ford Connectivity Package (1-Year Included) Includes unlimited Wi-Fi hotspot. Included for 1-year from warranty start date. Requires activation via Ford app with credit card authorization; customer may cancel at any time. Evolving technology/cellular networks/vehicle capability may limit functionality and prevent operation of connected features. Ford may temporarily slow data speeds if such data usage reaches or exceeds 50GB within a billing cycle or due to network limitations. If a customer uses more than 50% of their data usage in a roaming country during a 60-day period, Ford may remove or limit the customer's data plan. Powertrain 99N Engine: 7.3L 2V DEVCT NA PFI V8 Gas Included 44G Transmission: TorqShift 10-Speed Automatic Included Includes SelectShift, selectable drive modes: normal, tow/haul, eco, slippery roads and off-road and transmission power take-off provision. X8L Limited Slip w/4.88 Axle Ratio $395.00 68H GVWR: 19,550 lb Payload Plus Upgrade Package 2 $1,155.00 Includes upgraded frame, upgraded rear-axle and low deflection/high capacity rear springs. Increases max RGAWR to 14,706 lbs. Note: See Order Guide Supplemental Reference for further details on GVWR. Wheels & Tires TGM Tires: 225/70Rx19.5G BSW Traction $190.00 Includes 4 traction tires on the rear and 2 A/P tires on the front. 2Page 73 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 As Configured Vehicle (cont'd) Code Description MSRP 64Z Wheels: 19.5" x 6" Argent Painted Steel Included Hub covers/center ornaments not included. Seats & Seat Trim A HD Vinyl 40/20/40 Split Bench Seat Included Includes center armrest, cupholder, storage, 2-way adjustable driver/passenger headrests and driver's side manual lumbar. Other Options PAINT Monotone Paint Application STD 203WB 203" Wheelbase STD STDRD Radio: AM/FM Stereo w/MP3 Player Included Includes 6 speakers. Includes: - SYNC 4 Communication & Entertainment System Includes enhanced voice recognition, 911 Assist, 8" center display, AppLink and 1 smart-charging USB port. - Ford Connectivity Package (1-Year Included) Includes unlimited Wi-Fi hotspot. Included for 1-year from warranty start date. Requires activation via Ford app with credit card authorization; customer may cancel at any time. Evolving technology/cellular networks/vehicle capability may limit functionality and prevent operation of connected features. Ford may temporarily slow data speeds if such data usage reaches or exceeds 50GB within a billing cycle or due to network limitations. If a customer uses more than 50% of their data usage in a roaming country during a 60-day period, Ford may remove or limit the customer's data plan. 96V XL Chrome Package $425.00 Includes: - Chrome Front Bumper - Bright Grille - Privacy Glass w/Power Sliding Rear Glass - Rear Window Defroster - Remote Start - Halogen Fog Lamps 67H Heavy-Service Front Suspension Package $125.00 Includes pre-selected heavy-service front springs (see Order Guide Supplemental Reference for springs/FGAWR of specific vehicle configurations). Recommended only on vehicles which will permanently utilize aftermarket equipment such as heavy-duty winches, brush guards or other apparatus which loads the front axle to the specified Gross Axle Weight Rating (GAWR). Note 1: May result in a deterioration of ride quality. Note 2: Vehicle ride height will increase with the addition of this package. 41H Engine Block Heater $250.00 18A Vehicle Integration System 2.0 $400.00 FIN code required to program the module. 3Page 74 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 As Configured Vehicle (cont'd) Code Description MSRP Includes programmable vehicle integration system. Recommended for trucks that will utilize upfit aftermarket equipment. 86M Dual 68 AH/65 AGM Battery $210.00 67B 410 Amp Dual Alternators $215.00 Includes 250 Amp + 160 Amp. 18B Platform Running Boards $445.00 153 Front License Plate Bracket N/C Standard in states requiring 2 license plates and optional to all others. 872 Rear View Camera & Prep Kit $515.00 Pre-installed content includes cab wiring and frame wiring to the rear most cross member. Upfitters kit includes camera with mounting bracket, 20' jumper wire and camera mounting/aiming instructions. 52B Trailer Brake Controller $300.00 Fleet Options WARANT Fleet Customer Powertrain Limited Warranty N/C Requires valid FIN code. Ford is increasing the 5-year 60,000-mile limited powertrain warranty to 5-years, 100,000 miles. Only Fleet purchasers with a valid Fleet Identification Number (FIN code) will receive the extended warranty. When the sale is entered into the sales reporting system with a sales type fleet along with a valid FIN code, the warranty extension will automatically be added to the vehicle. The extension will stay with the vehicle even if it is subsequently sold to a non-fleet customer before the expiration. This extension applies to both gas and diesel powertrains. Dealers can check for the warranty extension on eligible fleet vehicles in OASIS. Please refer to the Warranty and Policy Manual section 3.13.00 Gas Engine Commercial Warranty. This change will also be reflected in the printed Warranty Guided distributed with the purchase of every new vehicle. Emissions 425 50-State Emissions System STD Exterior Color Z1_01 Oxford White N/C Interior Color AS_03 Medium Dark Slate w/HD Vinyl 40/20/40 Split Bench Seat N/C SUBTOTAL $67,795.00 4Page 75 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 As Configured Vehicle (cont'd) Code Description MSRP Destination Charge $2,595.00 TOTAL $70,390.00 5Page 76 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs Dimensions •Conventional Capacity: 18,500 lbs.•GCWR: 30,000 lbs. *Fifth-wheel towing capacity: 20,800 lbs.*Gooseneck towing capacity: 21,000 lbs. •Front brake diameter: 15.4"•Rear brake diameter: 15.8" •Vehicle body length: 289.2"•Vehicle body width: 80.0" •Vehicle body height: 82.6"•Wheelbase: 203.0" •Vehicle turning radius: 28.6'•Front track: 74.8" •Rear track: 74.0"•Cab to axle: 84.0" •Rear tire outside width: 93.9"•Axle to end of frame: 47.2" •Frame section modulus: 12.7 cu.in.•Frame yield strength (psi): 50000.0 •Frame rail width: 34.2"•Front bumper to front axle: 38.3" •Front bumper to back of cab: 158.1"•Interior rear cargo volume with seats folded: 52.1 cu.ft. •Max interior rear cargo volume: 52.1 cu.ft.•Total passenger volume: 131.7 cu.ft. •Headroom first-row: 40.8"•Headroom second-row: 40.4" •Leg room first-row: 43.9"•Leg room second-row: 43.6" •Shoulder room first-row: 66.7"•Shoulder room second-row: 65.9" •Hip room first-row: 62.5"•Hip room second-row: 64.7" Powertrain •Spark ignition system •7.3L V-8 DEVCT variable valve control, engine with 335HP •Engine cylinders: V-8 •Injection Type: sequential MPI •Horsepower: 335 HP@3750 RPM •Torque: 468 lb.-ft.@3750 RPM *Engine block heater •Radiator •Auxiliary power take-off •10-speed automatic •Part-time 4WD •Four-wheel drive •Recommended fuel: regular unleaded •Driveline managed traction control •Electronic transfer case shift *Mechanical limited slip differential •Auto locking hub control Fuel Economy and Emissions •Gasoline secondary fuel type •Federal emissions Suspension and Handling •Firm ride suspension •Heavy-duty front shock absorbers •Heavy-duty rear shock absorbers Driveability •4-wheel disc brakes •Front and rear ventilated disc brakes 6Page 77 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) •4-wheel antilock (ABS) brakes •Four channel ABS brakes •Brake assist system •Hill Start Assist •Mono-beam rigid axle front suspension •Front anti-roll bar •Front coil springs *Rigid axle rear suspension •Rear anti-roll bar •Leaf spring rear suspension •Hydraulic power-assist steering system •Re-circulating ball steering •2-wheel steering system Body Exterior •Trailer wiring harness *Running boards •4 doors •Monotone paint •Black fender flares •Black side window trim •Black door handles •Black windshield trim *Chrome front bumper •2 front tow hooks *Body-coloured front bumper rub strip *Black grille with chrome accents •Convex spotter in driver and passenger side door mirrors •Manual extendable trailer mirrors •Turn signal indicator in door mirrors •Black door mirrors •Conventional left rear passenger door •Conventional right rear passenger door •LT225/70RS19.5 AS BSW front and rear tires •19.5 x 6-inch front and dual rear argent steel wheels Convenience •Power door locks with 2 stage unlocking •Keyfob activated door locks •All-in-one remote fob and ignition key •Auto-locking doors •Cruise control with steering wheel mounted controls *Keyfob remote vehicle start •Day/Night rearview mirror •Power first-row windows *Rear window defroster *Power rear windshield •Front beverage holders •Illuminated locking glove box •8 beverage holders •Rear beverage holders •Illuminated glove box •Instrument panel covered bin •Dashboard storage •Retained accessory power •Trip computer •Upfitter switches •Over the air updates •PRND in IP Comfort •Manual climate control •Cabin air filter •Rear under seat climate control ducts •Cloth headliner material •Full headliner coverage •Full vinyl floor covering •Full floor coverage •Vinyl rear seat upholstery •Carpet rear seatback upholstery •Urethane steering wheel •Manual tilting steering wheel •Manual telescopic steering wheel 7Page 78 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Seats and Trim •Seating capacity: 6 •40-20-40 split-bench front seat •Driver seat with 4-way directional controls •Front passenger seat with 4-way directional controls •Height adjustable front seat head restraints •Manual front seat head restraint control •Split-bench front seat •Front seat center armrest •Front seat armrest storage •Manual reclining driver seat •Manual driver seat fore/aft control •Manual reclining passenger seat •Manual passenger seat fore/aft control •Fixed rear seats •Height adjustable rear seat head restraints •Split-bench rear seat •Manual driver seat lumbar •Vinyl front seat upholstery Entertainment Features •2 total number of 1st row displays •8 inch primary display •Primary touchscreen display •AM/FM stereo radio •AM/FM •In-vehicle audio •AM radio •FM radio •Seek scan •SYNC 4 external memory control •Standard grade speakers •Speakers number: 6 •Steering wheel mounted audio controls •SYNC 4 voice activated audio controls •Speed sensitive volume •Wireless audio streaming •Fixed audio antenna Lighting, Visibility and Instrumentation •Digital/analog instrumentation display •Configurable instrumentation gauges •Trip odometer •Digital clock •Compass •Exterior temperature display •Driver information center •Tachometer •Oil pressure gauge •Engine/electric motor temperature gauge •Transmission fluid temperature gauge •Engine hour meter •Gauge cluster display size (inches): 4.20 •Light tinted windows •Reflector headlights •Halogen headlights •Autolamp auto on/off headlight control •Multiple enclosed headlights •Delay-off headlights •DRL preference setting •Variable intermittent front windshield wipers •Illuminated entry •Front reading lights •Rear reading lights •Variable instrument panel light •Daytime running lights •Cab clearance lights •Remote activated perimeter approach lighting *Front fog lights •Fade interior courtesy lights Technology and Telematics 8Page 79 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) •SYNC 4 911 Assist emergency SOS system via mobile device •SYNC 4 handsfree wireless device connectivity •Smart device wireless mirroring •Ford App mobile app access •5G Modem - Ford Connectivity Package mobile hotspot internet access •2 USB ports Safety and Security •Driver front impact airbag •Seat mounted side impact driver airbag •Safety Canopy System curtain first and second-row overhead airbags •Passenger front impact airbag •Seat mounted side impact front passenger airbag •6 airbags •Front height adjustable seatbelts •SecuriLock immobilizer •Ford Security Package (1-year included with activation) security system •Remote panic alarm •Lane Departure Warning •Pre-Collision Assist with Automatic Emergency Braking (AEB) forward collision mitigation *Rear mounted camera •Manual rear child safety door locks Dimensions General Weights Curb weight 7,478 lbs.Rear curb weight 3,178 lbs. *GVWR 19,550 lbs.*Payload 11,830 lbs. Trailering Weights *Fifth-wheel towing capacity 20,800 lbs.*Gooseneck towing capacity 21,000 lbs. Conventional capacity 18,500 lbs.GCWR 30,000 lbs. Front Weights Front curb weight 4,300 lbs.*GAWR front 6,500 lbs. Axle capacity front 7,000 lbs.*Spring rating front 6,500 lbs. Tire/wheel capacity front 7,500 lbs. Rear Weights *GAWR rear 14,706 lbs.*Axle capacity rear 14,706 lbs. *Spring rating rear 14,706 lbs.Tire/wheel capacity rear 15,000 lbs. Off Road Min ground clearance 8.6" Exterior Measurements Vehicle body length 289.2"Vehicle body width 80.0" Vehicle body height 82.6"Wheelbase 203.0" Front brake diameter 15.4"Rear brake diameter 15.8" 9Page 80 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Rear frame height loaded 29.6"Rear frame height unloaded 34.7" Front track 74.8"Rear track 74.0" Vehicle turning radius 28.6'Cab to axle 84.0" Rear tire outside width 93.9"Axle to end of frame 47.2" Frame section modulus 12.7 cu.in.Frame yield strength (psi)50000.0 Frame rail width 34.2"Front bumper to front axle 38.3" Front bumper to back of cab 158.1" Interior Measurements Max interior rear cargo volume 52.1 cu.ft.Interior rear cargo volume with seats folded 52.1 cu.ft. Interior Volume Total passenger volume 131.7 cu.ft. Headroom Headroom first-row 40.8"Headroom second-row 40.4" Legroom Leg room first-row 43.9"Leg room second-row 43.6" Shoulder Room Shoulder room first-row 66.7"Shoulder room second-row 65.9" Hip Room Hip room first-row 62.5"Hip room second-row 64.7" Powertrain Engine Engine 7.3L V-8 DEVCT variable valve control, engine with 335HP Valves per cylinder 2 Engine cylinders V-8 Injection type sequential MPI Engine location Front mounted engine Ignition Spark ignition system Engine mounting direction Longitudinal mounted engine Engine block material Iron engine block Cylinder head material Aluminum cylinder head Engine Specs Displacement 7.3L cc 445 cu.in. Bore 4.21"Stroke 3.98" Compression ratio 10.5 SAEJ1349 AUG2004 compliant Engine Power Horsepower 335 HP@3750 RPM Torque 468 lb.-ft.@3750 RPM Alternator *Alternator amps 250A *Alternator type Dual alternator 10Page 81 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) *Alternator rating 160A Battery Battery amps 68Ah *Battery type Dual lead acid battery Battery rating 750CCA Battery run down protection Battery run down protection Engine Extras *Block heater Engine block heater Radiator Radiator Auxiliary power take-off Auxiliary power take-off Transmission Transmission 10-speed automatic Transmission electronic control Transmission electronic control Overdrive transmission Overdrive transmission Lock-up transmission Lock-up transmission First gear ratio 4.615 Second gear ratio 2.919 Third gear ratio 2.132 Fourth gear ratio 1.773 Fifth gear ratio 1.519 Sixth gear ratio 1.277 Reverse gear ratio 4.695 Seventh gear ratio 1 Eighth gear ratio 0.851 Ninth gear ratio 0.687 Tenth gear ratio 0.632 Stall ratio 1.97 Selectable mode transmission Selectable mode transmission Sequential shift control SelectShift Sequential shift control Transmission oil cooler Transmission oil cooler PTO transmission provision PTO transmission provision Drive Type 4WD type Part-time 4WD Drive type Four-wheel drive Drivetrain Axle ratio 4.88 Exhaust Tailpipe Stainless steel single exhaust Fuel Fuel type regular unleaded Fuel Tank Fuel tank capacity 40.00 gal. Drive Feature *Limited slip differential Mechanical limited slip differential Traction control Driveline managed traction control Locking hub control Auto locking hub control Transfer case Electronic transfer case shift 11Page 82 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Fuel Economy and Emissions Fuel Economy Secondary fuel type Gasoline secondary fuel type Emissions Emissions Federal emissions Suspension and Handling Suspension Suspension Firm ride suspension Front shock absorbers Heavy-duty front shock absorbers Rear shock absorbers Heavy-duty rear shock absorbers Driveability Brakes Brake type 4-wheel disc brakes Ventilated brakes Front and rear ventilated disc brakes ABS brakes Four channel ABS brakes ABS brakes 4-wheel antilock (ABS) brakes Brake Assistance Hill start assist Hill Start Assist Brake assist system Brake assist system Front Suspension Front anti-roll Front anti-roll bar Suspension ride type front Mono-beam rigid axle front suspension Front Spring *HD front springs Heavy-duty front springs Springs front Front coil springs Rear Spring Springs rear Rear leaf springs Rear springs Heavy-duty rear springs Rear Suspension Rear anti-roll Rear anti-roll bar Suspension type rear Leaf spring rear suspension *Suspension ride type rear Rigid axle rear suspension Steering Steering Hydraulic power-assist steering system Steering type Re-circulating ball steering Steering type number of wheels 2-wheel steering system 12Page 83 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Exterior Front Wheels Front wheels diameter 19.5"Front wheels width 6" Rear Wheels Rear wheels diameter 19.5"Rear wheels width 6" Front And Rear Wheels Appearance argent Material steel Front Tires Aspect 70 Diameter 19.5" Sidewalls BSW Speed S Tread AS Type LT Width 225mm Front wheel - RPM 647 Rear Tires Aspect 70 Diameter 19.5" Sidewalls BSW Speed S *Tread AT Type LT Width 225mm *Rear wheel - RPM 645 Body Exterior Trailering Towing wiring harness Trailer wiring harness *Towing brake controller Trailer brake controller Towing trailer sway Trailer sway control Exterior Features Number of doors 4 doors *Running boards Running boards Front splash guards Front splash guards *License plate front bracket Front license plate bracket Body Body panels Aluminum body panels with side impact beams Mirrors Convex spotter Convex spotter in driver and passenger side door mirrors Turn signal in door mirrors Turn signal indicator in door mirrors Tires Front tires LT load rating G Rear tires LT load rating G Wheels 13Page 84 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Dual rear wheels Dual rear wheels Convenience Door Locks Door locks Power door locks with 2 stage unlocking Keyfob door locks Keyfob activated door locks All-in-one key All-in-one remote fob and ignition key Auto door locks Auto-locking doors Cruise Control Cruise control Cruise control with steering wheel mounted controls Key Fob Controls *Fob remote vehicle controls Keyfob remote vehicle start Rear View Mirror Day/Night rearview mirror Day/Night rearview mirror Exterior Mirrors Door mirrors Power door mirrors Folding door mirrors Manual folding door mirrors Heated door mirrors Heated driver and passenger side door mirrors Front Side Windows First-row windows Power first-row windows Overhead Console Overhead console Full overhead console Overhead console storage Overhead console storage Passenger Visor Visor passenger mirror Passenger visor mirror Power Outlets 12V power outlets 2 12V power outlets Rear Windshield *Rear window defroster Rear window defroster *Rear windshield Power rear windshield Storage Number of beverage holders 8 beverage holders Beverage holders Front beverage holders Beverage holders rear Rear beverage holders Glove box Illuminated locking glove box Illuminated glove box Illuminated glove box Instrument panel storage Instrument panel covered bin Dashboard storage Dashboard storage Windows Feature 14Page 85 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) One-touch up window Driver and passenger one- touch up windows One-touch down window Driver and passenger one- touch down windows Windows Rear Side Second-row windows Power second-row windows Miscellaneous Trip computer Trip computer PRND in IP PRND in IP Upfitter switches Upfitter switches Accessory power Retained accessory power Over the air updates Over the air updates Comfort Climate Control Climate control Manual climate control Cabin air filter Cabin air filter Rear under seat ductsRear under seat climate control ducts Headliner Headliner material Cloth headliner material Headliner coverage Full headliner coverage Floor Trim Floor covering Full vinyl floor covering Floor coverage Full floor coverage Second-Row Seat Trim Rear seat upholstery Vinyl rear seat upholstery Rear seatback upholstery Carpet rear seatback upholstery Steering Wheel Steering wheel material Urethane steering wheel Steering wheel telescopic Manual telescopic steering wheel Steering wheel tilt Manual tilting steering wheel Seats and Trim Seat Capacity Seating capacity 6 Front Seats Front seat type Split-bench front seat Driver seat direction Driver seat with 4-way directional controls Driver seat fore/aft control Manual driver seat fore/aft control Passenger seat direction Front passenger seat with 4- way directional controls Split front seats 40-20-40 split-bench front seat Reclining passenger seat Manual reclining passenger seat Passenger seat fore/aft control Manual passenger seat fore/aft control Front head restraints Height adjustable front seat head restraints 15Page 86 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Front head restraint control Manual front seat head restraint control Armrests front center Front seat center armrest Armrests front storage Front seat armrest storage Reclining driver seat Manual reclining driver seat Rear Seats Bench seats Split-bench rear seat Rear seats fixed or removable Fixed rear seats Folding second-row seats 60-40 folding rear seats Rear seat direction Front facing rear seat Rear seat folding position Fold-up rear seat cushion Rear head restraints Height adjustable rear seat head restraints Rear head restraint control Manual rear seat head restraint control Number of rear head restraints 3 rear seat head restraints Lumbar Seats Driver lumbar Manual driver seat lumbar Front Seat Trim Front seat upholstery Vinyl front seat upholstery Front seatback upholstery Vinyl front seatback upholstery Interior Accents Interior accents Chrome interior accents Gearshifter Material Gearshifter material Urethane gear shifter material Entertainment Features Displays Primary touchscreen display Primary touchscreen display Number of first-row displays 2 total number of 1st row displays Primary display size 8 inch primary display Radio Features External memory SYNC 4 external memory control Seek scan Seek scan Speakers Speakers Standard grade speakers Speakers number 6 Audio Features Steering mounted audio control Steering wheel mounted audio controls Speed sensitive volume Speed sensitive volume Voice activated audio SYNC 4 voice activated audio controls Wireless streaming Wireless audio streaming Lighting, Visibility and Instrumentation Instrumentation 16Page 87 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Trip odometer Trip odometer Instrumentation display Digital/analog instrumentation display Configurable instrumentation gauges Configurable instrumentation gauges Instrumentation Displays Temperature display Exterior temperature display Driver information center Driver information center Clock Digital clock Compass Compass Instrumentation Gauges Tachometer Tachometer Oil pressure gauge Oil pressure gauge Transmission temperature gauge Transmission fluid temperature gauge Engine/electric motor temperature gauge Engine/electric motor temperature gauge Gauge cluster display size (inches)4.20 Engine hour meter Engine hour meter Instrumentation Warnings Engine temperature warning Engine temperature warning Oil pressure warning Oil pressure warning Low fuel warning Low fuel warning Low brake fluid warning Low brake fluid warning Battery charge warning Battery charge warning Headlights on reminder Headlights on reminder Key in vehicle warning Key in vehicle warning Door ajar warning Door ajar warning Service interval warning Service interval indicator Low tire pressure warning Tire specific low air pressure warning Glass Tinted windows Light tinted windows Headlights Headlights Halogen headlights Headlight type Reflector headlights Auto headlightsAutolamp auto on/off headlight control Multiple headlights Multiple enclosed headlights Delay off headlights Delay-off headlights DRL preference setting DRL preference setting Front Windshield Wipers Variable intermittent front windshield wipers Interior Lighting Illuminated entry Illuminated entry Variable panel light Variable instrument panel light Front reading lights Front reading lights Rear reading lights Rear reading lights Lights Running lights Daytime running lights Interior courtesy lights Fade interior courtesy lights *Fog lights Front fog lights Clearance lights Cab clearance lights Perimeter approach lighting Remote activated perimeter approach lighting Technology and Telematics 17Page 88 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Selected Equip & Specs (cont'd) Connectivity Handsfree SYNC 4 handsfree wireless device connectivity Smart device integration Smart device wireless mirroring Emergency SOS SYNC 4 911 Assist emergency SOS system via mobile device Internet Access Internet access 5G Modem - Ford Connectivity Package mobile hotspot internet access USB Ports USB ports 2 USB ports Safety and Security Airbags Front impact airbag driver Driver front impact airbag Number of airbags 6 airbags Front impact airbag passenger Passenger front impact airbag Front side impact airbag driver Seat mounted side impact driver airbag Front side impact airbag passenger Seat mounted side impact front passenger airbag Overhead airbags Safety Canopy System curtain first and second-row overhead airbags Seatbelts Height adjustable seatbelts Front height adjustable seatbelts Security System Immobilizer SecuriLock immobilizer Remote panic alarm Remote panic alarm Security system Ford Security Package (1-year included with activation) security system Active Driving Assistance Lane departure Lane Departure Warning Forward collision warning Pre-Collision Assist with Automatic Emergency Braking (AEB) forward collision mitigation Cameras *Rear camera Rear mounted camera Occupant Safety Child door locks Manual rear child safety door locks 18Page 89 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Vehicle Dimension and Performance Summary Performance predictions in this report represent an estimate of vehicle performance based on standard operating conditions. Variations in customer equipment, load configuration, ambient conditions, and/or operator driving techniques can cause significant variations in vehicle performance. These values are not representative of results that may be shown in actual dynamometer tests. This report should therefore be used as a guide for comparative vehicle performance. Dimensions A Front of Bumper to Front Axle 38.30 in. B Front Bumper to Back of Cab (BBC)158.10 in. C Wheelbase (WB)203.00 in. D Overall Length (OAL)289.20 in. E Back of Cab to Rear Axle (CA)84.00 in. F Back of Cab to End of Frame 131.20 in. G Rear Axle to End of Frame (AF)47.20 in. H Frame Section Height N/A I Rear Frame Height Unloaded 34.70 in. I Rear Frame Height Loaded 29.60 in. J Cab Height 82.60 in. K Body Width 80.00 in. L Maximum Ground Clearance N/A L Minimum Ground Clearance 8.60 in. M Front Tread 74.80 in. M Rear Tread 74.00 in. 19Page 90 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Vehicle Dimension and Performance Summary (cont'd) Weight GVW Front Axle Rear Axle Totals Chassis 4,300 lbs 3,178 lbs 7,478 lbs Body 0 lbs 0 lbs 0 lbs Occupants Weight 600 lbs 300 lbs 900 lbs 1 Max Payload - (Max Payload)1,600 lbs 11,228 lbs 12,828 lbs TOTAL 6,500 lbs 14,706 lbs 21,206 lbs Ratings Front Axle Rear Axle GVWR GAWR 6,500 lbs 14,706 lbs 19,550 lbs Wheels/Tires 7,500 lbs 15,000 lbs Suspension 6,500 lbs 14,706 lbs Axle 7,000 lbs 14,706 lbs Legal Axle Limit 0 lbs 0 lbs 20Page 91 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Vehicle Dimension and Performance Summary (cont'd) Start, Grade and Speed Start Ratio Desired Calculated Start grade capability in 1st gear 4.62 15.00 %32.01 % Start grade capability in reverse 4.70 15.00 %32.57 % Grade Ratio Desired Calculated Maximum grade in 8th gear 0.85 3.00 %5.99 % Maximum grade in 9th gear 0.69 3.00 %4.84 % Maximum grade in 10th gear 0.63 3.00 %4.45 % Speed Desired Calculated Top Speed (level grade) To meet your requirement you need a maximum axle ratio of 8.83 75 mph 113 mph Top Speed on 3% grade To meet your requirement you need a maximum of 123 hp 55 mph Cruise Speed 60 mph 78 mph Engine RPM at desired cruise speed 1,989 rpm Variables in Use Start Rear axle ratio:4.88 Tire size:225/70R19.5 (645 rev/mile) Gross Vehicle Weight (GVW):19,550 lbs Clutch engagement torque:234 ft.lbs. Torque conversion ratio:1.97 Grade Rear axle ratio:4.88 Tire size:225/70R19.5 (645 rev/mile) Gross Vehicle Weight (GVW):19,550 lbs Peak engine torque:468 ft.lbs. Speed Engine Power:335 hp @ 3,750 rpm Peak Torque RPM:3,750 rpm Frontal Area: 40.89 ft² Cruising RPM 2,600 rpm Worst road surface Typical Highway Final Drive Ratio:0.63 Drag Coefficient 0.80 21Page 92 of 325 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer’s computer system. See salesperson for the most current information. Prepared by: Jeff Peterson 10/01/2025 Pritchard Auto Company | 980 Highway 18 East Britt Iowa | 504238700 2026 F-550 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W5H) Price Level: 630 Vehicle Dimension and Performance Summary (cont'd) Turning Radius Turning Radius 28.60 ft 22Page 93 of 325 Page 94 of 325 Page 95 of 325 PRF - Crane Truck - Sewer Final Audit Report 2025-10-16 Created:2025-10-14 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAPLtMsPRG1TxVb8heWIgNNwaT2ZxNxPgJ "PRF - Crane Truck - Sewer" History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-10-14 - 4:01:21 PM GMT Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature 2025-10-14 - 4:01:46 PM GMT Email viewed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) 2025-10-15 - 8:45:03 PM GMT Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) Signature Date: 2025-10-15 - 8:46:16 PM GMT - Time Source: server Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature 2025-10-15 - 8:46:19 PM GMT Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov) Signature Date: 2025-10-15 - 9:36:14 PM GMT - Time Source: server Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-10-15 - 9:36:16 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-10-16 - 12:54:18 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-10-16 - 12:55:04 PM GMT - Time Source: server Agreement completed. 2025-10-16 - 12:55:04 PM GMT Page 96 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-210 FROM: Daryl Morefield, WATER SUPERINTENDENT SUBJECT: The Superintendent of Water/Wastewater, Daryl Morefield, is requesting to approve the award of the Request for Quotes for Labor and Materials for the well maintenance and new pump at Well #9. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the award of the Request for Quotes for labor and materials for the well maintenance and new pump at Well #9 to Donald Smith Company, Inc. for a project cost of $53,550.00. BACKGROUND INFORMATION: The Superintendent of Water/Wastewater, Daryl Morefield, is requesting approval for the award of the Request for Quotes for the well maintenance and new pump at Well #9. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out, but done as a Request for Quotes. A Request for Quotes was sent to three (3) qualified contractors. The lowest quote was from Donald Smith Company, Inc. The Superintendent of Water/Wastewater requests approval to award to Donald Smith Company, Inc. for the project cost of Fifty-Three Thousand Five Hundred Fifty Dollars ($53,550.00). PO#20260982 Issued 11/12/2025 in the amount of $21,840.00 to pull a failed pump and install a temporary rental pump. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 004010- 50365-10 Water - Maintenance Plants/Wells $53,550.00 $53,550.00 $0.00 Project No.: 2026WAT014 Project Expense String: 2026WAT014-CONS Page 97 of 325 This project is not specifically budgeted but can be funded by the Water - Maintenance Plants/Wells available budget of $94,135.26. GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: Treasury to enter Budget Adjustment Entry if necessary, create Project Expense String Budget for 2026WAT014-CONS. Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 98 of 325 RESOLUTION NO. _____ , as follows: [1] That the City of Fairhope approves the award of the Request for Quotes for Labor and Materials for the Well Maintenance and New Pump at Well #9 to Donald Smith Company, Inc. for a project cost of $53,550.00. This Public Works project will be less than $100,000.00, and therefore does not need to be formally bid out. DULY ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 99 of 325 Page 100 of 325 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor Greater than: Gen Govt - $5,001 NON Required Required N/A N/A N/A N/A Required Required Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. Donald Smith Company, Inc. Griner Drilling Service Inc. Layne, A Granite Company Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? Well #9 – Maintenance and New Pump 2. What is the total cost of the item or service? $53,550.00 3. How many do you need? 1 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): Donald Smith Company, Inc. 6. Vendor Number: 9990 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☐ Yes ☒ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? Click or tap here to enter text. 3. Budget code: Click or tap here to enter text. Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 101 of 325 Page 102 of 325 City of Fairhope 555 S Section Street Fairhope, AL 36532 joe.webber@fairhopeal.gov Prepared For:Joe Webber Prepared By:Joffry Camp Thank you for the opportunity to be your water resource solution. Mobilize crane and crew to Well 9, set up using safe work practices. Pull existing pump assembly and video well. Brush entire casing and screen, remove debris. Video well post-rehab. Install rental submersible and prepare new pump for installation. Inspect all parts and watch video. Pull submersible. Reinstall with new pump and existing column pipe. Test for proper operation. 12/3/2025 Description: Layne Christensen Company is a global water management, mineral exploration and drilling company. We provide responsible infrastructure solutions for natural resources in water, minerals and energy, while offering innovative, sustainable products and services with an enduring commitment to safety, operational excellence, and client satisfaction. In June 2018, Layne became a wholly-owned subsidiary of Granite Construction, Inc. Quotation & Contract We are pleased to submit the following quotation: Well 9 replace pump & rehab 251-278-8900 3720 N. Palafox St Pensacola, FL 32505 (850) 432-5101 GraniteConstruction.com Page 103 of 325 Company:City of Fairhope Date: Contact:Joe Webber Address:555 S Section Street City, State, Zip:Fairhope, AL 36532 Phone:251-278-8900 Email:joe.webber@fairhopeal.gov Project:Well 9 replace pump & rehab Unit Quantity Price Total LS 1 14,000.00$ 14,000.00$ EA 2 2,400.00$ 4,800.00$ LS 1 14,750.00$ 14,750.00$ LS 1 36,500.00$ 36,500.00$ -$ -$ -$ EA 1 8,800.00$ 8,800.00$ -$ -$ LS 1 10,000.00$ 10,000.00$ LS 1 10,000.00$ 10,000.00$ WK 1 1,000.00$ 1,000.00$ -$ -$ Total Project Estimate 99,850.00$ Taxable Amount -$ Clarifications Sales Tax -$ 1. Please provide a copy of your tax exempt certificate, if applicable.Total Price 99,850.00$ 2. Please provide the physical site address where the work is to be performed. 3. This quote is valid for 30 days from above date. 4. Based upon Layne Christensen Company's attached Terms & Conditions. 5. Layne Christensen Company's payment terms are "Net 30". 6. Signing this project estimate authorizes Layne Christensen Company to proceed with your project 7. Price does not consider prevailing wage, if required the daily labor rate will be revised accordingly. 8. This quote is based on estimated quantities and are subject to change. Layne Christensen Company 12/03/25 Joffry Camp Date DateAuthorizing Signature City of Fairhope Materials 12EHL - 3STG Bowl Assembly 1000GPM @ 134TDH Submersible Pump Rental Layne Crew to Install Submersible Pump Layne Crew to Remove Submersible Pump Submersible Pump Rental - Per Week (First 4 Weeks Included with Install) Layne Crew to Brush and Airlift Well Casing Prevailing Wage:No Tax Type:Use Tax Rate:0.000% Description Layne Crew to Pull and Inspect Exisiting Pump Assembly Downhole Video (Pre and Post Brushing) Layne Crew to Install Permanent Pump Assembly and Flow Test Quotation & Contract December 3, 2025 Estimated By:Dakota Hull Project Location:Fairhope, Alabama 3720 N. Palafox St. Pensacola, FL 32505 (850) 432-5101 GraniteConstruction.com Page 104 of 325 Page 3 of 3 Page 105 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-207 FROM: Daryl Morefield, WATER SUPERINTENDENT SUBJECT: The Superintendent of Water and Wastewater Department has requested the third extension for two (2) additional months of the annual contract for Bid No. 040-22 On Call Contractor Services (Water and Sewer) for the same terms and conditions as the original contract. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve Extension No. 3 for (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for two (2) month extension of the annual contract from January 4, 2026 to February 28, 2026 per the same terms and conditions of the original contract. The cost for the two (2) month extension not-to-exceed $50,000.00. This is a two (2) month extension to allow for the bid process of contract rebid. BACKGROUND INFORMATION: Council awarded Bid No. 040-22 for On Call Contractor Services (Water and Sewer) on 10/24/2022. The original contract was executed January 4, 2023 and awarded to W.R. Mitchell Contractor, Inc. Extension No. 1 extended the contract until January 3, 2025. Extension No. 2 extended the contract until January 3, 2026. The request for Extension No. 3 will extend the contract until February 28, 2026. The Vendor has agreed to Extension No. 3, with all terms and conditions of the bid award. This is a two (2) month extension to allow for the bid process of contract rebid. Previous Council Action: Resolution No. 4599-22, Adopted by Council on October 24, 2022 to approve the award of (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for an annual cost not-to-exceed $700,000.00. Resolution No. 4974-24, Adopted by Council on January 8, 2024 to approve Extension No. 1 for (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for a one (1) year extension per the same terms and conditions of the original contract. Resolution No. 5292-24, Adopted by Council on December 9, 2024 to approve Page 106 of 325 Extension No. 2 for (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for a one (1) year extension per the same terms and conditions of the original contract. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 004010- 50366-30 Water - Maintenance Distribution Sys $200,000.00 TBD TBD 004020- 50366-30 Wastewater - Maint. Collection System $200,000.00 TBD TBD On-Call contract is for use on an as needed basis, not to exceed $400,000.00 for Water and Wastewater combined. Budgeted to maintenance, expenses are reviewed for reclassification to capital system improvements where applicable. GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 107 of 325 RESOLUTION NO. _____ , That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 3 (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for two (2) month extension of the annual contract from January 4, 2026 to February 28, 2026 per the same terms and conditions of the original contract. The cost for the two (2) month extension not- to-exceed $50,000.00. This is a two (2) month extension to allow for the bid process of contract rebid. DULY ADOPTED THIS 8TH DAY OF DECEMBER, 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 108 of 325 CITY OF FAIRHOPE and W.R. Mitchell Contractor, Inc. CONTRACT EXTENSION DOCUMENTS Bid 040-22 On-Call Contractor Services (Water and Sewer Department) Sherry Sullivan, Mayor Fairhope City Council Jimmy Conyers, Council President Set ______ Page 109 of 325 City of Fairhope Bid No. 040-22 On Call Contractor Services (Water and Sewer Department) Contract Extension No. 3 This EXTENSION NO. 2 of CONTRACT ("Extension") is made this _____ day of _______________________ ,20____, for the purpose of extending the agreement known as Bid No. 040-22 On Call Contractor Services (Water and Sewer Department), dated January 4, 2023, (“Original Contract") between the City of Fairhope and W.R. Mitchell Contractor, Inc. (the "Parties"). 1. Extension 2 of this agreement, which is attached hereto as a part of this Extension, is described below: Bid No. 040-22 On Call Contractor Services (Water and Sewer Department) and will end on January 3, 2026 at midnight. 2. The Parties agree Contract Extension No. 3 agreement for an additional period, which will begin immediately upon the expiration of the original time period January 4, 2026 and will end on February 28, 2026. 3. This Extension binds and benefits both Parties and any successors or assigns. This document, including the attached Original Contract, is the entire agreement between the Parties. All other terms and conditions of the Original Contract, including pricing, remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this Contract Extension as of the day and year first above written. THE CITY OF FAIRHOPE, ALABAMA ATTEST: ______________________________ BY: Sherry Sullivan, Mayor BY: Lisa A. Hanks, MMC, City Clerk NOTARY FOR THE CITY STATE OF ALABAMA} COUNTY OF BALDWIN} I, the undersigned authority in and for said State and County, hereby certify that Sherry Sullivan as Mayor of the City of Fairhope whose name is signed to the foregoing document and who is known to me, acknowledged before me on this day, being informed of the contents of the document she executed the same voluntarily on the date of the same bears date. Given under my hand and Notary Seal on this _____day of__________________ , 20____. Notary Public______________________________ My Commission Expires:______________ Page 110 of 325 If Corporation, Partnership, or Joint Venture _____________________________________________________________________________________ Name of Corporation, Partnership, or Joint Venture By: _____________________________________ _______________________________________ Signature of Officer Authorized to Sign Bids Position or Title and Contracts for the Firm _____________________________________________________________________________________ Email Address _____________________________________________________________________________________ Business Mailing Address _____________________________________________________________________________________ City, State, Zip Code _____________________________________ _______________________________________ General Contractor’s License Number Foreign Corporation Entity ID (Required of out-of-state vendors) NOTARY STATE OF ______________________________} COUNTY OF ____________________________} I, the undersigned authority in and for said State and County, hereby certify that _____________________________________ , as ___________________________________________ Type or Print Name of Bid Signer Type or Print Bid Signer Title Respectively, of ______________________________________________________________________ Type or Print Company Name Whose name is signed to the foregoing document and who is known to me, acknowledged before me on this day, that, being of the contents of the document they executed the same voluntarily on the day the same bears date. Given under my hand and Notary Seal on this ________ day of _____________, 20____. Notary Public ___________________________ My Commission Expires ___________________ Page 111 of 325 RESOLUTION NO. 4599-22 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA , as follows : [l] That the City of Fairhope did request , receive , and open bids to procure services for (Bid No. 040-22) On-Call Contractor Services (Water and Sewer Department) at 555 South Section Street in the City of Fairhope offices, Fairhope, Alabama. [2] At the appointed time and place , bids were received and tabulated a s follows: Please see attached Bid Tabulation for On-Call Contractor Services (Water and Sewer Department) [3] At the appointed time and place; after evaluating the bids with the required specifications , W.R. Mitchell Contractor , Inc. is now awarded (Bid No. 040-22) On Call Contractor Services (Water and Sewer Department) with a total bid proposal not to-exceed $700 ,000 .00 per year. [ 4] The initial contract term would be for one (1) year, with extensions for two (2) additional one (1) year terms. ADOPTE D ON THIS 24TH DAY OF OCTOBER , 2022 es Reid Conyers, r. Council President Attest: Page 112 of 325 RESOLUTION NO. 4974-24 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIR HOPE, ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 1 (Bid No. 040-22) On Call Contractor Services (Water and Sewer) to W.R. Mitchell Contractor, Inc. for one (1) year extension of the annual contract from January 4, 2024 to January 3, 2025 per the same terms and conditions of the original contract. DULY ADOPTED THIS 8TH Corey Martin, Council President Attest: �/-/41/4.LL �anks, MrJ!c City Clerk Page 113 of 325 Page 114 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-205 FROM: Richard Johnson, CITY ENGINEER SUBJECT: The City Engineer, Richard Johnson, is requesting the hiring of a professional engineering firm to perform Construction Engineering and Inspection Services for the Pecan Ave. Watershed Drainage Improvements - Phase 1 project. Authorize Treasurer to transfer $49,500.00 from Phase II to Phase I of project within Capital Projects fund 103-55853. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve negotiated not-to-exceed amount of $49,500.00 for RFQ PS26-011 Professional Construction Engineering and Inspection Services for the Pecan Avenue Watershed Drainage Improvements - Phase 1 Project and allow the Mayor to execute a contract with JADE Consulting, LLC. Authorize Treasurer to transfer $49,500.00 from Phase II to Phase I of project within Capital Projects fund 103-55853. BACKGROUND INFORMATION: The Pecan Avenue Watershed Drainage Improvements - Phase 1 Project will include 416 linear feet of 66" RCP, associated drainage structures, pavement removal/replacement, and the installation of 840 VSF of timber bulkhead in coordination with the separate beach-front restoration project. The CE&I Engineer will perform construction engineering and inspection, material sampling and testing, and contract administration services for this project. Services will include: • Attending and participating in a pre-construction conference. • Complete and maintain a full and accurate daily record of all activities and events relating to the project. • Provide project survey control. • Review shop drawing submittals and approvals. • Perform sampling and testing of component materials and completed work items to the extent that will assure materials and workmanship incorporated in each project are in reasonable conformity with plans, specifications, and contract provisions, including all necessary geotechnical testing. • Maintain project records of all sampling and testing accomplished. Page 115 of 325 • Review the Contractor's monthly comprehensive tabulation of the quantity of each pay item satisfactorily completed to prepare the Monthly Progress Estimate. • Provide interpretations of plans, specifications, and contract provisions. • Prepare and submit to the City Engineer a final documentation and one (1) set of record as-built plans. Mayor Sullivan has selected JADE Engineering for this project. Previous Council Actions: Resolution XXXX-25 December 8, 2025 Approve the selection of JADE Consulting by the Mayor for RFQ PS26-011 Professional Construction Engineering and Inspection Services for the Pecan Ave. Watershed Drainage Improvements - Phase 1 project, and authorize the Mayor to negotiate the not-to-exceed cost to be approved by City Council. Resolution 5633-25 November 10, 2025, Award Bid No. 26-002-2024-PWI-018A Pecan Avenue Watershed Drainage Improvements - Phase I to Chris Brewer Contracting, Inc. not-to-exceed $545,810.00. Authorized Treasurer to transfer $74,252.00 from Phase II of project to Phase I within Capital Projects 103-55853. Resolution 5509-25, July 28, 2025, Authorized to execute contract change order No. 1 for (RFQ PS23-024) Professional Engineering Services for Pecan Avenue Watershed Management with a not-to-exceed cost of $8,000.00 and to award contract amendment No. 1 to Jade Consulting, LLC. The new contract total will be $60,000.00. Resolution 5377-25, February 20, 2025, Authorized to execute a contract with Jade Consulting, LLC for Professional Engineering Service for the Pecan Avenue Watershed Management Plan Phase I (RFQ PS25-021) with a not-to-exceed amount of $35,650.00. Resolution 4794-23 July 24, 2023, Authorized to execute a contract (RFQ PS23-024) with Jade Consulting, LLC to perform Professional Engineering Services for Pecan Avenue Watershed Management Plan with a negotiated not-to-exceed fee of $52,000.00. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 103-55853- 10 Drainage Imprv - Pecan Ave $49,500.00 $49,500.00 ($0.00) Project No. 2024-PWI 018 Project Expense String: 2024PWI018-ENG Revised FY26 Budget for Pecan Drainage Improvement Project: Page 116 of 325 103-55853-10 = $471,558.00 (Phase 1) - Project No. 2024-PWI 018 (Adjusted Budget Balance = $545,810.00) 103-55853-20 = $500,000.00 (Phase 2) - Project No. 2026-PWD 001 (Adjusted Budget Balance = $425,748.00) Authorize Treasurer to transfer $49,500.00 from Phase II to Phase I of project within Capital Projects fund 103-55853. GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 117 of 325 RESOLUTION NO. _____ , That Mayor Sherry Sullivan is hereby authorized to execute a Contract with JADE Consulting, LLC. for Professional Construction Engineering and Inspection Services for the Pecan Avenue Watershed Drainage Improvements - Phase 1 Project (RFQ PS26-011) with a not-to-exceed amount of $49,500.00; and authorizes Treasurer to transfer $49,500.00 from Phase II to Phase I of project within Capital Projects fund 103-55853. DULY ADOPTED THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 118 of 325 PUR-004 - 082522 Note: See related RFQ PS23-024 – EOR has received Council approval/selection this is an amendment for CE&I Services. CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor Greater than: Gen Govt - $5,001 NON Required Required N/A N/A N/A N/A Required Required Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. JADE Consulting – Professional Engineering (Design) Proposal Click or tap here to enter text. Click or tap here to enter text. Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? Professional Engineering Services – Project CE&I + GeoTech 2. What is the total cost of the item or service? $ 49,500.00 3. How many do you need? One – Pecan Street Watershed Study & Drainage Improvement Phase 1 – CE&I 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): JADE Consulting 6. Vendor Number: 28465 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? $500K in the aggregate – Phase II to be transferred to Phase I 3. Budget code: 103-55853 Line 20 Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 119 of 325 POST OFFICE BOX 1929 ● FAIRHOPE, ALABAMA 36533 TELEPHONE (251) 928-3443 WWW.JADENGINEERS.COM JINRIGHT & ASSOCIATES DEVELOPMENT ENGINEERS November 13, 2025 Mr. Richard D. Johnson, P.E. City Public Works Director City of Fairhope P.O. Drawer 429 Fairhope, AL 36533 VIA EMAIL: richard.johnson@fairhopeal.gov RE: Professional Engineering Services for: CE&I Efforts PECAN AVENUE WATERSHED DRAINAGE IMPROVEMENTS – PHASE 1 PROJECT NO. 2024-PWI 018 Fairhope, Alabama Dear Mr. Johnson: Per your request, we greatly appreciate the opportunity to present the following scope of work and fee estimate for the proposed drainage improvements to be constructed in the community of Fairhope, Alabama. The respective professional services are to be provided by the JADE Consulting Team. Please provide us with any questions or comments you may have about the proposed Scope of Work. We are truly excited to have this opportunity and look forward to working with the City of Fairhope through the successful completion of another project. Best Regards, JADE CONSULTING, LLC Perry C. Jinright, III, P.E. Manager \lk Enclosure Professional Service Agreement Man-Day Spreadsheet 25.052 Page 120 of 325 1 CLIENT INITIALS: ________ PROFESSIONAL SERVICES AGREEMENT A. GENERAL DESCRIPTION OF PROJECT LOCATION: Professional Engineering Services for: CE&I Efforts PECAN AVENUE WATERSHED DRAINAGE IMPROVEMENTS – PHASE 1 PROJECT NO. 2024-PWI 018 Fairhope, Alabama B. GENERAL This agreement, including attachments, are hereinafter noted, made, and entered into and between JADE Consulting, LLC and the Client identified herein, provides for the Professional services described under Section C of this Agreement. Client: City of Fairhope – Public Works Contact: Mr. Richard D. Johnson, P.E. Address: P.O. Box 429 City/State/Zip Code: Fairhope, AL 36533 Phone No.: (251) 929-0360 Email: richard.johnson@fairhopeal.gov C. JADE CONSULTING PROFESSIONAL SERVICES to be provided are identified below: JADE Consulting, LLC is pleased to provide you with this proposal for the engineering services required to develop the site for the subject property. Please note the proposal is based on the general layout of structures and site development. I. CONSTRUCTION ENGINEERING AND INSPECTION (CE&I SERVICES) We will perform construction engineering and inspection, material sampling and testing, and contract administration services for the City of Fairhope. We will provide services, personnel, and equipment as necessary to complete said task. We will utilize effective control procedures to ensure the construction of the said project is performed in reasonable conformity with plans, specifications, and contract provisions for the assigned project. We will provide services on a full-time basis so that we can monitor and document the Contractor's construction operations. Services include, but are not limited to, the following: 1. Attending and participating in a pre-construction conference for the project. 2. Complete and maintain a full and accurate daily record of all activities and events relating to the project. The project will have part-time inspection personnel onsite. 3. Provide project survey control. 4. Review shop drawing submittals and approvals. 5. Perform sampling and testing of component materials and completed work items to the extent that will assure materials and workmanship incorporated in each project are in reasonable conformity with plans, specifications, and contract provisions. Includes all necessary geotechnical testing. 6. Maintain project records of all sampling and testing accomplished. Page 121 of 325 2 CLIENT INITIALS: ________ 7. Review the Contractor's monthly comprehensive tabulation of the quantity of each pay item satisfactorily completed to prepare the Monthly Progress Estimate. 8. Provide interpretations of plans, specifications, and contract provisions. 9. Prepare and submit to the City Engineer a final documentation and one (1) set of record as-built plans. 10. Proposal based upon an anticipated 150 calendar days construction schedule. This schedule is based upon: • Maximum 100 - working day construction schedule. II. PROFESSIONAL SERVICES FEE SCHEDULE Construction Engineering and Inspection Fee (CE&I Services) $49,500.00 (Construction Cost Estimate $545,810.00) Please see the enclosed man-day spreadsheet. D. THE COMPENSATION TO BE PAID TO JADE CONSULTING, LLC for providing the requested services is identified in Sections “C” & “E” herein. E. ADDITIONAL SERVICES (Hourly Basis) Services requested, but not specifically included in the scope of services, will be considered additional services. Modification to drawings, after approval by the Client, as a result of changes requested by the Client or their other Consultants will be considered additional services and billed at an hourly rate as follows: Principle Engineer $300.00 Senior Project Manager/ P.E. $240.00 Professional Engineer $200.00 Engineer I $150.00 Graduate Engineer $110.00 CADD Designer $ 90.00 Engineering Technician $ 85.00 Clerical $ 75.00 Sub-Consultant Cost Plus 15% F. TERMS & CONDITIONS 1. Reimbursable costs include fees of Professional Subcontractors (whose expertise is required to complete the project) and out-of-pocket expenses, the cost of which shall be charged at actual cost and shall be itemized and included in the invoice. 2. JADE Consulting, LLC services under this agreement do not include participation, whatsoever, in any litigation. 3. The Client hereby acknowledges that JADE Consulting, LLC cannot warrant that estimates of probable construction or operating costs provided by JADE Consulting, LLC will not vary from actual costs incurred by the Client. 4. If under this Agreement, professional services are provided during the construction phase of the project, JADE Consulting, LLC shall not be responsible for or have control over procedures, techniques, means, methods, or sequences, or for the safety precautions and Page 122 of 325 3 CLIENT INITIALS: ________ programs in connection with the Work. Nor shall JADE Consulting, LLC be responsible for the Contractor’s failure to carry out the Work in accordance with the Contract Documents or forth the Contractor’s failure to comply with applicable laws, ordinances, rules, and/or regulations. Under no circumstances will JADE Consulting, LLC have any direct contractual relationship with the contractor, any subcontractors or materials suppliers. 5. The laws of the State of Alabama shall govern this agreement unless specifically stated otherwise. 6. The Client, at its expense, will provide JADE Consulting, LLC with all required site information, existing plans, reports, studies, project schedules, and similar information that are contained in its files. JADE Consulting, LLC may rely on the information provided by the Client without verification. The Client will designate a representative who shall have the authority to act on behalf of the Client for this project. The Client shall participate with JADE Consulting, LLC by providing all information and criteria in a timely manner, reviewing documents, and making decisions on project alternatives to the extent necessary to allow JADE Consulting, LLC to perform the scope of work within established schedules. 7. The Client will hold harmless and indemnify JADE Consulting, LLC for any design changes, construction changes, and/or damages resulting from the use of a topographic survey or other information prepared by others and provided by the Client. 8. JADE Consulting, LLC may subcontract consultants in the performance of any services described in this agreement. JADE Consulting, LLC does not act as a General Contractor in any way or accept responsibility for poor craftsmanship. 9. The above-described compensation for JADE Consulting, LLC does not include the following Costs: a. Photostats/Photocopying/Plotting b. Binding c. Printing/Reprographics d. Photography/Film/Film Processing e. Mylar’s and Reproducible f. Federal Express, Courier, and/or Delivery Fees g. Mailing/Postage h. Microfilming/Scanning/Digitizing i. Blue Printing, Printing or Binding of Bid Sets j. Mileage @ current Federal rate k. Permits and/or Registration Fees l. Travel Expenses outside of Baldwin County, Alabama, such as airfare and lodging m. Other products and services requested by the Client and not specifically described herein 10. Either Client or JADE Consulting, LLC may terminate this contract with seven (7) days written notice. Upon termination, the Owner will be responsible for payment of all Consultant fees and reimbursable expenses through the date of termination. 11. Should the project be stopped or the work prevented or delayed for any reason, including, but not limited to, by reason of force majeure or the act or order of any governmental authority, Page 123 of 325 4 CLIENT INITIALS: ________ for more than sixty (60) days, JADE Consulting, LLC reserves the right to renegotiate the Fee Schedule. 12. Invoice Schedule: Billing will be based on a percentage of service completed at the end of each month. 13. Terms: Net Thirty (30) days from invoice date. Compensation for all services shall be paid in Fairhope, Baldwin County, Alabama. 14. The forum for any action to construe or enforce this agreement shall be the Baldwin County Circuit Court. 15. This document sets forth all of the terms and conditions agreed by the parties hereto and supersedes all prior oral or written agreements, representations, or warranties not otherwise expressly set forth herein. This agreement may only be amended or modified by a written document executed by all parties. This agreement is accepted on the later date written below: JADE CONSULTING, LLC CITY OF FAIRHOPE SIGNED: SIGNED: TYPED NAME: Perry C. Jinright, III, P.E. TYPED NAME: Richard D. Johnson, P.E. TITLE: Member TITLE: DATE: November 13, 2025 DATE: Page 124 of 325 Project No. County Description Pecan Street Drainage Phase 1 Scope of Work CE&I Construction Budget $ 545,810.00 Consultant JADE Fee Proposal PERSONNEL COST 150 Inspection Calander days- (Construction -100 working day) schedule CIVIL ENGINEERING INSPECTION (CEI)Hourly Rate Man-days x Daily Rate Principle Engineer -75.00$ 5.00 600.00$ 3,000.00$ Project Manager - 55.00$ 5.00 440.00$ 2,200.00$ Project Engineer - 40.00$ 10.00 320.00$ 3,200.00$ Level I Inspector-25.00$ 25.00 200.00$ 5,000.00$ Clerical - 22.00$ 10.00 176.00$ 1,760.00$ Total Direct Labor 15,160.00$ Combined Overhead (%)177.00 26,833.20$ Sub-Total 41,993.20$ Profit (10%)4,199.32$ Sub-Total 46,192.52$ Subconsultant Fee Geotech budget 1,500.00$ Survey -budget 1,500.00$ Administration of Subconsultant Cost (10% of Subconsultant Fee)300.00$ Sub-Total 3,300.00$ TOTAL FEE 49,492.52$ 2024-PWI 018 City of Fairhope Page 125 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-204 FROM: Richard Johnson, CITY ENGINEER SUBJECT: The City Engineer, Richard Johnson, is requesting the hiring for Professional Engineering Services for the Cowpen Creek Tributary Drainage Project. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the selection of Sawgrass Consulting, LLC. by the Mayor for RFQ PS26- 012 Professional Engineering Services for the Cowpen Creek Tributary Drainage Project, and authorize the Mayor to negotiate the not-to-exceed cost to be approved by City Council. BACKGROUND INFORMATION: The City Engineer, Richard Johnson, is requesting the procurement of Professional Engineering and Surveying Services to perform design services for the Cowpen Creek Tributary Drainage Project. The proposed scope of work shall include: • Topographic Survey of the existing drainage and surrounding areas. • Design plan, specifications and material quantities for the drainage improvements. • Coordination of the project advertisement, bid package and plans, tabulation of the received bids, and recommendation of contractor for award. This also includes coordination of the contract signatures, project submittal reviews, and Pre-Construction meeting between City, Contractor, and Engineer. Mayor Sullivan has selected Sawgrass Consulting, LLC. for this project. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 103-55853- 30 Capital Drainage Improvements TBD TBD TBD Page 126 of 325 Project No. 2026PWD004 Project Expense String: 2026PWD004ENG GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: Need Project No. entered in Project Ledger and and associated Project Ledger Budget created once fees are established. Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 127 of 325 RESOLUTION NO. _____ , as follows: [1] That the City Council approves the selection by Mayor Sherry Sullivan for Professional Engineering Services for (RFQ PS26-012) for the Cowpen Creek Tributary Drainage Project to Sawgrass Consulting, LLC.; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 128 of 325 Sherry Sullivan Mayor Council Members: Andrea Booth Jack Burrell, ACMO Jimmy Conyers Joshua Gammon Jay Robinson Lisa A. Hanks, MMC City Clerk Kimberly Creech Treasurer 61 North Section St. PO Box 429 Fairhope, AL 36533 251-928-2136 (p) MEMO To: Lisa Hanks, City Clerk Kim Creech, Treasurer From: ______________________________ Erin Wolfe, Purchasing Manager Date: December 1, 2025 Re: RFQ PS26-012 Professional Surveying and Engineering Design Services for the Cowpen Creek Tributary Drainage Project The City Engineer, Richard Johnson, is requesting the hiring of a professional engineering firm to perform design services for the Cowpen Creek Tributary Drainage Project. Per our Procedure for Procuring Professional Services, Richard Johnson and I are providing firms for the Mayor to select from for the work. The proposed scope of work shall include: • Topographic Survey of the existing drainage and surrounding areas. • Design plan, specifications and material quantities for the drainage improvements. • Coordination of the project advertisement, bid package and plans, tabulation of the received bids, and recommendation of contractor for award. This also includes coordination of the contract signatures, project submittal reviews, and Pre-Construction meeting between City, Contractor, and Engineer. Please move this procurement of professional services forward to the Mayor for the selection of a professional service provider. The short list is: _____________ ___________ Sawgrass Consulting, LLC. _____________ ___________ None. Submit another list Cc: file, Richard Johnson, Mayor Sherry Sullivan Dec 1, 2025 Page 129 of 325 Memo to choose - Prof Engineer - Cowpen Creek Trib Drainage Final Audit Report 2025-12-01 Created:2025-12-01 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAkkqug4HFVt0VKbFgzRlIliX_5_I661qx "Memo to choose - Prof Engineer - Cowpen Creek Trib Drainage " History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-12-01 - 8:55:53 PM GMT Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-12-01 - 8:56:18 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-12-01 - 9:36:09 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-12-01 - 9:36:48 PM GMT - Time Source: server Agreement completed. 2025-12-01 - 9:36:48 PM GMT Page 130 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-217 FROM: Kim Creech, CITY TREASURER George Ladd , PUBLIC WORKS DIRECTOR Hannah Noonan, Human Resources Director SUBJECT: Resolution - Authorize the Treasurer to complete a FY2026 Budget transfer for the Streets Department for Temporary Labor in the amount of $30,000.00 from 001350-50040 Salaries to 001350-50245 Temporary Labor to be allocated as follows: Genesis Industrial Staffing for $15,000.00 and Long's Human Resources for $15,000.00. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: Resolution - Authorize the Treasurer to complete a FY2026 Budget transfer for the Streets Department for Temporary Labor in the amount of $30,000.00 from 001350-50040 Salaries to 001350-50245 Temporary Labor to be allocated as follows: Genesis Industrial Staffing for $15,000.00 and Long's Human Resources for $15,000.00. BACKGROUND INFORMATION: George Ladd, Public Works Director, needs additional funds transferred from Streets Department Salaries to Streets Department Temporary Labor to utilize contracts in place with Genesis Industrial Staffing, Inc., and Long's Human Resource Services to supplement the existing workforce for additional vacant positions. Previous Council Action: Resolution No. 5641-25, adopted by City Council on November 10, 2025, amended Resolution No. 5620-25 to adjust the not-to-exceed amounts for Long's Human Resource Services to supply temporary employees to supplement the existing workforce for the following departments: Adult Recreation/Special Events: $2,500.00, Streets Department: $3,537.47, and Landscape Department: $48,694.80; and add Sanitation Department: $15,000.00; Total of $69,732.27. Resolution No. 5640-25, adopted by City Council on November 10, 2025, approved the one-year extension of the contract with Genesis Industrial Staffing, Inc. to supply temporary employees to supplement the existing workforce for the following departments: Adult Recreation/Special Events: $2,500.00, Streets Department: $15,000.00, Horticulture Department: $51,000.00, and Sanitation: $15,000.00; Total Page 131 of 325 cost of $83,500.00. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001350- 50040 Streets - Salaries $30.000.00 $0.00 $30,000.00 001350- 50245 Streets - Temporary Labor $0.00 $30,000.00 ($30,000.00) This transfer increases the Streets Temporary Labor FY2026 Budget from $20,000.00 to $50,000.00 with the additional $30,000.00 to be allocated as follows: Genesis Industrial Staffing for $15,000.00 and Long's Human Resources for $15,000.00. GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 132 of 325 RESOLUTION NO. ________ , as follows: [1] To authorize the Treasurer to complete a FY2026 Budget transfer for the Streets Department for Temporary Labor in the amount of $30,000.00 from 001350-50040 Salaries to 001350-50245 Temporary Labor to be allocated as follows: Genesis Industrial Staffing for $15,000.00 and Long's Human Resources for $15,000.00. DULY ADPOTED ON THIS 18TH DAY OF DECEMER, 2025 ____________________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 133 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-216 FROM: George Ladd , PUBLIC WORKS DIRECTOR SUBJECT: The Director of Public Works, George Ladd, and the Assistant Director of Public Works, John Thomas, are requesting approval to purchase 3,053 Toter 96 Gallon Recycle Cans. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the purchase of 3,053 Toter 96 Gallon Recycle Cans from Toter, LLC. for a not-to-exceed cost of $155,972.75 on Sourcewell Contract #120324-TOT. This purchase is reimbursable by an ADEM grant. BACKGROUND INFORMATION: The Director of Public Works, George Ladd, and the Assistant Director of Public Works, John Thomas, are requesting approval to purchase 3,053 Toter 96 Gallon Recycle Cans. The Recycle Cans are on Sourcewell Contract #120324-TOT with Toter, LLC. and therefore done not have to be let out to bid. The cost is Forty-Eight Dollars and Seventy-Five Cents ($48.75) per can. Shipping is Seven Thousand One Hundred Thirty-Nine Dollars ($7,139.00). The total cost is One Hundred Fifty-Five Thousand Nine Hundred Seventy-Two Dollars and Seventy-Five Cents ($155,972.75). This purchase is reimbursable by an ADEM grant. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 005030- 51470 Sanitation - Purchases Recycle Bins/Carts $155,972.75 $155,972.75 $0.00 Total FY26 Budget for purchase of recycle cans is $156,000.00 with offsetting State Grant Revenue budgeted at $156,000.00 for FY26. Page 134 of 325 GRANT: ADEM Grant LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 135 of 325 RESOLUTION NO. ____ , as follows: [1] That the City of Fairhope approves the procurement of Toter 96 Gallon Recycle Cans (Quantity 3,053) that are on Sourcewell Cooperative (Contract #120324-TOT) with Toter, LLC; and therefore, does not have to be let out for bid. The total amount not-to-exceed $155,972.75. This purchase is reimbursable by ADEM Grant. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 136 of 325 WQ-10366822 PHONE: 800-424-0422 FAX: 833-930-1124 841 Meacham Rd, Statesville, NC, 28677 Our Quote serves as an offer to provide Products and/or services at the quantities and prices shown and is a good faith estimate, based on our understanding of your needs. By signing below, you indicate your acceptance of our offer which is expressly subject to the Wastequip Terms & Conditions of Sale (“Wastequip’s Terms””) located at: , as of the date set forth in Section 1(b) of the WQ T&C, which are madehttps://www.wastequip.com/terms-conditions-sale a part of this Quote. Wastequip’s Terms may be updated from time to time and are available by hard copy upon request. Any changes or deviations to the terms of this Quote, including any different terms in an Order submitted by you, must be agreed upon in writing by both parties. Additional Terms $155,972.75Grand Total $0.00Tax $7,139.00Shipping $148,833.75Subtotal FOB OriginShipping Terms Net 30 DaysPayment Terms WQ-10366822 Please Reference Quote Number on all Purchase Orders Quote Number 12/9/2025Expiration Date btaylor@wastequip.comSalesperson Email Brittany TaylorSalesperson Quick Ship 555 S Section St Fairhope, AL 36532-1609 USA Ship To City of FairhopeShip To Name (251) 990-0192Mobile (251) 928-8003Phone murray.cameron@fairhopeal.govEmail 555 S Section St Fairhope, AL 36532-1609 USA Bill To City of FairhopeBill To Name Murray CameronContact Name Sell To: Quote Information Product Product Description Description Selected Option Quantity Sales Price Total Price **Plastics - 79296 Model 79296 - Toter 96 Gallon EVR II Universal/Nestable Cart BHS: S2124 Insert: B0208 ---Body Color - (705) Blue ---Lid Color - (200) Black ---Body Hot Stamp on Both Sides (Existing) in (Not provided) ---Lid Hot Stamp Insert - Read from Street (Existing) in (Not provided) ---Wheels - 10in Sunburst ---Customer Serial Number Hot Stamped on Front of Cart Body in White ---2/3 Assembled with Lid (down), Stop Bar and Axle Factory Installed ---Warranty – 12 Yrs Cart Body, All other components 10 Yrs 3,053.00 $48.75 $148,833.75 Additional Information Page 137 of 325 WQ-10366822 PHONE: 800-424-0422 FAX: 833-930-1124 841 Meacham Rd, Statesville, NC, 28677 Please Reference Quote Number on all Purchase Orders Accepted By: ______________________________________________________ Company Name: ______________________________________________________ Date: ______________________________________________________ Purchase Order: ______________________________________________________ Sourcewell – Pricing and Products/Services offerings are based on the Sourcewell Co-Operative Contract with Toter, LLC (#120324-TOT, eff. 4/4/2025), and such Contract terms and conditions are incorporated herein by reference. Pricing and Products/Services changes may occur at any time with proper documentation, and subject to Sourcewell approval; therefore, offerings may change without written prior notice. Wastequip Product Limited Warranties, Disclaimers, Limitation of Liability and Remedies, and Limited Warranty Provisions apply to all purchases thereunder. Special Contract Information Signatures Page 138 of 325 555 S Section Street / Fairhope, Alabama 36532 251.928.8003 (p) / www.FairhopeAL.gov PUR-004 100621 CITY OF FAIRHOPE PURCHASING DEPARTMENT REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A $5,001 and greater Operational -Budgeted Three Council Required Required $5,001 – 7,500 Operational Budgeted Three Treasurer N/A N/A $7,501 - $15,000 Operational Budgeted Three Finance/Treasurer/ Mayor N/A N/A Check any applicable boxes: ☐ State Contract ☐ ALDOT ☒ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? 3053 Recycle Cans 2. What is the total cost of the item or service? $155,972.75 – To be reimbursed - ADEM grant award. 3. How many do you need? 1 order of 3053 recycle cans 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): Toter – Sourcewell Awarded Contract – 120324-TOT 6. Vendor Number: 22242 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? This was a grant from ADEM. 3. Budget code: 005030-51475 Email completed form with quotes and other supporting documentation to Cory.Pierce@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 139 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-230 FROM: Wes Boyett, GAS SUPERINTENDENT SUBJECT: The Gas Superintendent, Wes Boyett, has requested to procure a qualified contractor to provide all materials, equipment, labor and incidentals for 4” Gas Main Extension Along Hwy. 181 South of Silverwood Drive to Dominion Drive. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the award of Bid No. 26-015-2026-GAS-001 4” Gas Main Extension Along Hwy. 181 South of Silverwood Drive to Dominion Drive to GMC Underground for a not- to-exceed amount of $392,815.48. BACKGROUND INFORMATION: A service bid was issued on November 7, 2025, posted to the City of Fairhope's website, and published in Gulf Coast Media. Four (4) responsive bids were received at the bid opening on December 11, 2025, at 10:00 a.m. The Gas Superintendent recommends the award be made to GMC Underground. Their low bid price for the Lump Sum Cost was as follows: Lump Sum Price (Base Bid): $392,815.48 Their low bid response price for the Lump Sum Bid was Three Hundred Ninety-Two Thousand Eight Hundred Fifteen Dollars and Forty-Eight Cents ($392,815.48). BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 002-59500-60 System Improvement $402,623.00 $392,815.48 $9,807.52 Project # 2026GAS001 GRANT: N/A Page 140 of 325 LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 141 of 325 RESOLUTION NO. ________ , as follows: [1] That the City of Fairhope did request, receive, and open bids for (Bid No. 26-015- 2026-GAS-001) 4” Gas Main Extension Along Hwy. 181 South of Silverwood Drive to Dominion Drive. [2] At the appointed time and place, the following bids were opened and tabulated as follows: Benton-Georgia, LLC $841,851.00 Equix Energy Services, LLC $462,306.00 GMC Underground $392,815.48 Rast Construction, Inc. $575,318.00 [3] After evaluating the bid proposals with the required bid specifications, GMC Underground is now awarded (Bid No. 26-015-2026-GAS-001) Gas Main Extension Along Hwy. 181 South of Silverwood Drive to Dominion Drive with a bid proposal not-to-exceed $392,815.48. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 142 of 325 Page 143 of 325 Page 144 of 325 Page 145 of 325 Page 146 of 325 Page 147 of 325 Page 148 of 325 Page 149 of 325 Page 150 of 325 Page 151 of 325 Page 152 of 325 555 S Section Street / Fairhope, Alabama 36532 251.928.8003 (p) / www.FairhopeAL.gov COF-PUR-003 091321 Tristan Kennedy CITY OF FAIRHOPE PURCHASING DEPARTMENT PROJECT REQUEST FORM Notes: Suzanne Doughty (Oct 21, 2025 09:20:30 CDT) Suzanne Doughty Page 153 of 325 Purchase Request Form 181 4inch PE Main Extension Final Audit Report 2025-10-21 Created:2025-10-16 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAmQWRa5KbK2dvItXJHY_2qpoGra9RjhuZ "Purchase Request Form 181 4inch PE Main Extension" History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-10-16 - 6:35:56 PM GMT Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature 2025-10-16 - 6:36:24 PM GMT Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) Signature Date: 2025-10-21 - 2:20:30 PM GMT - Time Source: server Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature 2025-10-21 - 2:20:32 PM GMT Email viewed by Kimberly Creech (kimberly.creech@fairhopeal.gov) 2025-10-21 - 4:03:06 PM GMT Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov) Signature Date: 2025-10-21 - 4:04:25 PM GMT - Time Source: server Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-10-21 - 4:04:28 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-10-21 - 8:41:12 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-10-21 - 8:41:44 PM GMT - Time Source: server Agreement completed. 2025-10-21 - 8:41:44 PM GMT Page 154 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-209 FROM: Wes Boyett, GAS SUPERINTENDENT Noel Berry, Utilities Engineer SUBJECT: The Superintendent of Gas Department, Wes Boyett, has requested to procure a qualified contractor to provide all materials, personnel, tools, equipment, pipe, welders, tap/stops, CWI, pipe size & wall thickness, verification methods, soil/hole stabilization, erosion control (temporary and permanent), trench boxes, connections, taps, sod/hay, restoration, etc. that is necessary to extend a high-pressure gas main via directional drilling on the south side of County Road 32. The project will be for approximately 6,000 feet of 2” Steel – Double (.280 Wall) Dual Coating. Authorize Treasurer to transfer from Project 181 and Dominion Farms Bankfeed in the amount of $97,377.00. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the award of Bid No. 26-013-2025-PGI-005 2" High Pressure Gas Main Extension CR 32 and Greeno Road to Equix Energy Services, LLC. with a bid proposal not-to-exceed $347,377.00. Authorize the Treasurer to transfer from Project 181 and Dominion Farms Bank Feed in the amount of $97,377.00. BACKGROUND INFORMATION: A service bid was issued on October 31, 2025, posted to the City of Fairhope's website, and published in Gulf Coast Media. Four (4) responsive bids were received at the bid opening on December 2, 2025 at 2:00 p.m. The City Engineer recommends the award be made to Equix Energy Services, LLC. Their low bid price for the Lump Sum Cost was Three Hundred Forty-Seven Thousand Three Hundred Seventy-Seven Dollars ($347,377.00). BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 002-59500-Gas - System $250,000.00 $347,377.00 ($97,377.00) Page 155 of 325 70 Improvement 002-59500- 60 Gas - System Improvement $97,377.00 $0.00 $97,377.00 002-59500-60 181 and Dominion Farms Back Feed project FY2026 Budget $500,000.00 Authorize the Treasurer to transfer from Project 181 and Dominion Farms Bankfeed in the amount of $97,377.00. Project No.: 2025PGI005 Project Expense String: 2025PGI005-CONS GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: Reduce another Project Budget Line item to cover the expense. Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 156 of 325 RESOLUTION NO. ________ , as follows: [1] That the City of Fairhope did request, receive, and open bids for (Bid No. 26-013- 2025-PGI-005) - 2" High Pressure Gas Main Extension County Road 32 and Greeno Road. [2] At the appointed time and place, the following bids were opened and tabulated as follows: Equix Energy Services, LLC $347,377.00 GMC Underground $809,292.00 Harris Contracting Services $924,000.00 Rast Construction, Inc. $396,316.00 [3] After evaluating the bid proposals with the required bid specifications, Equix Energy Services, LLC is now awarded (Bid No. 26-013-2025-PGI-005) - 2" High Pressure Gas Main Extension County Road 32 and Greeno Road with a bid proposal not-to-exceed $347,377.00. [4] Authorize the Treasurer to transfer from the 181 and Dominion Farms Bank Feed project in the amount of $97,377.00. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _______________________________ Lisa A. Hanks, MMC City Clerk Page 157 of 325 Page 158 of 325 Page 159 of 325 Page 160 of 325 Page 161 of 325 Page 162 of 325 Page 163 of 325 Page 164 of 325 Page 165 of 325 Page 166 of 325 Page 167 of 325 555 S Section Street / Fairhope, Alabama 36532 251.928.8003 (p) / www.FairhopeAL.gov COF-PUR-003 091321 Tristan Kennedy CITY OF FAIRHOPE PURCHASING DEPARTMENT PROJECT REQUEST FORM Notes: Page 168 of 325 CR-32 & Greeno Rd Project Request Form Final Audit Report 2025-10-10 Created:2025-10-07 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAw5OzG8a8KZUsyXkI4XAGj42g3ML8ctw_ "CR-32 & Greeno Rd Project Request Form" History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-10-07 - 6:19:59 PM GMT Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature 2025-10-07 - 6:20:24 PM GMT Email viewed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) 2025-10-07 - 6:33:02 PM GMT Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) Signature Date: 2025-10-07 - 7:22:25 PM GMT - Time Source: server Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature 2025-10-07 - 7:22:26 PM GMT Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov) Signature Date: 2025-10-08 - 11:18:23 PM GMT - Time Source: server Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-10-08 - 11:18:26 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-10-10 - 1:47:31 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-10-10 - 1:47:57 PM GMT - Time Source: server Agreement completed. 2025-10-10 - 1:47:57 PM GMT Page 169 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-226 FROM: Wes Boyett, GAS SUPERINTENDENT SUBJECT: Resolution — That the City Council hereby approves the Reimbursable Agreement for Relocation of Utility Facilities on Private and Public Right-of-Way between the Baldwin County Commission and the City of Fairhope on proposed project of certain highway improvements designated as Project No. STPSU-0219(252) consisting of widening, resurfacing, and intersection improvements on CR-64 from SR-181 to Montelucia Way. Authorize Mayor Sherry Sullivan to sign the agreement. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: Previous Actions April 10,2023, Resolution No. 4721-23 Authorized Mayor Sullivan to execute a contract with Volkert, Inc. to perform Professional Engineering Services for Utilities Relocation for Baldwin County's County Road 64 widening project (RFQ PS23-13) with a not-to- exceed amount of $100,000.00. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: Page 170 of 325 FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 171 of 325 RESOLUTION NO. _________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City Council hereby approves the Reimbursable Agreement for Relocation of Utility Facilities on Private and Public Right-of-Way between the Baldwin County Commission and the City of Fairhope on proposed project of certain highway improvements designated as Project No. STPSU-0219(252) consisting of widening, resurfacing, and intersection improvements on CR-64 from SR-181 to Montelucia Way. [2] Authorize Mayor Sherry Sullivan to sign the agreement. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 ______________________________ James Reid Conyers, Jr. Council President Attest: ______________________________ Lisa A. Hanks, MMC City Clerk Page 172 of 325 Page 173 of 325 415,937.50 415,937.50 100%0% Fairhope Utilities P.O. Box 429 Fairhope, AL 36533 Page 174 of 325 Page 175 of 325 Page 176 of 325 Page 177 of 325 Page 178 of 325 City of Fairhope Gas Relocation Cost Estimate Unit Quantity Unit Cost Total Cost Mobilization LS 1 15,000.00$ 15,000.00$ Erosion Control LS 1 7,500.00$ 7,500.00$ Traffic Control LS 1 7,500.00$ 7,500.00$ 2" PE Gas Main Installation (HDD)LF 8,500 27.50$ 233,750.00$ Service Relocations EA 9 3,500.00$ 31,500.00$ Tie-Ins of Existing Gas Mains EA 5 3,500.00$ 17,500.00$ Abandonment of Existing Gas Main LS 1 10,000.00$ 10,000.00$ Miscellaneous Items LS 1 10,000.00$ 10,000.00$ 332,750.00$ 33,275.00$ 49,912.50$ 415,937.50$ Total Estimated Cost: County Road 64 Widening Project - STPSU-0219(252) Estimated Construction Cost: Estimated Engineering Cost: Estimated CE&I Cost: Page 179 of 325 RESOLUTION NO. 4721-23 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute a contract with Volkert , Inc . to perform Professional Engineering Service s for Utilities Relocation for Baldwin County 's County Road 64 Widening Project (RFQ PS 23-13) with a not-to-exceed amount of$100 ,000.00. D U LY ADOPTED THIS 10TH DAY OF APRIL , 2023 Attest: ~~L ~ ~,M c City Clerk Page 180 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-218 FROM: George Ladd , PUBLIC WORKS DIRECTOR SUBJECT: The Director of Public Works, George Ladd, and the Assistant Director of Public Works, John Thomas, are requesting the procurement of a Standard Scorpion II TL-3 Towable Attenuator that is on Sourcewell Cooperative (Contract #042225-TFX). Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Landscaping to 001360-50470 Purchases Vehicles & Equipment. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve this request for the procurement of a Standard Scorpion II TL-3 Towable Attenuator from Croc Enterprises, LLC d/b/a Croc Crash Solutions. The total cost is $39,775.00. Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Landscaping to 001360-50470 Purchases Vehicles & Equipment. BACKGROUND INFORMATION: The Director of Public Works and the Assistant Director of Public Works are requesting the procurement of a Standard Scorpion II TL-3 Towable Attenuator. A Request for Quotes was issued to three (3) qualified distributors. The lowest cost was from Croc Enterprises, LLC d/b/a Croc Crash Solutions and includes: • Standard Scorpion II TL-3 Towable Attenenuator, Assembled $29,450.00 • TDl Manual Arrowboard Upright Frame for Towable Attenuator (Arrowboard Mounting Hardware Included) $3,495.00 • 49" x 96" 15 Lamp LED TA Arrow Board, Weatherproof Controller, Photocell, 3 Back Lights (Board Only) $3,000.00) • Assembly $1,680.00 • Outbound Freight $2,150.00 This will be purchased through the purchasing cooperative Sourcewell contract (Contract #042225-TFX) with Croc Enterprises, LLC d/b/a Croc Crash Solutions and therefore does not have to be let out for bid. Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Page 181 of 325 Landscaping to 001360-50470 Purchases Vehicles & Equipment. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001360- 50470-20 Landscape - Vehicles & Equipment $25,000.00 $39,775.00 ($14,775.00) Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Landscaping to 001360-50470 Purchases Vehicles & Equipment. GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 182 of 325 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City of Fairhope approves the procurement of Standard Scorpion II TL- 3 Towable Attenuator that is on Sourcewell Cooperative (Contract #042225-TFX) with Croc Enterprises, LLC d/b/a Croc Crash Solutions and therefore does not have to be let out for bid. The total amount not-to-exceed $39,775.00. [2] Authorize the Treasurer to transfer $14,775.00 from 001360-51410 Street Materials & Landscaping to 001360-50470 Purchases Vehicles & Equipment. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 James Reid Conyers, Jr. Council President Attest: Lisa A. Hanks, MMC City Clerk Page 183 of 325 E S T I M AT E Croc Crash So luti ons - Croc Enterpri ses LLC 3489 SE Gran Park Way Stuart, FL 349978804 mike@wearecro c.com +1 (352) 263-0646 www.wearecroc.com B ill to J ohn Thomas Cit y of Fair Hope 555 S Section St Fair Hope, AL 36532 USA Shi p to J ohn Thomas Cit y of Fair Hope 555 S Sect ion St Fair Hope, AL 36532 USA Shipping info Ship via: Bestway Est imat e det ails Est imat e no.: 10096 Est imat e dat e: 10/30/2025 Product or service Description Qty Rate Amount Standard Scorpion II TL-3 Towable Attenuator, Assembled Standard Scorpion II TL-3 Towable Attenuator Assembled 1 $29,450.00 $29,450.00 TDI Manual Arrowboard Upright Frame for Towable Attenuator, (Arrowboard M ounting Ha rdwa re Included) TDI M anua l Arrowboard Upright Fra me for Tow able Attenuator, (Arrowboard Mounting Hardware Included) 1 $3,495.00 $3,495.00 48 "x 96" 15 La mp LED TA Arrow Board, Wea therproof Controller, Photocell, 3 Ba ck Lights (Board Only) 48 " x 96" 15 La mp LED Arrow Board, Silver Weatherproof Controller, Photocell, 3 Back Lights (Oversized items may require a f orklift or loading dock) 1 $3,000.00 $3,000.00 Assembly Assembly 1 $1,68 0.00 $1,680.00 outbound Freight 1 $2,150.00 $2,150.00 **Sourcew ell contract 04 2225-TFX** Note to customer Please note w e have a manual upright like the one in the pic f or the same cost. We appreciate y our business. Feel free to conta ct us if you have a ny questions. Total $39,7 75.00 Accepted date Accepted by token =7 fc f75bea 5f14e39817a 16 24212d38 9 6bcbbc6 4f5c a64ba 4a 9901129c d 1f3a00753 b 980f4d714 1358f185b15e 8a 8ce59 Page 184 of 325 555 S Section Street / Fairhope, Alabama 36532 251.928.8003 (p) / www.FairhopeAL.gov PUR-004 100621 CITY OF FAIRHOPE PURCHASING DEPARTMENT REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A $5,001 and greater Operational -Budgeted Three Council Required Required $5,001 – 7,500 Operational Budgeted Three Treasurer N/A N/A $7,501 - $15,000 Operational Budgeted Three Finance/Treasurer/ Mayor N/A N/A Check any applicable boxes: ☐ State Contract ☐ ALDOT ☒ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? Scorpion towable crash attenuator 2. What is the total cost of the item or service? $39,775.00 3. How many do you need?1 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): Croc Enterprises LLC 6. Vendor Number: In the application process If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? $25,000 was budgeted, and $14,775 was transferred. 3. Budget code: 001360-50470 Email completed form with quotes and other supporting documentation to Cory.Pierce@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 185 of 325 E S T I M AT E Highway Sign Suppl y, LLC 6 05 Sarita St Sanford, FL 3 277 3 -5 0 36 Dan@hss-fl.com +1 (40 7 ) 47 4 -9 6 88 Bill t o City Of Fair Hope 555 S Section St Fair Hope, AL 36532 United States Shi p to City Of Fair Hope 555 S Section St Fair Hope, AL 36532 United States Shipping info Ship via: HSS Estimate details Estimate no.: 1206 Estimate date: 10/31/2025 PO Number : SCORPION TL-3 TRAILER #Product or service Description Qty Rate Amount 1.Scorp ion II TL-3 Towable A tten u ator A ssembled Scorp ion II TL-3 Towab le Attenuator As s emb led 1 $34,250.00 $34,250.00 2.Misc Material 48"x96" Arrow B oar d , 25 Light w/ Silv er B ox w/ Lid , 90 Deg Low Pr ofile Power Lift Frame 1 $7,895.00 $7,895.00 3.L abor- Serv ice Lab or - Ser v ice 1 $1,500.00 $1,500.00 Sub total $43,645.00 Ship p ing $2,500.00 Total $46,145.00 A ccepted date A ccep ted by token =8 d4b3b4 e f7 7c413a 9 a 23c25d 7 5 1ca50d a 9 1b8fece e e c489a9 9 7 6ef580d e 1 5b7b69 d c 45ca1f9 3 4 573895 6 3 d50db9 4 2 92a Page 186 of 325 Page 187 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-223 FROM: George Ladd , PUBLIC WORKS DIRECTOR SUBJECT: The Director of Public Works, George Ladd, is requesting approval for a contract extension No. 1/ contract amendment No. 3 for Bid No. 25-008 Pest Control Annual Contract to extend the contract for one year at the same terms and conditions as the original bid award, Contract Amendment No. 1 and Contract Amendment No. 2. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the Contract Extension No. 1/ Contract Amendment No. 3 of the contract for Bid No. 25-008 Pest Control Annual Contract to Wayne's Pest Control Services, LLC for the same terms and conditions as the original bid award, Contract Amendment No. 1 and Contract Amendment No. 2. BACKGROUND INFORMATION: The Director of Public Works, George Ladd, is requesting approval for a contract extension No. 1/ contract amendment No. 3 for Bid No. 25-008 Pest Control Annual Contract. The original contract was executed on January 7, 2025 and awarded to Wayne's Pest Control Services, LLC. Extension No. 1 will extend the referenced contract until January 6, 2026. The Vendor has agreed to Extension No. 1, with all terms and conditions of the bid award. The annual contract amount is not-to-exceed Thirteen Thousand Five Hundred Sixty- Eight Dollars and Sixty-Eight Cents ($13,568.68). Previous Council Actions: December 9, 2024 - Resolution No. 5287-24 The City Council approved the award of Bid No. 25-008 Pest Control Annual Contract to Wayne's Pest Control Services, LLC. for an annual cost not-to-exceed $10,530.48. May 12, 2025 - Resolution No. 5445-25 The City Council approves Contract Amendment No. 1 for Bid No. 25-008 Pest Control Annual Contract to Wayne's Pest Control Services, LLC. with an additional not-to-exceed annual amount of $2,939.20; and authorizes Mayor Sullivan to execute the contract amendment. The new contract Page 188 of 325 total with a not-to-exceed annual amount of $13,469.68. July 14, 2025 - Resolution No. 5497-25 The City Council approves Contract Amendment No. 2 for Bid No. 25-008 Pest Control Annual Contract to Wayne's Pest Control Services, LLC. with an additional not-to-exceed annual amount of $99.00; and authorizes Mayor Sullivan to execute the contract amendment. The new contract total with a not-to-exceed annual amount of $13,568.68. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget Various- 50360 General Maintenance $13,568.68 $13,568.68 $0.00 GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 189 of 325 RESOLUTION NO. ________ [1] That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension No. 1 of (Bid No. 25-008) Pest Control Annual Contract with Wayne's Pest Control Services, LLC per the terms and conditions of the original contract. The annual contract cost is $13,568.68. ADOPTED ON THIS 18TH DAY OF DECEMBER 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 190 of 325 City of Fairhope Bid No. 25-008 Pest Control Annual Contract Contract Extension No. 1 Contract Amendment No. 3 This EXTENSION NO.1 of CONTRACT ("Extension") is made this _____ day of _______________________ ,202__, for the purpose of extending the agreement known as Bid No. 25-008 Pest Control Annual Contract, dated January 7, 2025, (“Original Contract") between the City of Fairhope and Wayne’s Pest Control Services, LLC. (the "Parties"). 1. Extension 1 of this agreement, which is attached hereto as a part of this Extension, is described below: Bid No. 25-008 Pest Control Annual Contract and will end on January 6, 2026 at midnight. 2. The Parties agree to extend Extension 1 agreement for an additional period, which will begin immediately upon the expiration of the original time period January 7, 2026 and will end on January 6, 2027. 3. This Extension binds and benefits both Parties and any successors or assigns. This document, including the attached Original Contract, Contract Amendment No. 1, and Contract Agreement No. 2 is the entire agreement between the Parties. All other terms and conditions of the Original Contract, Amendment No. 1, and Amendment No. 2 including pricing, remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this Contract Extension as of the day and year first above written. THE CITY OF FAIRHOPE, ALABAMA ATTEST: ______________________________ BY: Sherry Sullivan, Mayor BY: Lisa A. Hanks, MMC, City Clerk NOTARY FOR THE CITY STATE OF ALABAMA} COUNTY OF BALDWIN} I, the undersigned authority in and for said State and County, hereby certify that Sherry Sullivan as Mayor of the City of Fairhope whose name is signed to the foregoing document and who is known to me, acknowledged before me on this day, being informed of the contents of the document she executed the same voluntarily on the date of the same bears date. Given under my hand and Notary Seal on this _____day of__________________ , 202___. Notary Public______________________________ My Commission Expires:______________ Page 191 of 325 If Corporation, Partnership, or Joint Venture _____________________________________________________________________________________ Name of Corporation, Partnership, or Joint Venture By: _____________________________________ _______________________________________ Signature of Officer Authorized to Sign Bids Position or Title and Contracts for the Firm _____________________________________________________________________________________ Email Address _____________________________________________________________________________________ Business Mailing Address _____________________________________________________________________________________ City, State, Zip Code _____________________________________ _______________________________________ General Contractor’s License Number Foreign Corporation Entity ID (Required of out-of-state vendors) NOTARY STATE OF ______________________________} COUNTY OF ____________________________} I, the undersigned authority in and for said State and County, hereby certify that _____________________________________ , as ___________________________________________ Type or Print Name of Bid Signer Type or Print Bid Signer Title Respectively, of ______________________________________________________________________ Type or Print Company Name Whose name is signed to the foregoing document and who is known to me, acknowledged before me on this day, that, being of the contents of the document they executed the same voluntarily on the day the same bears date. Given under my hand and Notary Seal on this ________ day of _____________, 202___. Notary Public ___________________________ My Commission Expires ___________________ Page 192 of 325 Page 193 of 325 RESOLUTION NO. 5445-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City Council approves Contract Amendment No . 1 for (Bid No . 25- 008) for Pest Control Annual Contract with Wayne's Pest Control Services LLC with an additional not-to-exceed annual amount of $2 ,939.20 ; and authorizes Mayor Sherry Sullivan to execute contract amendment. The new contract total with a not to-exceed annual amount of $13 ,469.68. ADOPTED ON THIS 12TH DAY OF MAY , 2025 Attest: ~L, City Clerk Page 194 of 325 Page 195 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-219 FROM: Richard Johnson, CITY ENGINEER Pat White, PARKS & RECREATION DIRECTOR George Ladd , PUBLIC WORKS DIRECTOR SUBJECT: The City Engineer, Richard Johnson, is requesting to procure a qualified contractor to provide all materials, equipment, and labor for Fairhope Municipal Pool Rehabilitation. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the negotiated price for Bid No. 26-003-2023-PWI-019 for Fairhope Pool Rehabilitation and award the bid to Bienville Construction Services for a not-to-exceed project Base Bid cost of $1,200,000.00. BACKGROUND INFORMATION: A service bid was issued on September 24, 2025, posted to the City of Fairhope’s website, and advertised with Gulf Coast Media for three (3) weeks. One (1) responsive bid was received at the bid opening on October 30,2025, at 10:00 a.m. On November 10, 2025, the City Council rejected all bids and authorized the Mayor to negotiate a contract with the one bidder, pursuant to the Code of Alabama 1975, Section 41-16-50(4). Through negotiations and value engineering, the one bidder, Bienville Construction Services, reduced their Base Bid proposal price from $1,350,000.00 to $1,200,000.00 (11.1% decrease). The savings identified include: • Purlin Treatment ($90,000.00) • Stair Reconfiguration ($20,000.00) • Electrical Value Engineering ($2,000.00) • HVAC Controls Value Engineering Options ($20,000.00) • Other various Value Engineering Options (Tied to Liquidated Damages Calculated in Bid) ($18,000.00) The Mayor and the City Engineer recommend awarding the bid to Bienville Construction Page 196 of 325 Services for the negotiated Base Bid Cost of One Million Two Hundred Thousand Dollars ($1,200,000.00). The Additive Alternate option will not be awarded. Previous Council Action: November 10, 2025 - Resolution No. 5638-25 - The City Council hereby rejects all bids (Bid No. 26-003-2023-PWI-019) for Fairhope Pool Rehabilitation and authorizes the Mayor to negotiate a contract with one bidder, pursuant to the Code of Alabama 1975, Section 41-16-50(4). December 11, 2023 - Resolution No. 4940-23 — The City Council authorized the Mayor to execute a contract with Watermark Design for Professional Architecture and Engineering Services for RFQ PS24-004 Fairhope Municipal Pool rehabilitation with a not-to-exceed amount of $120,000.00. (PO#20241422) BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001250- 50475-Line 10 Recreation - Capital Improvements $1,220,000.00 $1,200,000.00 $20,000.00 Watermarks Design Group $30,000.00 remaining on PO#20241422. Total Project FY26 Budget $1,250,000.00. Project No.: 2023PWI019 Project Expense String: 2023PWI019-CONS GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 197 of 325 RESOLUTION NO. ________ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City Council hereby approves the negotiated price for (Bid No. 26-003- 2023-PWI-019) for Fairhope Pool Rehabilitation, and awards the bid to Bienville Construction Services for a not-to-exceed project cost of $1,200,000.00. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 James Reid Conyers, Jr. Council President Attest: Lisa A. Hanks, MMC City Clerk Page 198 of 325 Memorandum From: Richard D. Johnson, P.E., City Engineer To: Jimmy Conyers, Council President Thru: Sherry Sullivan, Mayor, Kim Creech, Treasurer, & Erin Wolfe, Purchasing Manager CC: Parks & Recreation Director; Public Works Director; Project Team; File Date: November 21, 2025 Subject: Project 2023-PWI 019 - Fairhope Municipal Pool Rehabilitation Project – Value Engineering and Contract Negotiation with Bienville Construction Services - Recommendation Council President Conyers: On October 30, 2025, the City opened the sole bid for the above-referenced project from Bienville Construction Services containing the following proposal: • Base Bid (Building Rehabilitation, Envelope Protection, Insulation, Mechanical, Plumbing, Utility Access, and basic Air Handling): $1,350,00.00 • Additive Alternate (Full building envelope HVAC and air quality treatment – pool to be heated, cooled and humidity controlled): $1,100,00.00 On November 10, 2025, the City Council rejected all bids for Fairhope Pool Rehabilitation and authorized the Mayor to negotiate a contract with the sole bidder. These negotiations have taken place, and the results are as follows: • Base Bid: Not to Exceed (NTE) $1,200,000.00 (11.1% decrease) o Savings Identified Includes: Purlin treatment ($90,000.00) Stair reconfiguration ($20,000.00) Electrical VE ($ 2,000.00) HVAC Controls VE options ($20,000.00) Other various VE options* ($18,000.00) Page 199 of 325 • Additive Alternate: Not to Exceed (NTE) $950,000.00 (13.6% decrease) o Savings Identified Includes: HVAC VE AA w/Base Bid ($80,000.00) HVAC Equip Savings w/Base Bid ($50,000.00) Electrical VE ($ 1,000.00) Other various AA VE options* ($19,000.00) *Tied to LD Costs calculated in bid. • Total Bid (Base + Additive Alternate): $2,150,000.00 (12.2% Decrease) Staff recommends the award of the Base Bid of NTE $1,200,000.00 to Bienville Construction Services and recommends serious consideration of awarding the Additive Alternate to ensure the complete elimination of future building degradation due to lack of sufficient climate control within the pool structure. An NTE award of $2,150,000.00 delivers a completely rehabilitated, sealed envelope, and climate controlled indoor municipal pool facility. Awarding the negotiated contract will also authorize Project Management the flexibility to suspend contract time for the GC for tasks related to long-lead time material/equipment procurement and installation that would not impact pool use. Non applicable Liquidated Damages being assessed are calculated into the cost savings. Pool impact time is estimated at 17-weeks. With a December 8th award, construction could not begin until early January 2026, indicating pool use impacts extending into mid-May 2026. Respectfully submitted, RDJ Page 200 of 325 Page 201 of 325 PRF - Municipal Pool Rehabilitation Final Audit Report 2024-11-20 Created:2024-11-19 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAIdLFxVUuwyigSQxfpTp-PAb_9KfDC_a- "PRF - Municipal Pool Rehabilitation" History Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2024-11-19 - 5:37:01 PM GMT Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature 2024-11-19 - 5:37:31 PM GMT Email viewed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) 2024-11-20 - 1:59:37 PM GMT Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov) Signature Date: 2024-11-20 - 2:00:36 PM GMT - Time Source: server Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature 2024-11-20 - 2:00:37 PM GMT Email viewed by Kimberly Creech (kimberly.creech@fairhopeal.gov) 2024-11-20 - 3:50:21 PM GMT Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov) Signature Date: 2024-11-20 - 3:51:10 PM GMT - Time Source: server Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2024-11-20 - 3:51:11 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2024-11-20 - 3:54:16 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2024-11-20 - 3:54:40 PM GMT - Time Source: server Agreement completed. 2024-11-20 - 3:54:40 PM GMT Page 202 of 325 Page 203 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-206 FROM: Ben Patterson, ELECTRIC SUPERINTENDENT SUBJECT: The Electric Superintendent, Ben Patterson, is requesting to find a qualified firm to provide professional services for the Joint Use Attachment Survey and GIS Entry for the Electric Department. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the selection of NEAL Technology Associates, Inc. by the evaluation team for RFQ PS26-001 Professional Services for the Joint Use Attachment Survey and GIS Entry, and authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. BACKGROUND INFORMATION: A Request for Qualifications was issued on October 03, 2025, posted to the City of Fairhope’s website, and advertised in Gulf Coast Media for three (3) weeks. Four (4) responsive proposals were received at the bid opening on November 13, 2025 at 1:00 p.m. The proposals were evaluated by five (5) City of Fairhope staff (see attached Evaluation Score Sheet). The recommendation by the Superintendent of Electric Department and the evaluation team is to hire NEAL Technology Associates, Inc. for this project. Previous Council Action: Resolution No. 5531-25 - To Rescind Resolution No. 5433-25 awarding Bid No. 25-022 Joint Use Attachment Inventory for City of Fairhope Electric Department; and to authorize re-bid of this purchase order under Code of Alabama 1975, Section 41-16- 57(d). Resolution No. 5433-25 - To Award Bid No. 25-022 Joint Use Attachment Inventory for the City of Fairhope Electric Department to Pike Engineering, Inc. with a total bid proposal not-to-exceed $135,050.00. Resolution No. 5296-24 - That the City Council rejects all bids (Bid No. 25-001) to Procure Services for Joint Use Attachment Inventory for the Electric Department pursuant to Code of Alabama 1975, Section 41-16-57(d). Page 204 of 325 Resolution No. 5169-24 - That the City Council rejects all bids (Bid No. 24-054) to Procure Services for Joint Use Attachment Inventory for the Electric Department; and authorize the re-bid of the annual contract under Code of Alabama 1975, Section 41-16- 57(d). BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 003-50290 Electric - Professional Svcs TBD TBD TBD GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 205 of 325 RESOLUTION NO. _____ , as follows: [1] That the City Council approves the selection by the Evaluation Team for Professional Services for (RFQ PS26-001) for the Joint Use Attachment Survey and GIS Entry to NEAL Technology Associates, Inc.; and hereby authorizes Mayor Sherry Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 206 of 325 Page 207 of 325 Page 208 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Section 1 Neal’s ownership consists of: Allen Williams, President, with 60 years of Power, Communications, GIS Technologies, GPS systems development, Software development and surveyor experience. Daran Anderson, Vice president, with 25+ years of Power, Communications/Fiber, GIS Technologies, GPS systems development, Software development and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. NEAL Managers Molly Manifold, VP assistant and secretary, with 4+ years’ experience in this position. She handles all documentation and computer maintenance for all NEAL employees. Jay Martin, Director of Telecomm projects, with 45+ years of Power, Communications/Fiber, Construction, GIS Technologies, and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. Sam Smith, Manager of Power related projects, with 8+ years of Power, Communications/Fiber, GIS Technologies, and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. NEAL Tech has successfully completed multiple projects that includes everything in the scope of work (SOW) and can fulfill all requirements of this SOW and Addendum 1. Daran Anderson Vice President Signature Page 209 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Section 2 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com Primary Contact Daran Anderson darananderson@nealtechnology.com Scottsboro Al. 35768 621 S Market St. 256-218-9516 cell Section 3 Neal’s method of inventory collection is as follows. A two-person team makes a first pass through a substation’s circuits and every feature is occupied at this time. Neal’s employees collect GPS positions (real-time) directly into mapping software running on ArcEditor (ESRI). This is accomplished with ArcGIS running on laptops and connected wireless to state-of-the-art sub meter GPS equipment, (DGPS corrected real time by base stations and or Omni star satellite). All pole inventory and meter data is gathered on the first pass. Pole top assembly units, digital pictures, wire size segments, transformer sizes, devices, all other assembly units, are completed and drafted into the map on site. All information is entered via a customized pick list, to eliminate errors, directly into the geodatabase. Workflow is systematically accomplished by each substation and each circuit until the substation’s distribution has been completed. This completed substation database is then taken by a second pass team, the operator is trained in GPS and as a staking engineer, who quality checks the work (data and position accuracy) and gathers the remaining data, such as phasing, joint use attachments, ROW information, new extensions constructed since first pass and is continuity traced (with ArcEditor) in the field at this time. Page 210 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Listed below is a sample of some companies we have provided services for that are similar in requirements of this project. This is a list of a few active projects: Fort Payne Improvement Authority, 406 3rd St. SE Fort Payne, AL 35967 Mike Shirey, CEO Cell : 256-996-3882 mshirey@fpia.com Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. City of Athens Utilities 1806 Wilkinson St, Athens, AL 35611 Hunter Allen, Electric Operations Manager Cell : 256-777-0235 ballen@athens-utilities.com Joint Use attachment count and code violations North Alabama Electric Coop, 41103 US-72, Stevenson, AL 35772 William Selby, Ass. Manager Cell : 256-663-0103 wselby@naecoop.com Electric Inventory and GIS, Joint Use attachment count and code violations, AMI meter change out, Engineering consulting This is a list of a few completed projects: Southern Pine Electric COOP. 205 Wild Ave, Evergreen, AL 36401 Greg Dawkins, Director of GIS Cell: 251-238-1385 Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. We trained their engineers in how to maintain their work orders and how to use the GPS and software. Arab Electric, 331 S Brindlee Mountain Pkwy, Arab, AL 35016 Seth Selby, Ass. Manager Cell : 256-608-0925 seth@arab-electric.org Page 211 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. Scottsboro Electric Power Board, 404 E Willow St, Scottsboro, AL 35768 Phillip Chaney, Manager Cell : 256-647-4041 phillip@sepb.net Electric Inventory and GIS, Joint Use attachment count and code violations City of Dothan, 126 N St Andrews St, Dothan, AL 36303 Chris Phillips, Retired Electric Manager cphillips@dothan.org Electric Inventory and GIS, Joint Use attachment count and code violations, and detailed underground locating and phasing Lewisburg Electric, 599 W Ellington Pkwy, Lewisburg, TN 37091 Scott Vernon, Ass. Manager 931-637-5627 Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. We trained their engineers in how to maintain their work orders and how to use the GPS and software. Russellville Plant Board, 165 E 4th St, Russellville, KY 42276 Dale Vowell, Manager 270-519-9643 Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. We trained their engineers in how to maintain their work orders and how to use the GPS and software. Page 212 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Section 4 NEAL Tech (Allen Williams) was introduced to a few Fairhope employees about a year ago at an Electric Cities meeting by Mr. Phillip Chaney and Chris Phillips as they discussed what we had done to improve their electric GIS system. NEAL Tech has successfully completed several projects in the south Alabama and north Florida area, including, Southern Pine, Chelco, Dothan Utilities, Wiregrass Electric, Covington Electric, and the City of Andalusia Electric. Our plans are to rent a house or find a campground in the area for our crews during this project. Section 5 Daran Anderson, Vice president, with 25+ years of Power, Communications/Fiber, GIS Technologies, GPS systems development, Software development and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. Molly Manifold, VP assistant and secretary, with 4+ years’ experience in this position. She handles all documentation and computer maintenance for all NEAL employees. Jay Martin, Director of Telecomm projects, with 45+ years of Power, Communications/Fiber, Construction, GIS Technologies, and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. Sam Smith, Manager of Power related projects, with 8+ years of Power, Communications/Fiber, GIS Technologies, and surveyor experience with Power Gis mapping extensions, AutoCAD, ArcGIS, and GPS. Discipline is listed above in Section 3 Page 213 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Section 6 Neal’s method of inventory collection is as follows. A two-person team makes a first pass through a substation’s circuits, and every feature is occupied at this time. Neal’s employees collect GPS positions (real-time) directly into mapping software running on ArcEditor (ESRI). This is accomplished with ArcGIS running on laptops and connected wireless to state-of-the-art sub meter GPS equipment, (DGPS corrected real time by base stations and or Omni star satellite). All pole inventory and meter data is gathered on the first pass. Pole top assembly units, digital pictures, wire size segments, transformer sizes, devices, all other assembly units, are completed and drafted into the map on site. All information is entered via a customized pick list, to eliminate errors, directly into the geodatabase. Workflow is systematically accomplished by each substation and each circuit until the substation’s distribution has been completed. This completed substation database is then taken by a second pass team, the operator is trained in GPS and as a staking engineer, who quality checks the work (data and position accuracy) and gathers the remaining data, such as phasing, joint use attachments, ROW information, new extensions constructed since first pass and is continuity traced (with ArcEditor) in the field at this time. We will also build feature class layers to capture all sawed off poles and joint use attachees that need transferred. We can offer software solutions to maintain your systems GIS integrity after we complete the project at a much lower cost than your typical ESRI and addon software. Section 7 Fort Payne Improvement Authority, 406 3rd St. SE Fort Payne, AL 35967 Mike Shirey, CEO Cell : 256-996-3882 mshirey@fpia.com Electric Inventory and GIS, Joint Use attachment count and code violations, and work order extensions and GIS integrity maintenance. City of Athens Utilities 1806 Wilkinson St, Athens, AL 35611 Hunter Allen, Electric Operations Manager Page 214 of 325 NEAL Technology Associates, Inc. 621 S. Market Street Scottsboro, AL. 35768 Cell: (256) 218-9516 http://www.nealtechnology.com ADVANCED GIS MAPPING ♦ POWER ♦ COMMUNICATIONS Cell : 256-777-0235 ballen@athens-utilities.com Joint Use attachment count and code violations North Alabama Electric Coop, 41103 US-72, Stevenson, AL 35772 William Selby, Ass. Manager Cell : 256-663-0103 wselby@naecoop.com Electric Inventory and GIS, Joint Use attachment count and code violations, AMI meter change out, Engineering consulting Page 215 of 325 Page 216 of 325 RESOLUTION NO. 5433-25 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows : [1] That the City of Fairhope did request , receive , and open bids for Joint Use Attachment Inventory (Bid Number 25-022) for the Electric Department. [2] At the appointed time and place , the following bids were opened and tabulated as follows: Pike Engineering , LLC The Fishel Company d/b /a Team Fishel $135,050.00 $151 ,216.00 [3] After evaluating the bid proposals with the required bid specifications , Pike Engineering , LLC is now awarded the bid for Joint Use Attachment Inventory (Bid Number 25-022) for the Electric Department with a total bid proposal not-to-exceed $135 ,050.00. Adopted on this 29th day of April , 2025 Attest: ~lldL ISaA.nks, MMC City Clerk Page 217 of 325 Page 218 of 325 RESOLUTION N O. 5169-24 BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: [1] That the City Council to reject all bids (Bid No. 24-054) to Procure Services for Joint Use Attachment Inventory for the Electric Department; and authorize the re-bid the annual contract under Code of Alabama 1975, Section 41-16-(d). ADOPTED ON THIS 26TH D Corey Martin , Council President Attest: ~di~ City Clerk Page 219 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-211 FROM: Chris Ellis, Fire Chief SUBJECT: The Fire Chief, Chris Ellis, is requesting approval for the procurement of an E-One Cyclone Pumper Truck. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve this request for procurement of an E-One Cyclone Pumper Truck from Sunbelt Fire, Inc. for a not-to-exceed cost of $893,300.00. BACKGROUND INFORMATION: The Fire Chief is requesting procurement of an E-One Cyclone Pumper Truck on an E- One Cyclone Chassis. This would include the following: • Delivery • Instruction • Familiarization by a factory trained technician • Unit built according to all FMVSS, DOT, and NFPA standards unless otherwise noted or requested. This will be purchased through the Sourcewell Cooperative (Contract No. 113021- RVG-1) with Sunbelt Fire, Inc. and therefore does not have to be let out for bid. The cost of this procurement from Sunbelt Fire, Inc. is not-to-exceed Eight Hundred Ninety-Three Thousand Three Hundred Dollars ($893,300.00). BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001200- 50470 Fire - Vehicles & Equip $333,335.00 $893,300.00 ($559,965.00) FY26 includes 1/3 of the total estimated fire engine cost. Remaining expense to be Page 220 of 325 budgeted in FY2027 due to delivery lead times. GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 221 of 325 RESOLUTION NO. ____ , as follows: [1] That the City of Fairhope approves the purchase of an E-One Cyclone Pumper Truck that is on the Sourcewell Cooperative (Per Contract No. 113021-RVG-1) with Sunbelt Fire, Inc. and therefore does not have to be let out for bid. The total amount not-to-exceed $893,300.00. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 222 of 325 Fairhope Fire Department December 3, 2025 Fairhope, AL Please consider our quotation on the following, in accordance with the attached: One (1) E-ONE Pumper on an E-ONE Cyclone Chassis $893,300.00 Per Quote No.: 000186 The above proposal pricing is valid for (21) calendar days on the Sourcewell Cooperative Purchasing schedule, per contract no. 113021-RVG-1 and end-user account number 2216. At the expiration of this quote, please contact Sunbelt Fire, Inc., for updated pricing. The above pricing includes no NFPA suggested or required loose equipment unless otherwise noted. Any equipment required shall be the responsibility of the purchaser to place on the completed apparatus prior to its being placed in service. The price quoted includes delivery and instruction & familiarization by a factory trained technician. Delivery is estimated to be within 300 calendar days after receipt of order. Delivery is quoted in good faith and is subject to delays beyond the reasonable control of the manufacturer. Payment is expected in full upon delivery and acceptance. Statement of Origin and Bill of Sale and/or Application for Vehicle Title constitute a receipt of payment in full and will be presented at time of receipt of payment, or at delivery if prepayment is received. The manufacturer reserves the right to make model and engineering changes where deemed necessary for improvement in design, or safety of users, without prior notice to the customer. Units will be built according to all FMVSS, DOT, and NFPA standards unless otherwise noted or requested. We appreciate the opportunity to provide you with information. This proposal is our written documentation of agreement of terms. Please contact Sunbelt Fire, Inc., with any questions or concerns. Respectfully submitted, Greg Silvester (via email) Territory Manager Sunbelt Fire, Inc. Page 223 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 1001-0103 1002-0001 1025-0028 1025-0030 1025-0089 1025-0210 1050-0007 1050-0008 1050-0017 1050-0044 1050-0045 1060-0005 1060-0117 COMPLIANCE 2024 NFPA 1900 FINAL INSPECTION SHOCK ABSORBERS KONI FRONT SIGHT GLASS STEMCO FRT AXLE REAR AXLE RS-26-185 27,000LB FRONT AXLE FL 943 21,000LB WHL TRIM KIT FRT W/LOGO WHL TRIM KIT RR W/LOGO VALVE STEM EXT SNG AXLE WHEELS FRT ALUM (2) ACCURIDE WHEELS RR ALUM (4) ACCURIDE TIRES RR MICHELIN 12R HWY (4) TIRE PRESS IND LED AIRGRD (6) 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty The E-ONE supplied components of the vehicle shall meet the requirements of NFPA 1900, 2024 edition. Final inspection trip. Koni shock absorbers for front axle - adjustable. Stemco sight glass for front axle hubs. Inboard wheel seals will be Chicago Rawhide (or equivelant). Meritor RS-26-185 single rear axle 27,000lb capacity Meritor FL-943 front axle 21,000 lb. Includes maintenance free bushings. Front axle wheel trim kit. Includes stainless steel lug nut covers (chrome plated plastic if applicable) and center cap with E-ONE logo. Note: Center cap will have an inspection port IPO a logo if equipped with Stemco oil seals. Rear axle (single) wheel trim kit. Includes stainless steel lug nut covers (chrome plated plastic if applicable) and center cap with E-ONE logo. E-ONE custom chassis w/steel wheels will have chrome plated plastic lug covers. Each inside wheel of the single rear axle shall have valve stem extensions. Accuride aluminum wheels for front axle (2). Accuride aluminum wheels for rear axle (4). Four Michelin 12R tires model XZE highway tread for rear axle. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 1 of 34 Date: 11-12-25 [07:48] CONTINUED Page 224 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1060-0212 1070-0012 1100-0001 1100-0003 1100-0005 1100-0006 1100-0024 1110-0000-001 1110-0002 1110-0004 1110-0006 1110-0026 1110-0027 1110-0043 TIRES FRONT MICH 425 (2) XZE REAR SUSP SPRING REYCO S/A BRAKES 17" DISC FRONT AXLE BRAKES 17" DISC RR AXLE SINGLE BRAKE SYSTEM AIR 4X2/4X4 BRAKE PARK RELEASE DRV DASH ELECTRONIC STABILITY CNTRL 4X2 AIR INLET AIR DRYER BENDIX AD-9 TANK DRAINS AIR W/PULL CORDS AIR LINES NYLON AIR HORNS RECSD IN BUMP (PR) ISOLATED AIR TANK W/VLV PLUMB AUX AIR TNK TO ACC 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty RWC AirGuard LED tire pressure monitoring valve stem caps (6) for single rear axle applications. Two Michelin 425 tires model XZE for front axle. Reyco rear suspension springs rated equal to the capacity of the axle. Can only be used up to 31,000. Meritor EX225H 17" disc brakes for front axle. Meritor EX225H 17" disc brakes for rear axle, maximum capacity 27,000 lbs. Brake system air 4X2/4X4. Parking brake release mounted on the driver's side lower dash. G4 Electronic Stability Control (4x2), Includes RSC and ATC. Not available on mechanical 4x4, commercial chassis or tiller. (Available with Ez-Trac 4x4). Inlet for air system. Location: driver door jamb. Air dryer Bendix AD-9. Air tank drains w/pull cords. Air lines nylon. Air horns Hadley e-tone recessed in bumper (PR). Isolated air tank. Includes pressure protection valve. Auxiliary air tank to be plumbed to the following optional accessories (if equipped): Chassis air horns, brake system air outlet, air reel, light XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 2 of 34 Date: 11-12-25 [07:48] CONTINUED Page 225 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 1125-0002 1125-0023 1150-0139-589 1150-0169 1150-0357-000-13 1160-0008 1160-0014 1160-0345 1160-0347-198 1200-0017 1200-0020 BRAKE JACOBS COMPRESSION TRANS 2ND GEAR PRE-SELECT STRAP NYLON SS BKL BMPR TRAY BMPR TRAY CNTR 12" DEEP N/S FLRMT TURTLE TILE CENTER TRAY GRAVEL SHIELD 3/16" BUMPER EXTENSION 20" BMPR HVY DTY 10'' PNTD INSET NOTCH FOR MECH SIREN TRANS SELECTOR PUSH BUTTON SYNTHETIC FLUID EVS3000 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty tower, air primer, air operated devices and or customer/dealer installed pneumatic add-on(s). Jacobs engine compression brake. Note: Brake lights will illuminate when auxiliary brake is activated. Transmission to seek second gear when Jacobs engine brake or Telma retarder is engaged. N/A with Trans retarder. Nylon black strap with a stainless steel quick release buckle for front bumper hose tray. Strap to attach to front and rear walls of tray down low as applicable. Location: center. Bumper tray center of bumper without slats 12 inches deep. Turtle Tile Brand Black floor matting covering on center bumper tray floor. 3/16" Front Bumper Gravel Shield. 20" Front Bumper Gravel Shield Extension. Heavy duty, formed, 10" front bumper with full wrap around. Corners to be tapered for up to an 8.5" wide mounting area (Units with drop style frame extension and recess notch mayl reduce size of mounting area). Includes support wings for outboard sides (as applicable). To be painted as specified. Job Color Bumper to have a 5.625" deep x 10.5" wide notch for recessed mechanical siren. Location: driver's side Push-button transmission shift selector. TranSynd, Shell Spirax S6ATF A295, or XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 3 of 34 Date: 11-12-25 [07:48] CONTINUED Page 226 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 1200-0097 1200-0471 1225-0053 1250-0011 1250-0080 1250-0092 1350-0003 1350-0013 1350-0022 1400-0032 1510-0203-147 SPEED MAXIMUM 68MPH ELECT LMTD ENG/TRAN 2024 L9 450HP/EVS3KP FIRWIN EXHAUST BLANKET FRAME UNDERBODY SUPPORT FRAME ZPC 10.25X3.5X.375 CHAS GEOMET COATED FASTENERS FUEL SYS- 50 GAL FUEL/WATER SEPARATOR RACOR FUEL LINE HOSE RUBBER BATT (5) GROUP 31 1000 CCA BRKT AIR PACK BTL SMARTDOCK 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty equivalent synthetic transmission fluid for EVS3000 series. Electronic limiting of speed to 68 MPH maximum. Note: Axle gear ratio will be as low as possible while allowing for 68 MPH top speed to improve acceleration. Note: Max speed may be set at 65 MPH due to tire rating. Eng/Trans Cummins L9 450HP/EVS3000 2024 EPA compliant engine. Includes Acumen telematics and Certified Clean Idle holographic decal. NOTE: If an L9 engine is NOT available or cannot be provided for a specific quote or build slot at time of production, you will automatically be upgraded and charged for an X12 (or the X10 engine if X12 is not available) with all costs associated with the upgrade being passed on to the end user. No exceptions. Firwin exhaust blanket from the turbo down to the DPF. Rear underbody support frame. Frame assembly with 10.25 x 3.5 x .375 powder coated galvanized rails. GEOMET coated frame assembly fasteners. Fuel system 50 gallon. Racor fuel/water separator to be a bottom drop out style. Shall include indicator light and audible alarm. Fuel line hose rubber. Battery five group 31 1000 CCA (two left / three right). For use with below cab DEF tank only. Bracket SCBA IMMI SmartDock Gen2 XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 4 of 34 Date: 11-12-25 [07:48] CONTINUED Page 227 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1510-0203-148 1510-0203-215 1510-0203-513 1510-0279-146 1510-0279-147 1510-0279-148 1510-0279-151 1510-0279-152 1510-0279-215 1510-0301 1510-0302 1510-0303 1510-0328 1510-0330 1510-0331 BRKT AIR PACK BTL SMARTDOCK BRKT AIR PACK BTL SMARTDOCK BRKT AIR PACK BTL SMARTDOCK EXTENDER READYREACH SEAT BELT EXTENDER READYREACH SEAT BELT EXTENDER READYREACH SEAT BELT EXTENDER READYREACH SEAT BELT EXTENDER READYREACH SEAT BELT EXTENDER READYREACH SEAT BELT SEATS VALOR BRAND SEAT COVER MATL VALOR TECH XD SEAT COLOR BLACK W/RED STITCH SEAT VALOR DRV AIR SEAT VLR RR FCNG DRV SCBA SEAT VLR RR FCNG OFF SCBA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 2.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty restraint system. Location: officer's seat. Bracket SCBA IMMI SmartDock Gen2 restraint system. Location: rear facing driver's side. Bracket SCBA IMMI SmartDock Gen2 restraint system. Location: rear facing officer's side. Bracket SCBA IMMI SmartDock Gen2 restraint system. Location: center rear wall. ReadyReach seat belt extender. Location: driver's seat. ReadyReach seat belt extender. Location: officer's seat. ReadyReach seat belt extender. Location: rear facing driver's side. ReadyReach seat belt extender. Location: inboard driver's side rear wall. ReadyReach seat belt extender. Location: inboard officer's side rear wall. ReadyReach seat belt extender. Location: rear facing officer's side. Seats, Valor brand. Seat cover material Valor Tech XD (previously identified as Cordura). Seat color black with red stitching. Driver seat USSC Valor P1A air ride. Rear facing USSC Valor SCBA seat driver's side. Rear facing USSC Valor SCBA seat XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 5 of 34 Date: 11-12-25 [07:48] CONTINUED Page 228 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 1510-0332 1510-0345 1515-0133 1520-0243 1535-0464 1550-0003 1550-0020 1550-0033 1550-0084 1550-0114 1550-0115 1550-0146-000-G6 SEAT VALOR 2 MAN BNCH SCBA SEAT VALOR OFFC AIR SCBA AIR COND W/ROOF CONDENSER CYCLONE MEDIUM CAB PAINT DRIPRAILS CAB JOB COLOR CAB DOOR REAR POSITION MED WINDOW CAB SIDE FIXED DRV WINDOW CAB SIDE FIXED OFFC LOCKS 1250 KEYED CAB DOOR MAP POCKETS CAB FRNT DR MT MAP POCKETS CAB REAR DR MT STRIPE CAB DOOR KICK PLATE "A" 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty officer's side. Two man bench centered on rear wall with Valor SCBA backs. Includes angled corners. Officer seat USSC Valor P1A air ride SCBA. Air conditioning with roof top mounted condenser. Includes reduced profile evaporator w/powder coated cover, brushless motors and a rear fan speed switch on the driver side of the rear air distribution housing. Requires A/C controls in multiplex display. Cyclone medium cab - 100" wide (58" CA). Paint Drip Rails. All exterior drip rails over cabinets, etc including vertical drip rails ahead of front cab doors to be painted job color (two tone as applicable). Rear crew cab doors in the medium position. Windows cab side fixed driver's side. Windows cab side fixed officer's side. All cab exterior entry doors to have 1250 keyed locks. Map pockets cab front doors aluminum plate painted multi-tone gray finish. Map pockets cab rear doors aluminum plate painted multi-tone gray finish. Pocket size: 14" W x 3" D x 10" H. Red/Lemon Yellow Chevron "A" individual stripe on lower cab door panel approx 12" high. Stainless steel/painted door panels only. E-ONE cabs only. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 6 of 34 Date: 11-12-25 [07:48] CONTINUED Page 229 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 1550-0159 1550-0185 1550-0283 1550-0284 1550-0287 1550-0378 1610-0000 1615-0041 1640-0047 1640-0067 1670-0062 LOCKS INTERIOR CAB DOOR DOOR PANELS MT CAB 2PC WINDOW MANUAL FRONT WINDOW MANUAL REAR CAB DOORS - BARRIER STYLE CAB DOOR PULL HANDLE CHR/BLK LOGO PACKAGE E-ONE ROOF CAB W/VISTA 12" (4"+8") STEPS LOWER CAB 3.5 LOWER CAB STEPS MIRROR RETRAC AERO RM/HT/LED 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Interior cab door locks - manual. Will be individually actuated from each respective door. Includes key lock on each exterior cab door handle. Cab door panels aluminum painted multi-tone to match cab interior paint. Includes upper and lower panels with seam below handrail. Driver and officer cab door windows with manual regulators. For use with new Typhoon and Cyclone cabs. Rear crew cab door window(s) with manual regulator(s). For use with new Typhoon and 100" wide Cyclone cabs. Cab doors to be barrier style. For use with new Typhoon and Cyclone only. All cab doors shall have exterior pull style handles with chrome metal base and integral key lock. Cab and body to have applicable E-ONE logos. Vista cab roof 4F/12R. Includes 4" front raise and 12" rear raise (8" step up). Does not include front or front side Vista windows. For use with 100" wide Cyclone only. Lower steps to extend 3.5" past cab. For use with legacy Typhoon / Cyclone with barrier style doors and new Typhoon / Cyclone with barrier style or extended doors. Cab door bottom step lowered 4" (front and rear doors). Includes extended cab sides / fender trim. For use with barrier style doors only. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 7 of 34 Date: 11-12-25 [07:48] CONTINUED Page 230 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 1675-0022 1675-0024 1675-0030 1675-0047 1675-0110 1675-0201 1675-0202 1675-0254 1680-0005 1680-0006 1680-0008 1680-0011 HANDRAIL CAB 18" PR FRONT HANDRAIL CAB 36" PR REAR MUD FLAPS FRT BLK (PR) E-ONE RR CAB WALL DIAMOND PLATE HNDRAIL KNURL ALUM UPGRADE CAB WHEEL WELL CAB LARGE RADIUS PLT MTG S/S FOR B/C RECEPT/IND GLASS DARK TINT RR CAB / VISTA FAN CLUTCH THERMATIC DRIVELINES 1710 TOW EYES-FRT PAINTED DOWN TOW EYES-RR BELOW BDY PAINTED 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Retrac Aerodynamic dual vision chrome west coast style mirrors (PR) mounted on cab doors. Includes remote control and heat for std and convex mirrors and LED marker light. Pair of 18" handrails located just behind driver and officer front door one each side. Pair of 36" handrails located just behind driver and officer rear door (ALS doors if equipped) one each side. Mud flaps, front, black with E-ONE logo. Rear cab wall to be 3/16" aluminum diamond plate. Hand Rails, Cab to use Austin Hardware model GR-002-AL-BRT-144 knurled bright anodized aluminum tubes IPOS. Large radius cab wheel well. Includes bolt-on adjustable wheel well trim. Mounting plate for battery charger receptacle, indicator, air inlet, etc (if applicable). Plate to be removable brushed stainless steel. Rear cab and vista glass (if so equipped) to have dark tint IPOS. Glass to be smoked glass with 20% light transmittance (+/- 10%). Includes all glass rearward of front cab doors. Thermatic fan clutch. Drivelines 1710. Tow eyes front painted below bumper/cab (PR). Tow eyes will be integral when used with a drop style frame extension. Job Color XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 8 of 34 Date: 11-12-25 [07:48] CONTINUED Page 231 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 1680-0250-M58 1680-0284 1685-0005 1685-0011 1685-0033 1685-0094 1685-0187 1685-0285 1685-0431 1685-0446 1685-0490 1685-0494 TANK DEF 5 GAL POWER STEERING COOLER SUN VISORS LEXAN WINDOW BARS-S/S (PR) RR DOORS SEATING CAPACITY TAG (6) STOR BELOW RR BENCH SEAT FRONT CVR ENG SEVERE DUTY POLY CUP HOLDER / TRAY SVR DTY DASH STOR BELOW RR FACING SEAT (PR) SEVERE DUTY OVERHEAD CNSL CNTRL LANYARD AIR HORNS Y TYPE TRIM, REAR ENG CVR PNTD 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Tow eyes rear below body, painted. Diesel Exhaust Fluid (DEF) 5 gallon tank. Location: left side below rear of cab. Radiator mounted power steering cooler. Lexan sun visors, driver and officer's side overhead. Stainless steel pair of window bars for rear cab doors. Seating capacity tag of six occupants. Storage below rear bench seat. (1) horizontal hinged door on the front of the rear bench seat. Severe duty engine cover, molded polyurethane. Cup holder / tray for engine cover painted to match cab interior. Approx 14" wide x 10" long with tapered front corners and cup holders at each rear corner. For use in Typhoon and CII with severe duty engine cover. Storage below rear facing seat riser (PR). Severe duty overhead console. Includes driver, center and officer overhead ahead of air conditioning plenum. Center overhead includes siren mounting locations. Overhead to match cab interior. Control lanyard Y type with "Heavy-Duty" (keyring) attachment for air horns. Aircraft style cable (1/8" wire cable covered with clear plastic/nylon tubing). XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 9 of 34 Date: 11-12-25 [07:48] CONTINUED Page 232 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 1685-0531 1685-0669 1685-0692 1685-0891 1685-0988 1700-0027 1750-0024-179-04 1750-0029 1750-0046-195 1750-0072-592 1750-0072-593 1750-0073-585 REDUCE PROFILE RR ENG COVER DASH CAST SD LOW SM PLT KP INSULATION PACKAGE - CAB CAB INTERIOR GRAY PLT AL ON FWD ENG CVR ALT 420AMP LEECE NEVILLE RECEPT INLET 20AMP AUTO-EJECT SW HORN BUTTON 2POS DOT/AH CAB HEADLIGHTS 12V OUTLET HOT 12V OUTLET HOT ANTENNA UNIV BASE CAB MNTD 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Rear engine cover trim 3/16" smooth aluminum painted to match cab interior and spaced up 1/2" on upper horizontal surface. Reduced profile rear engine cover for increased legroom. Severe duty dash package with low profile center section. Cast alum construction. Includes smooth plate alum lower kick panels; all painted to match cab interior. Cab insulation package. Includes insulation for ceiling, front wall, rear wall, side walls, below seat risers and in doors. Cab interior padding to be gray. 3/16" aluminum plate on top engine cover approx. 32"W x 28"L. Plate to be spaced up approx 1/2" with a finish to match cab interior. Plate to be notched around engine cover mounted park brake if equipped. Alternator Leece Neville 420 amp. 420 amp SAE/369 amp NFPA. Auto-Eject receptacle inlet 20 amp located outside driver's door next to handrail with a Yellow cover. Switch horn button two position DOT/air horn. Cab Headlights. Position: lower. 12 VDC electrical outlet wired battery hot. Location: driver side dash. 12 VDC electrical outlet wired battery hot. Location: officer side dash. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 10 of 34 Date: 11-12-25 [07:48] CONTINUED Page 233 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 1750-0073-588 1750-0075 1750-0166 1750-0198-A31 1750-0265 1750-0449 1750-0461 1750-0482 1750-0483 1750-0554 1750-0582 1750-0659-172 1750-0764 ANTENNA UNIV BASE CAB MNTD CLUSTER GAUGE ENG QST/CII/TY X SW ATC OVERRIDE LOC - BATTERY CHARGER GA SPEEDOMETER FOR OFFICER SW MOMENTARY DPF REGEN DISABLE 4FRONT WHEEL W/O PODS CNTRL PSHBTN SWITCH OFFCR PNL CNTRL PSHBTN SWITCH OFFCR PNL CAB HEADLIGHTS FIRETECH LT LED EON IN BENCH SEAT RISER TURN FED FR6 LED ARROW AMBR DRL TEQNIQ LED STRIP 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Antenna base Tessco P/N 90942 (NMO Motorola Style - also called MATM style) on cab roof. Location: driver side forward with coaxial cable terminating at the center of the dash board. Antenna base Tessco P/N 90942 (NMO Motorola Style - also called MATM style) on cab roof. Location: officer side rearward with coaxial cable terminating at the center of the dash board. English dominant main cab gauge cluster. ATC override switch. Battery charger to be located behind driver's seat. Speedometer for officer side multiplex display. Momentary DPF regeneration override switch. 4Front steering wheel shall not have switch pods. Control push-button switch officer switch panel for Q2B siren. Control push-button switch on officer's switch panel for Q2B siren brake. FireTech LED cab headlights. Light EON LED (EA) mounted in bench seat riser. The light(s) shall be wired through the compartment door switch(s) or rocker switch as applicable if equipped with cargo nets. Turn signal Federal Signal FireRay model FR6-ARROW LED amber pair located upper headlight bezel. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 11 of 34 Date: 11-12-25 [07:48] CONTINUED Page 234 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 1750-0768 1750-0936 1750-1004 1750-1013-545 1750-1013-546 1750-1013-592 1750-1013-593 1800-0013 CAB STEP AREA LTG TNQ D07 LT DOME RED/WHITE LED PKG (4) CHRGR BATT KUSS CHIEF 40 W/REM CAB OUTLET USB-A / USB-C HOT CAB OUTLET USB-A / USB-C HOT CAB OUTLET USB-A / USB-C HOT CAB OUTLET USB-A / USB-C HOT COOLING 2010-2024 EPA ENG 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Daytime Running Light TecNiq LED strip (PR) with polished alum housing located between quad headlight bezels (New Typhoon and Cyclone only). TecNiq D07 LED cab door step area lighting. Includes (2) lights at each door area. Lights to be switched with door ajar. Dome Lts TecNiq Red/White LED. Package includes two lights mounted in the front and two mounted in the rear of the cab. White light wired through door and light assembly switch. Red light through light assembly switch. Battery charger Kussmaul Chief Series. 120/240 volt inlet, 40 amp output. Includes remote and built-in touch screen displays. Dual port USB charging receptacle in the cab wired battery hot. Includes USB-A and USB-C ports. Location: In cab driver side on 3 x 3 post rear facing just above engine cover (or seat riser if in a Hush). Dual port USB charging receptacle in the cab wired battery hot. Includes USB-A and USB-C ports. Location: In cab officer side on 3 x 3 post rear facing just above engine cover (or seat riser if in a Hush). Dual port USB charging receptacle in the cab wired battery hot. Includes USB-A and USB-C ports. Location: driver side dash. Dual port USB charging receptacle in the cab wired battery hot. Includes USB-A and USB-C ports. Location: officer side dash. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 12 of 34 Date: 11-12-25 [07:48] CONTINUED Page 235 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 3090-0002 3090-0004 3090-0006 3100-0148 3100-0380 3110-0042 3110-0044 3120-0268 OAH RESTRICTION NONE OAL RESTRICTION NONE HSBD CAPACITY REQUIREMENTS BDY PMPR DRV 42/56 FH FBCK COMPT ROOF TOP STRG DRV RR END LOW COMPT SP RR TLBRD W/O BVRTLS FW OF BDY BDY PMPR OFC 42/56 FULL HT 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Cooling system for use with Typhoon, Cyclone and Quest chassis. For use with 2010 - 2024 EPA engines. Includes coolant recovery system. OAH. Unit has no overall height restrictions. OAL. Unit has no overall length restrictions. The hose bed is to have the capacity for the following hose. Hose load shall be listed from driver to officer. Lay 1 - 400 ft. of 2.50 DJ Lay 2 - 1200 ft. of 5.00 LDH Lay 3 - 400 ft. of 3.00 DJ Estimated Weight - 1824 lbs. Driver side body with full height 42" wide forward and 56" wide rearward compartmentation. Includes (1) 56" wide compartment over the wheel well. (2) driver side roof top compartments. Includes hinged raised compartment lids with turn latches and grab handle(s). Each lid to have (3) bracket mounted EON LED lights and to be wired to door ajar indicator in cab. Single low rear compartment. For use with low hosebed. Includes smooth plate panels. This compartment shall be transverse through to the side rear compartments. Bolt-on diamond plate 10" tailboard (full width of body). Includes handrails- (2) mounted vertical on trailing edge of body and horizontal mounted handrail(s) below hosebed. Officer side body with full height 42" wide forward and 56" wide rearward compartmentation. Includes (1) 56" wide XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 13 of 34 Date: 11-12-25 [07:48] CONTINUED Page 236 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 3120-0553 3130-0167 3130-0523 3130-0532 3130-0540 3134-0016 3134-0064 3134-0143 3136-0000-202 3136-0048 COMPT ROOF TOP STRG OFC MODULE PUMP 76" WIDE MODULE SM PMP PNL OPENING WIDTH - 39" PMP MODULE HEIGHT - 80" PUMP PANEL SS SIDE MNT HINGED UPWRD SM GAUGE PANEL PUMP PANEL HNGD VERT SM AIR HORN SWITCH AT PUMP PANEL DIVIDER XLAY NTCHD FOR NOZ 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty compartment over the wheel well. (2) officer side roof top compartments. Includes hinged raised compartment lids with turn latches and grab handle(s). Each lid to have (3) bracket mounted EON LED lights and to be wired to door ajar indicator in cab. Pump module to be 76" wide (side to side). Includes upper, lower, crosswalk, speedlay and tranverse module(s) if applicable. Side mount pump module. Extruded aluminum with runningboards. Pump panel opening is 39" wide. Pumper / tanker only. Pump module height is 80". Pumper / tanker only. Stainless steel driver and officer side pump panels. The gauge panel(s) on the driver side of the Side Mount module to be hinged upward. Panel(s) to include (2) mechanical/pneumatic (as applicable to panel size) hold opens and latches. Officer side pump panel to be vertical hinged on forward extrusion. Panel to be (3) pieces with upper (2) panels secured in the closed position with push button latches. Upper panel to be held open with gas shock. Air horn switch at pump panel. Switch to be labeled ''Evacuation Alert''. Location: driver side pump panel. Notched crosslay divider(s) on both ends for preconnect line(s) nozzle end storage with NFPA cover(s) in closed XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 14 of 34 Date: 11-12-25 [07:48] CONTINUED Page 237 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 3136-0058 3136-0138 3136-0142 3136-0241 3300-0017-027 3300-0021-004 3300-0021-016 3300-0022-003 3300-0022-005 3300-0022-015 3300-0022-017 3300-0066-003 3300-0066-004 LOGO E-ONE PAN PUMP MODULE XLAY TRIPLE-SGL STACK CROSSLAY(S) LOWERED DR RUP SATIN SHORT ROM DR RUP PAINTED SHORT ROM DR RUP PAINTED SHORT ROM DR RUP PAINTED TALL ROM DR RUP PAINTED TALL ROM DR RUP PAINTED TALL ROM DR RUP PAINTED TALL ROM PAN DRIP ROM DOOR (EA) PAN DRIP ROM DOOR (EA) 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty position. E-ONE logo mounted one each side on pump module/preconnect panels or at upper body section as shown on approval drawing. Logos to be sized as applicable to available space on panels. Pump module storage pan. Crosslay triple 4.25/4.25/5" wide single stack to hold up to 200' of 2.0" DJ (each) in front lays and 150' to 200' of 2.5" DJ hose in rear lay. Crosslays to be lowered as shown on the apparatus layout/sales drawing. Door roll up short (up to 45") with satin finish ROM. Location(s): B1. Door roll up short (up to 45") with painted finish ROM. Location(s): L2. Door roll up short (up to 45") with painted finish ROM. Location(s): R2. Door roll up tall (greater than 45") with painted finish ROM. Location(s): L1. Door roll up tall (greater than 45") with painted finish ROM. Location(s): L3. Door roll up tall (greater than 45") with painted finish ROM. Location(s): R1. Door roll up tall (greater than 45") with painted finish ROM. Location(s): R3. Drip pan for a ROM roll-up door (EA). Location(s): L1. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 15 of 34 Date: 11-12-25 [07:48] CONTINUED Page 238 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 3300-0066-005 3300-0066-015 3300-0066-016 3300-0066-017 3300-0066-027 3300-0368 3305-0034-000-02 3305-0038-000-02 3305-0064-135 3305-0064-136 3305-0465 PAN DRIP ROM DOOR (EA) PAN DRIP ROM DOOR (EA) PAN DRIP ROM DOOR (EA) PAN DRIP ROM DOOR (EA) PAN DRIP ROM DOOR (EA) DOOR PULL DOWN - BUNGEE COV HSBD VINYL W/OUT RR FLP COV X/LAY VINYL TOP ONLY STRAP NYLON SS BKL RUN BRD STRAP NYLON SS BKL RUN BRD NET CARGO BKL LANYD XLAY/SPDLY 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Drip pan for a ROM roll-up door (EA). Location(s): L2. Drip pan for a ROM roll-up door (EA). Location(s): L3. Drip pan for a ROM roll-up door (EA). Location(s): R1. Drip pan for a ROM roll-up door (EA). Location(s): R2. Drip pan for a ROM roll-up door (EA). Location(s): R3. Drip pan for a ROM roll-up door (EA). Location(s): B1. Pull-down bungee type straps for full height and high side roll-up door(s) on body / pump module. For use with ROM and AMDOR doors only. Vinyl Red hose bed cover without rear flap(s). Requires rear cover option. Vinyl Red crosslay cover top only. Nylon black strap with stainless steel quick-release buckle for hose tray. Strap to attach to side walls of tray down low as applicable. Location: driver side running board. Nylon black strap with stainless steel quick-release buckle for hose tray. Strap to attach to side walls of tray down low as applicable. Location: officer side running board. Nylon black cargo net on sides for crosslay/speedlay opening. Includes airline style quick release buckles at each corner (4 on each side). Rear buckles attached to a vertical lanyard pull release to allow net to drop XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 16 of 34 Date: 11-12-25 [07:48] CONTINUED Page 239 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 3305-0466 3320-0182-497 3320-0184-495 3320-0184-498 3320-0184-500 NET CARGO BKL LANYD HSBD SCBA STRG 1 BOTTLE E-ONE SCBA STRG 3 BOTTLE E-ONE SCBA STRG 3 BOTTLE E-ONE SCBA STRG 3 BOTTLE E-ONE 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty down/fold forward for rapid deployment. Nylon black cargo net on rear of the hosebed. Includes airline style quick release buckles at each corner. The top and bottom buckles attached to a vertical lanyard pull release to allow net to drop down/fold either side for rapid deployment. E-ONE designed (1) SCBA bottle storage driver side rear wheel well offset rearward with hinged door and push button latch. Door material to match wheel well material. Holds standard size SCBA bottle, 20lbs ABC Extinguisher (10.25"x7"x24") or 2.5 gal Water Extinguisher (9"x7"x24.5"). Door shall cover the recessed fuel fill if located in the wheel well adjacent to the SCBA storage. E-ONE designed (3) SCBA bottle storage driver side rear wheel well offset forward with hinged door and push button latch. Door material to match wheel well material. Holds standard size SCBA bottles. Upper storage troughs hold standard size 20lbs ABC Extinguisher (10.25"x7"x24") or 2.5 gal Water Extinguisher (9"x7"x24.5") in each trough. E-ONE designed (3) SCBA bottle storage officer side rear wheel well offset forward with hinged door and push button latch. Door material to match wheel well material. Holds standard size SCBA bottles. Upper storage troughs hold standard size 20lbs ABC Extinguisher (10.25"x7"x24") or 2.5 gal Water Extinguisher (9"x7"x24.5") in each trough. E-ONE designed (3) SCBA bottle storage officer side rear wheel well offset XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 17 of 34 Date: 11-12-25 [07:48] CONTINUED Page 240 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 3330-0107 3330-0277 3330-0279-060 3330-0279-062 3330-0336 3340-0004 HNDRAIL KNURL ALUM UPGRADE BDY STEP RR FLDG DRV LED IC STEP FLDG LED IC STEP FLDG LED IC STEP RR INT EMB DP HOSEBED 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 4.00 4.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty rearward with hinged door and push button latch. Door material to match wheel well material. Holds standard size SCBA bottles. Upper storage troughs hold standard size 20lbs ABC Extinguisher (10.25"x7"x24") or 2.5 gal Water Extinguisher (9"x7"x24.5") in each trough. Hand Rails, All body and pump module (if applicable) hand rails to use Austin Hardware model GR-002-AL-BRT-144 knurled bright anodized aluminum tubes IPOS. Innovative Controls dual lighted LED folding steps rear NFPA. Includes folding steps on driver side rear of the body. (staggered stepped as applicable with tailboard depth) for NFPA hosebed access and handrail mounted on driver side upper hosebed side (as applicable). Innovative Controls dual lighted LED folding step. Location: officer side front compartment face. Each location requires a minimum of (1) handrail per NFPA. Innovative Controls dual lighted LED folding step. Location: driver side front compartment face. Each location requires a minimum of (1) handrail per NFPA. Step rear 10" intermediate embossed treadplate with tapered corners. Locate below hosebed, includes two (2) or three (3) as applicable hand hold cut-outs on top of the step in place of the hand rail. Hosebed above the booster tank. Includes forward hosebed and tower(s) cover plate work (as applicable). Hosebed adjustable divider extrusion in the forward area and rearward area of the hose bed to run XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 18 of 34 Date: 11-12-25 [07:48] CONTINUED Page 241 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 3340-0027 3340-0035 3340-0049 3340-0058 3340-0075 3340-0079 3340-0093 3340-0102 3340-0145 3340-0191 3340-0486 3340-0681 GUARD CORNER DP (PR) FRT DIVIDER LONG HOSEBED PAN HOSEBED STORAGE FUEL FILL RECESSED APPARATUS BDY ALM CONST 90" TANK FILL TWRS IN HOSE BED PAN MUDFLAPS BLACK E-ONE TLBRD MOD BOSTON STYLE RUB RAIL PMP MOD AND BDY DIVIDER HOSEBED SUPPORT WHL WELL SNGL DP W/ABS LNR MAINFRAME LAYOUT LINE 24" 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 2.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty full width of the hosebed (as is practical with other hosebed mounted equipment). Diamond plate corner guards for the driver and officer front compartment face. Guards to wrap around the corner and be full height of side assembly or to a max of 96". Divider Long. To run full length of hose bed (front to rear). Hosebed storage pan. Locate in forward area of hosebed. Recessed fuel fill driver side wheel well. Body mainframe and hosebed side assemblies for a 90" high body. Locate Tank Fill Tower(s) in the hose bed storage pan as applicable. Mud flaps, rear, black with E-ONE logo. (Boston style) Angled tailboard corners. Rub rail for the body and pump area module(s). Divider Support to run full width of hosebed (side to side) at the front of the hosebed and towards the rear of the hosebed at top of the divider(s). Attach to each hosebed divider to provide additional support. Diamond plate single axle wheel well. Includes bolt-on composite wheel well liners and bolt-on polished alum fenderettes. Body mainframe layout line to be 24". Includes body and all applicable XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 19 of 34 Date: 11-12-25 [07:48] CONTINUED Page 242 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 3340-1137-12B 3340-1648 3340-2668 3365-0050 3365-0075-O97 3365-0086-1JB 3365-0087-Z71 3365-1622 EQUIPMENT ALLOWANCE TRIM ANODIZE ALUM BOTTOM EDGE OVRLY FLUSH ROOF TOP COMPTS LADDERS BRAND DUO-SAFETY LADDR TUNNEL FOR LOW HOSE BED PIKE POLE TYPE / SIZE SECTION AND ROOF LADDER LENGTH HARD SUCT STORAGE ABOVE TNL 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty modules. Equipment allowance on the apparatus shall be 2000 lbs. This allowance is in addition to the weight of the hoses and ground ladders listed in the shop order as applicable. Anodized aluminum trim on bottom edge of all body compartment openings including pump enclosure if applicable with painted edges. The outboard panels of the roof top compartments (or full width hosebed if applicable) to have painted smooth plate overlays that are flush with the body sides. Note: The front and rear of the panel will have a shallow vertical seam. Long bodies may also have a center seam. Brand of ladders capable of being carried on unit to be Duo-Safety. Officer side vertical storage tunnel. For use with low hose bed. Tunnel to hold: (1) 2-section, (1) roof, (1) attic, (2) pike poles, (1) backboard in Officer. Includes vertical hinged rear smooth plate door(s) with push-button latch. Pike pole(s) capable of being stored are to be the following length: (2) 10' New York Style Hooks. The length of ladders capable of being stored shall be the following: 24' 2-section, 14' roof ladder and 10' attic ladder w/shoes. (2) 6"x10' hard suction hose storage with stops located in the officer side tunnel above the ladder storage. Includes a rear access door matching the ladder storage door and diamond plate XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 20 of 34 Date: 11-12-25 [07:48] CONTINUED Page 243 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 3370-0245 3370-0247 3380-0460-135 3380-0460-136 3380-0461-000-13 3380-0462-000-13 3380-0498 3380-0515 4005-0031 4005-0196 4010-0064 SHELF PERMANENT MNT TRACK SHELF/TRAY TRAY SUCTION RNG BRD FLOATING TRAY SUCTION RNG BRD FLOATING FLRMT DRI DEK DRIVER TRAY FLRMT DRI DEK OFFICER TRAY TRAY FLR MNT W/500LB SLDS PNL PAC TRAC WALL MNT RATING 1500 GPM PUMP HALE QMAX 1250-2250-1/S TANK WTR "L" 780 GLN W/LWRD 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 4.00 7.00 1.00 1.00 1.00 1.00 3.00 4.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty top. Permanent fixed shelf. Aluminum or stainless steel body applications. Location: L1; L3; R1; R3 - @ OFFSET Tracks for adjustable shelf and/or adjustable tray in a compartment. Location: L1; L2; L3; B1; R1; R2; R3 Running board suction tray (floating style). Includes tapered 3" front corner. No slats. Location(s): driver side running board. Running board suction tray (floating style). Includes tapered 3" front corner. No slats. Location(s): officer side running board. Dri-Dek Brand Black floor matting covering on driver side running board suction tray floor. Dri-Dek Brand Black floor matting covering on officer side running board suction tray floor. Tray, floor mounted roll-out with gas spring. 500 lbs. capacity. Location: L3; B1; R3 PAC TRAC panels vertical stacked with tool mounting grooves orientated horizontal on wall of a compartment. Location: L1 U; L2; R1 U; R2 Rating 1500 GPM. Hale QMAX 1000-2250 GPM single stage pump. Requires primer option. 780 Gallon" L" shape Water Tank. Includes lowered rear section for lower hosebed height. Note: Any foam cell(s) optioned will reduce the overall water XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 21 of 34 Date: 11-12-25 [07:48] CONTINUED Page 244 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4010-0099 4015-0008 4015-0012 4015-0016 4015-0022 4015-0053-198 4015-0053-199 4015-0098 4015-0210 4015-0265 4015-0384 4415-0012-853 4415-0012-A22 4415-0014-581 4415-0014-582 FILL TOWER LOCATIONS ANODES HALE PUMP - PR PUMP SHIFT OVERRIDE VLV THERMAL RELIEF TRVL-120 PUMP SEAL MECH HALE STEAMERS FLUSH + 1 STEAMERS FLUSH + 1 DRAIN MASTER MANUAL COOLER PUMP 1/4 TURN VLV TRIDENT AUTO PMP PRIMER PUMP SHIFT ELECTRIC 2-BUTTON DIS 1.5 CRSLY MAN AKR DIS 1.5 CRSLY MAN AKR DIS 2.5 LH PNL MAN AKR DIS 2.5 LH PNL MAN AKR 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty capacity. Tank capacity is 780 US gallon / 649 Imperial gallons / 2952 Liters. Fill tower(s) to be located offset to officer side of water tank. Zinc anodes for Hale pump (PR), (1) discharge side and (1) intake side. Pump shift override, side panel mounted. Thermal relief valve, Hale TRVL-120. Mechanical pump seal - Hale. Steamers to be Flush + 1". Location: driver's side. Steamers to be Flush + 1". Location: officer's side. Manual operated master pump drain. The master drain shall be clearly marked and placed in accessible location on pump panel. Pump cooler with Innovative Control 1/4 turn valve with "T" handle and label. Trident W/3 barrel Automatic Pump Primer. For use with 1250 GPM and larger pumps. Requires 15.6 CFM or large engine air compressor. 2-Button electric pump shift. 1.5" Crosslay with Akron manual valve. Location: crosslay 1. 1.5" Crosslay with Akron manual valve. Location: crosslay 2. 2.5" Left Pump Panel Discharge Akron Manual Valve. Location: left side discharge 1. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 22 of 34 Date: 11-12-25 [07:48] CONTINUED Page 245 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 4415-0016-584 4415-0022-350 4415-0041 4415-0054-583 4415-0058-655 4415-0178-532 4415-0194 4415-1249 4417-0106-L65 4417-0175 4417-0177 4417-0185 DIS 2.5 RH PNL MAN AKR DIS 2.5 LH REAR MAN AKR DIS 3.0 DECK GUN MAN AKR DIS 4.0/3.0 RH PNL MAN AKR DIS 2.5 CRSLY MAN AKR SWVL FJL POLISHED SS DIS 2.5 FRT BPR MAN AKR DECON DISCH .75 HEATED DRV PIPING DECK GUN LOCATION CNTRL PUSH/PULL T-HNDL IC VLV 3/4 BLEEDER/DRAIN IC BEZEL DISCH/INTAKE IC SM 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 10.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty 2.5" Left Pump Panel Discharge Akron Manual Valve. Location: left side discharge 2. 2.5" Right Pump Panel Discharge Akron Manual Valve. Location: right side discharge 2. 2.5" Left Rear Discharge Akron Manual Valve. Location: left rear discharge. 3" Deck Gun Discharge, Akron manual valve. (outlet shall terminate with MNPT threads unless extend gun is install) 4" Right Pump Panel Discharge with 3" Akron Manual Valve (Waterous pumps noted location to be forward lower port). Location: right side discharge 1. 2.5" Crosslay Akron Manual Valve. Location: crosslay 3. Polished Stainless Steel Swivel Located on Top of Bumper officer's side of center tray for Front Bumper Discharge. 2.5" Front bumper discharge Akron manual valve. Decontamination discharge 3/4" with valve; heated. Includes pressure reducing valve, heat exchanger, and thermostatic mixing valve. Location: Driver side pump panel. Deck gun piping to be positioned centered in deck gun channel. Innovative Controls push/pull valve controls with locking T handles. Innovative Controls 3/4" bleeder/drain valve include 1/4 turn T-handle. Innovative Controls discharge and intake XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 23 of 34 Date: 11-12-25 [07:48] CONTINUED Page 246 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 0 4417-0246 4435-0347-527 4435-0451 4435-0453 4435-0458 4440-0005 4440-0006 4445-0009 4450-0010 4450-0119 4460-0003 4460-0004 4460-0088-283 MONITOR/NOZ DEALER INSTALLED GA IC 10LED TNK LVL WTR/PSTNK2 GA PRESS IC TC 2.5" GA PRESS IC TC 4" DUAL BZL GA PRESS 0-400/30-0-400 INT 2.5 LH PNL AKRON VALVE INT 2.5 RH PNL AKRON VALVE VLV RELIEF INTAKE AKRON TANK FILL 2.0 AKRON VLV TTP 3.0 AKRON W/4.0 TANK CONN PMP PNL TAGS COLOR CODED TAGS MECHANICALLY FASTENED AIR OUTLET VALVE 1 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 10.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty bezels with integral color code and verbiage for side mount pump panel. Dealer/Customer installed monitor, nozzle and/or tips, make and model as specified. Akron Apollo Hi-Riser IC 10 LED SL series/Whelen PSTank2 water tank level gauge package. Location of Whelen PSTank2 Strip Lights: each side of cab rear of front doors. Innovative Controls TC Series 2.5" (63MM) pressure gauge with chrome bezel. Innovative Controls TC Series 4" (100MM) Master pressure gauges with dual chrome bezel. Includes integrated test ports and alarm. Pump panel pressure gauges to be 0-400 / Master Intake gauge to be 30-0-400. 2.5" Left Intake Akron Manual Valve. 2.5" Right intake Akron manual valve. Intake relief valve, Akron. 2" tank fill Akron manual valve. 3" tank to pump Akron manual valve w/4" tank connection. Pump panel tags color coded per NFPA compliance. All tags installed on the exterior of the apparatus shall be mechanically fastened with stainless steel screws. These include but not limited to tags installed on the pump module, body, cab and bumper. Pump panel tags shall be mechanically fastened regardless whether the panel is enclosed behind a door. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 24 of 34 Date: 11-12-25 [07:48] CONTINUED Page 247 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 0 4460-0090 4465-0047 4475-0000 5010-0049 5010-0094 5010-0140 5010-0144-168 5010-0144-649 5010-0145 5100-0006-198 5100-0165 5110-0017 TAGS MECHANICALLY FASTENED P/P GOV PRESS FRC PUMPBOSS PBA500 PUMP CERT 750-2250 GPM VEHICLE DATA RECORDER SPRAY CORROSION INHIBITING ELEC SYSTEM V-MUX2 DTD DISPLAY ULTRAVIEW 7" (EA) DISPLAY ULTRAVIEW 7" (EA) CONTROLS HVAC MUX DISPLAY SWITCH FOOT Q2B ALARM DOOR AJAR ALARM BACK-UP 97 DB 1 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Air outlet with Innovative Control 1/4" valve w/1/4 turn "T" handle and label for: officer's side pump panel. All single tags placed directly on the pump panel to be mechanically fastened with screws. FRC PumpBoss Max pressure governor (PBA500 series). Includes engine monitor gauges. Pump certification 750-2250 GPM (or metric/imperial equivalent). Vehicle data recorder - 2009 / 2016 / 2024 NFPA compliant. Includes occupant detection shown in multiplex display. E-ONE chassis only. Nanoprotech (or equivalent) corrosion inhibiting spray coating to be applied on all exposed electrical connections. V-MUX2 DTD Electrical system for pumper / tanker / rescue / ARFF. 7" UltraView display for multiplex electrical system. Location: officer's side engine cover. 7" UltraView display for multiplex electrical system. Location: driver's side engine cover. HVAC Controlled through multiplex display(s). For use with VMUX DTD. Foot switch to control Q2B located driver's side. Audible door ajar alarm wired through door ajar light. For use with multiplex display(s) only. Back-up alarm 97 dB. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 25 of 34 Date: 11-12-25 [07:48] CONTINUED Page 248 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 0 5110-0219-762 5150-0017 5150-0151 5150-0205 5150-0271 5300-0506-000-4V 5300-0548 5300-0762 5310-0156 5310-0159 5350-0192 12V BLUE SEA PWR DIST MODULE LT LICENSE PLATE LED LTS MRKR PKG BDY/CAB LED LTS S/T,AT FR6 LED VERT CST4 BRACKET LICENSE PLATE LIGHTBAR LED COLOR (FRONT) MOUNT STD FRT FED BAR (PR) LT BAR FED NVG73 LT DIR FED MPS SM LED 6 LT LOC - DIRECTIONAL LT BR CNTRL CAMERA RR SAFETY VISION 1 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Blue Sea 12V power distribution module model 5032. Location: behind officer's seat. License plate light LED with chrome housing located at the rear of the body. Marker light package cab / body LED. Body lights to be .75" Dia for custom pumpers and tankers. Federal Signal FireRay LED vertical mount tail lights. Includes LED stop/tail, arrow turn and back-up lights with vertical 4 housing and weatherproof connectors. Bracket license plate at rear of body. Smooth plate sanded bracket. Front light bar LED color: Red/White with clear lenses (If applicable, includes side facing when colors are the same.) 2" standard mount for front Federal Navigator light bar (PR). Light bar Federal Signal Navigator 73" with (12) (without front vista windows) or (10) (with front vista windows) Quadraflare LED lights. Location: Centered on the front cab roof. Light bar Federal Signal MicroPulse Signal Master LED 32" with 6 lights. Directional light bar control is to be located per dash layout. Safety Vision back-up camera wired through multiplex display. Video displays automatically when transmission is in reverse. Camera only - does not include monitor. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 26 of 34 Date: 11-12-25 [07:48] CONTINUED Page 249 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 5380-0382 5380-0473 5390-0007 5390-0264-457 5390-0264-861 5390-0264-862 5390-0381 5390-0398 LT GROUND PKG TECNIQ E10 LG LT COMPT PKG TECNIQ E45 MED DL DECK LIGHT WIRING CIRCUIT LT SCENE FIRETECH FT-GESM (PR) LT SCENE FIRETECH FT-GESM (PR) LT SCENE FIRETECH FT-GESM (PR) LT HOSEBED TECNIQ E45 LT CROSSLAY TECNIQ PO4 LED 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Ground light package TecNiq E10 LED - large. Compartment light package TecNiq E45 LED for medium bodies. Includes two lights per compartment (four if transverse). Deck/scene light circuit wiring through chassis reverse. Requires rear deck or scene light. FireTech FT-GESM scene lights (PR) with chrome flange (when required) and weatherproof connectors. Switch in cab (driver and officer side lights switched separately). Locate: (1) each side of body rear facing up high. FireTech FT-GESM scene lights (PR) with chrome flange (when required) and weatherproof connectors. Switch in cab (driver and officer side lights switched separately). Locate: driver side forward and rearward areas of roof top storage compartment (inboard of warning lights if equipped). FireTech FT-GESM scene lights (PR) with chrome flange (when required) and weatherproof connectors. Switch in cab (driver and officer side lights switched separately). Locate: officer side forward and rearward areas of roof top storage compartment (inboard of warning lights if equipped). Hose bed light, Tecniq E45 LED strip light. Locate at the front area of hose bed. Switched with work light switch in cab. Crosslay light(s) LED TecNiq (EA), model P04-WBFP-1 with black housing(s). Locate to rear of crosslay (SM) and forward of crosslay (TM as applicable). Switched XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 27 of 34 Date: 11-12-25 [07:48] CONTINUED Page 250 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 5400-0185 5400-0224 5400-0259 5450-0337-493 5450-0438-4A7 5470-0004-663 5470-0004-744 5500-0009 5500-0010-209 5500-0024-170 LT PUMP COMPT TECNIQ LED (EA) LT ENGINE COMPT LED (EA) LT PMPPNL E10 LED 6 LT SM PKG LT FIRETECH 35" BROW MT WHT LT FIRETECH 72" SCENE WHT RECPT 20AMP/110V 3-PRONG INT RECPT 20AMP/110V 3-PRONG INT SIREN FED PA300 RECSED SIREN FED Q2B-FLUSH BMPR MNT LOC - ELECTRONIC SIREN 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 2.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty with work light switch in cab. LED pump compartment light (EA). Engine compartment light Optronics LED Series ILL22 (EA). TecNiq model E10 pump panel LED light package with (3) lights per side pump panel. Pump panels over 45" may require additional lights. Side mount only. FireTech 35" 12V mini brow light with white housing and flood optics. Includes switch in cab (driver and officer side facing lights switched separately). Location: driver and officer side over rear cab door. FireTech 72" 12V scene light with white housing. Includes switch accessible to driver. Side facing lights switched seperately. Location: front of cab between top of windshield and drip rail. Receptacle household 20A/110V duplex 3-prong NEMA 5-20 with cover plate interior mounted wired to inlet receptacle. Location: L1 high on forward wall. Receptacle household 20A/110V duplex 3-prong NEMA 5-20 with cover plate interior mounted wired to inlet receptacle. Location: R1 high on forward wall. Federal PA300 electronic siren recessed (if applicable) mounted. Federal Q2B siren - flush mounted in bumper. Location: driver side front bumper. Requires activation switch. The primary electronic siren control is to be located center overhead. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 28 of 34 Date: 11-12-25 [07:48] CONTINUED Page 251 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 5510-0029-852 5550-0068 5600-0106 5600-0680-3RE-4T 5600-0680-3RF-4T 5600-0680-3RG-4T 5600-0680-3RI-4T 5600-0680-464-4T SPKR FED DYNAMAX ES100-E1 FLSH PATTERN FED LED 75 PULSE LT ROTO RAY LED (2-RED 1-CLR) LTS FED FR6 LED (PR) LTS FED FR6 LED (PR) LTS FED FR6 LED (PR) LTS FED FR6 LED (PR) LTS FED FR6 LED (PR) 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 2.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Speaker, Federal Signal Dynamax ES100 with "E-ONE" grille through bumper. Location: one each side front bumper inboard of frame. Flash rate for Federal QuadraFlare and/or FireRay LED lower level warning lights to be set at FedPulse 75 - Simultaneous. Warning light Roto Ray LED with clear lenses, light diode color is (2) red and (1) clear. Locate on front of cab centered below windshield. Warning light Federal Signal FireRay model FR6 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side NFPA/ULC required lower zone front facing. Warning light Federal Signal FireRay model FR6 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side NFPA/ULC required lower zone forward side facing. Warning light Federal Signal FireRay model FR6 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side NFPA/ULC required lower zone midship side facing. Warning light Federal Signal FireRay model FR6 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side NFPA/ULC required lower zone rear facing. Warning light Federal Signal FireRay model FR6 LED (PR) RED with CLEAR lenses XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 29 of 34 Date: 11-12-25 [07:48] CONTINUED Page 252 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 5600-0681-457-4T 5600-0681-G98-4T 5600-0681-G99-4T 5600-0773-3RH-4T 5600-0850-170 7200-0026 7800-0003 7800-0008 7800-0018 LTS FED FR9 LED (PR) LTS FED FR9 LED (PR) LTS FED FR9 LED (PR) LTS FED MICROPULSE 3 (PR) LT HAZARD TECNIQ S38 LED SWVL STORZ 4FNSTX5 30DEG ELBOW LADDER 10' DUO-SAFETY FLDG LADDER ROOF 14' 775-A DUO-SFTY LADDER EXT 2SECT 900-A 24' DUO 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side of cab down low just ahead of rear doors. Warning light Federal Signal FireRay model FR9 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side of body rear facing up high. Warning light Federal Signal FireRay model FR9 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side of body side facing upper forward. Warning light Federal Signal FireRay model FR9 LED (PR) RED with CLEAR lenses (Note: Split LEDs are not available). Surface mounted with bezel. Location: (1) each side of body side facing upper rearward. Warning light Federal Signal Micro Pulse Ultra model MPS3 LED w/ bezel (PR) RED with CLEAR lenses. Location: (1) each side NFPA/ULC required lower zone rear side facing. Note: MicroPulse Series lights are only available with clear lenses. Hazard (door ajar) light TecNiq S38 LED red. Location: center overhead. Swivel Connector 4" FNST x 5" Storz 30 Deg Elbow with Tethered Cap. 10' folding Duo-Safety 585-A ladder. 14' roof ladder, Duo-Safety 775-A. Extension ladder, Duo-Safety 900-A, 24' 2-section. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 30 of 34 Date: 11-12-25 [07:48] CONTINUED Page 253 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 7900-0014 8100-0064 8100-0084 8100-0116 8100-0416 8100-0518 8100-0838 8100-0839 8100-0851 8100-0853 KIT DRIVEAWAY DOT REQUIRED PAINT BREAK STANDARD W/DIP PAINT PMP/PRCNT MODULE REAR BODY UNPAINTED GRILLE PNTD MESH W/PNTD FLAG PAINT DRIPRAILS BDY JOB COLOR PAINT MANUFACTURER PAINT BODY STANDARD - SMALL PAINT E-ONE CAB STANDARD PAINT CAB 2-TONE STANDARD 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty DOT Required Drive Away Kit - Kit includes three (3) triangular warning reflectors with carrying case. This kit is for the end user and is to remain with the truck. Cab paint break - standard with dip to grille. Break is 31.5" inches below the drip rail on Typhoon and Cyclone cabs. (100" wide Cyclone cab with 4" front raised roof to use 8100-0710). All applicable pump/pre-connect application modules are to have a job color finish. Includes upper and lower pump modules, crosswalk module and/or speedlay/pre-connect module (as applicable). Rear mounted body/pump module to be painted job color. Rear body surface to have a sanded finish (not painted job color). Includes hinged doors that do not have discrete sales codes and removable panels. Front cab grille mesh painted with the waving United States flag. ONLY available on Typhoon and Cyclone cabs. Paint Drip Rails. Paint all body compartment drip rails (hinged and/or rollup door) job color. PPG brand paint will be used on the E-ONE supplied components. Paint Body - Small - For Pumpers, Rear Mounts, S/A Tankers and Rescues (non-metallic). Color: PPG Eq FLNA 3225E-1 Paint E-ONE cab - (non-metallic) paint. Color: PPG Eq FLNA 3225E-1 Paint cab two-tone (non-metallic) color. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 31 of 34 Date: 11-12-25 [07:48] CONTINUED Page 254 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 8150-0011 8150-0024 8175-0086-000-39 8200-0117 8300-0042 8300-0061-000-G6 8300-0142-000-72 8300-0331 8300-0340 8300-0381 CAB INTER PAINT MT GRAY DOOR PANEL MASKING SCORP BUMPER TOP PERIMETER LETTER SIGN GOLD (EA) <=6 STRIPE RUBRAIL WHITE STRIPE SCOTCHLITE 6" CHEVRON A STRIPE SCOTCHLITE 6" CHEVRON A STRIPE SCLITE NOSTRT UPTO 6W STRIPE PAINT BRK SIGN GOLD OUT YLW MRKER FOR STND / WLK AREA 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 60.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Upper area of cab to be painted: PPG Eq FLNA 4006 The interior of the cab to be painted multi-tone gray finish. The lower area of the painted cab interior door panels to be masked off and left un-painted for reflective material. The top perimeter of the bumper to have Job Color Scorpion finish. Includes top lip, radius, and approx. 1" down. Requires formed heavy duty bumper. Sign Gold Letter (Each) upto 6" tall. The exact size and location of the letters as specified by the customer. White rubrail scotchlite insert. Chevron "A" style 6" individual Scotchlite striping full width on rear of body. Includes rear facing extrusions, panels and doors. Colors to be Red/Lemon Yellow. Chevron "A" style 6" individual Scotchlite striping on front bumper. Colors to be Yellow/Red. Single NFPA Scotchlite Stripe - up to 6" wide with hockey style, Z or S style or other customer specific design style. Stripe to be installed on cab and the body. Size, color and location as specified by the customer. Paint break Sign Gold cab stripe with outline - 3/4" wide total, gold with customer specified outline color. To be located above existing paint break. Yellow perimeter marking to indicate designated standing / walking areas XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 32 of 34 Date: 11-12-25 [07:48] CONTINUED Page 255 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 0 8400-0060 8400-0066 9100-0101 9100-0102 9100-0117 9100-0126 9100-0132 9100-0136 9100-0138 9100-0139 DRAWING GRAPHICS VISION GRAPHIC ON WINDOW (EA) WARRANTY MERITOR FRT AXLE WARRANTY MERITOR RR AXLE WARR 1 YR/24K GENERAL WARR CUSTOM CHAS 1Y/18K WARR ELECTRICAL 1Y/18K WARR BODY STRL ALUM 10Y/100K WARR CAB STRUCTURE 10Y/100K WARR PLMB/PIPE SS 10Y/100 1 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 2.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty above 48" high in compliance with NFPA 1900/1901 consisting of individual Reflexite diamonds approximately 1" wide. Steps, ladders and areas with a railing or structure at least 12" high are excluded from this requirement. Graphics drawing showing striping, lettering and logos. Requires E-ONE installed graphics. Vision graphic on window (EA). Location and design: Reference graphics layout drawing. Meritor 5 year / unlimited miles parts and labor warranty for front non-drive axle. Exceptions: MFS rated at 22,800 includes a 2 year / 200K miles parts and labor warranty and a front drive axle includes a 2 year / unlimited miles parts and labor warranty. Meritor 5 year unlimited miles, parts and labor rear drive single or rear drive tandem axle warranty. General One (1) year or 24,000 Miles Limited Warranty (RFW0001) Custom chassis One (1) Year or 18,000 Miles Limited Warranty (RFW0101). Electrical One (1) Year or 18,000 Miles Limited Warranty (RFW0201). Body Structure Aluminum Ten (10) years or 100,000 Miles Limited Warranty (RFW0502). Cab Structural Ten (10) Years or 100,000 Miles Limited Warranty (RFW0602). Plumbing and piping (Stainless Steel) Ten (10) years or 100,000 Miles Limited Warranty (RFW0800). XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 33 of 34 Date: 11-12-25 [07:48] CONTINUED Page 256 of 325 ORDER DETAIL WITHOUT PRICES BY ITEM Project Sales Order 149396 149396 387098 SUNBELT FIRE, INC 8050 MCGOWIN DRIVE FAIRHOPE, AL 36532 Customer:Dealer: Vehicle Type Order Date Plan. Del. Sales Admin. Plt 0 0 0 0 0 0 0 0 0 9100-0140 9100-0141 9100-0151 9100-0165 9300-0009 9300-0012 9300-0016 9300-0031 9300-0316 WARR PAINT LIMITED - 10Y WARR CAB PAINT LIMITED - 10Y WARR FRAME CORROSION 25/150 WARR FRAME ASSY STRL 50Y/250K MANUALS OPERAT & SRVC APPROVAL DRAWINGS PUMP PNL APPROVAL DRAWINGS-STANDARD APPROVAL DRAWINGS DASH PANEL GUIDE FAMA SAFETY 1 1 1 1 1 1 1 1 1 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 11-07-25 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item Number Item Description / Text Spq Code Seq Eff.Date Qty Paint and Finish (Exterior Clear coated) Ten (10) Years Limited Warranty (RFW0710). Cab Paint and Finish (Exterior Clear coated) Ten (10) Years Limited Warranty (RFW0710). Frame Rail Corrosion (Zinc Plate and Powder Coat) Twenty Five (25) Years or 150,000 Miles Limited Warranty (RFW0316). Frame Rail Lifetime (50) Years or 250,000 Miles Limited Warranty (RFW0305). Manuals, Operator and Service in digital format. Pump panel approval drawings. Will be provided on purchased units prior to construction. Approval Drawings-Standard. Dash/Console panel layout approval drawings. Will be provided on purchased units prior to construction. Fire Apparatus Safety Guide published by FAMA, latest edition. XPAL-CYCN NAVARRO, JOHN C O N F I D E N T I A L Page: 34 of 34 Date: 11-12-25 [07:48] End of Detail.... Page 257 of 325 Sunbelt Fire, Inc., is the Authorized Dealer for E-ONE Fire Apparatus • NFPA 1900 Compliance • Koni Front Shock Absorbers • 21,000-lbs. Front Axle • 27,000-lbs. Rear Axle • Wheel Covers • Tire Pressure Monitoring System • Gen4 Electronic Stability Control • Allison EVS3000 Transmission • Cummins L9 450-hp Engine • SmartDock SCBA Brackets • Valor Brand Seating • Seating Capacity Tag (6) • E-ONE Cyclone Cab • 12” raised vista roof, crew cab • 420-amp Leece-Neville alternator • 42/56 RHS/LHS Body Compartments • RHS/LHS Rooftop Stge Boxes • Side-Mount Pump Module • Single Stack, Triple Crosslays • ROM Brand Painted Roll-Up Doors • Wheelwell (10) SCBA bottle stge • Duo-Safety brand ladders • Hard suction stge, RHS upper body • Shelf/Tray Package • PAC-Trac toolboard systems • LHS/RHS runningboard trays • Hale QMAX 1500-gpm Pump • 780-gallon Poly water tank • Pump shift override • Trident Auto Primer • Electronic pump shift • Anodes • Hale TRV-L thermal relief valve • PSTank2 water level gauges • PumpBoss PBA500 pressure governor • Q2B mechanical siren • PA300 electronic siren • FireTech cab and body LED scene lights • Safety Vision Back-Up Camera • Federal Signal LED Warning Lights • Roto-Ray Warning Light Page 258 of 325 KUSSMAUL CHIEF SERIES REMOTE PANEL WA T E R F 3/4 1/2 1/4 E WATER TANK TO PUMP PRE 2 DISCHARGE 1 TANK FILL 3" DISCHARGE CERTIFICATION PUMP MODEL CERTIFICATE NO.SERIAL NO. GOV. SPEEDSERIES/PARALLEL ISSUE DATE G.P.M. @ P.S.I. @ R.P.M.G.P.M. @ P.S.I. @ R.P.M. G.P.M. @ P.S.I. @ R.P.M.G.P.M. @ P.S.I. @ R.P.M. 240086 1047175 Do NOT exceed max fill pressure. Gate back flow into tank before tankreaches full level. Continue filling at a rate which will allow excess waterto be completely evacuated by overflow pipe. Water should not beallowed to spill from the tank fill tower.Failure to follow these manufacture's instructions could result inover-pressurization and tank failure. Direct any inquiries to UPF,inc.at 800-638-8265Over-pressurization of tank will void warranty. 9#40+0)! PRE 3 DECK GUN DISCHARGE 3 LEFT REARFJL2.5 CROSSLAY 6*4166.'4'#&;1-6127/2 27/2$155/#: 24'5574'%10641. 5'66+0)25+ +&.' #/ 24'5'6 24'557 4 ' 42/ /'07 '0)+0'42/ INTAKEDISCHARGE 1FJL DISCHARGE 2 LEFT REARPRE 2 GROUPGROUP FAIRHOPE VOLUNTEER FIRE DEPARTMENT FAIRHOPE, AL SO149396 / Q0000000186 PUMPER CYCLONE 4X2 CHASSIS (FOR INTERNAL SALES PURPOSES ONLY) Da t e P r i n t e d : 2 0 2 5 - 1 1 - 1 0 a t 0 8 : 1 8 : 0 2 E S T Us e r n a m e : j o h n . n a v a r r o P/ N : S 1 4 9 3 9 6 Cr e a t o r : B e w l e y , J a r e d Ve r s i o n : A . 2 St a t e : I n W o r k Co n t e x t : P u m p e r Lo c a t i o n : / D e f a u l t / 1 4 9 0 0 0 / 1 4 9 3 9 6 / S a l e s D r a w i n g s Page 259 of 325 DISCHARGE 3 4"DISCHA R G E 4" DISCHARGEDISCHARGE 3 INTAKEDECK GUN2.5 CROSSLAYPRE 3 FAIRHOPE VOLUNTEER FIRE DEPARTMENT FAIRHOPE, AL SO149396 / Q0000000186 PUMPER CYCLONE 4X2 CHASSIS Da t e P r i n t e d : 2 0 2 5 - 1 1 - 1 0 a t 0 8 : 1 8 : 0 2 E S T Us e r n a m e : j o h n . n a v a r r o P/ N : S 1 4 9 3 9 6 Cr e a t o r : B e w l e y , J a r e d Ve r s i o n : A . 2 St a t e : I n W o r k Co n t e x t : P u m p e r Lo c a t i o n : / D e f a u l t / 1 4 9 0 0 0 / 1 4 9 3 9 6 / S a l e s D r a w i n g s Page 260 of 325 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor Greater than: Gen Govt - $5,001 NON Required Required N/A N/A N/A N/A Required Required Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. Sunbelt Fire Click or tap here to enter text. Click or tap here to enter text. Check any applicable boxes: ☐ State Contract ☐ ALDOT ☒ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? EOne Cyclone Pumper Truck 2. What is the total cost of the item or service? $ 893,300.00 3. How many do you need? 1 4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request 5. Vendor Name (Lowest Quote): Sunbelt Fire 6. Vendor Number: 830 If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount? 1,000,000 3. Budget code: 50470 Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 261 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-227 FROM: Jeff Montgomery SUBJECT: The I.T. Director, Jeff Montgomery, is requesting approval for the procurement of the renewal of 35 user subscriptions for the Citizenserve software by Online Solutions, LLC. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the procurement of the renewal of 35 user subscriptions of Citizenserve Software for multiple City departments from Online Solutions, LLC; and authorizes procurement allowed by the Code of Alabama 1975, Section 41-16-51(a)(11). The total annual cost will be $52,500.00. BACKGROUND INFORMATION: The I.T. Director, Jeff Montgomery, is requesting approval for the procurement of the renewal of 35 user subscriptions of Citizenserve Software for multiple City departments from Online Solutions, LLC. This software provides online submittal and permitting for citizens, builders, and developers. The annual cost per license is One Thousand Five Hundred Dollars ($1,500.00). The total annual cost will be Fifty-Two Thousand Five Hundred Dollars ($52,500.00). Currently, only 35 user licenses are being used and Baldwin County Commission is paying for 1 license. The Planning Department has 1 license that is budgeted but is not active. This procurement is exempt from formal bidding per Code of Alabama 1975, Section 41-16-51(a)(11) which states: “(a) Competitive bids for entities subject to this article shall not be required for utility services, the rates for which are fixed by law, regulation, or ordinance, and the competitive bidding requirements of this article shall not apply to: (11) Purchases of computer and word processing hardware when the hardware is the only type that is compatible with hardware already owned by the entity and custom software.” BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001100-50300 Computer Expense $1,500.00 $1,500.00 $0.00 Page 262 of 325 001120-50300 001130-50300 001160-50300 001180-50300 001350-50300 001360-50300 002-50300 003-50300 004010-50300 Computer Expense Computer Expense Computer Expense Computer Expense Computer Expense Computer Expense Computer Expense Computer Expense Computer Expense $15,000.00 $16,500.00 $1,500.00 $3,000.00 $6,000.00 $1,500.00 $1,500.00 $3,000.00 $4,500.00 $15,000.00 $15,000.00 $1,500.00 $3,000.00 $6,000.00 $1,500.00 $1,500.00 $3,000.00 $4,500.00 $0.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $54,000.00 $52,500.00 $1,500.00 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 263 of 325 RESOLUTION NO. ________ [1] That the City of Fairhope approves the procurement of the renewal of 35 user subscriptions of Citizenserve Software for the IT Department from Online Solutions, LLC; and authorizes procurement allowed by the Code of Alabama 1975, Section 41- 16-51(a)(11). The total annual cost is $52,500.00. ADOPTED ON THIS 18TH DAY OF DECEMBER 2025 _______________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 264 of 325 Current Citizenserve License Department Count of Department Building 11 Planning 9 Public Works 4 Water 3 Revenue 2 Electric 2 Streets 1 Gas 1 General 1 IT 1 Grand Total 35 Page 265 of 325 onlinesolutions ~ 1.800.325.9818 ~ citizenserve | onlinesolutions ~ 1.800.325.9818 ~ citizenserve Online Solutions LLC 1101 E. Warner Rd Suite 160 Tempe, AZ 85284 USA +18003259818 accounting@citizenserve.com www.citizenserve.com BILL TO City of Fairhope ATTN: Erik Cortinas 161 North Section St. Fairhope, AL 36532 INVOICE #DATE TOTAL DUE DUE DATE TERMS ENCLOSED 6143 07/01/2025 $51,000.00 07/01/2025 Due on receipt ACTIVITY QTY RATE AMOUNT Subscription:Annual Billing Annual billing for 34 Citizenserve user subscriptions (10/13/2025 - 10/12/2026) 34 1,500.00 51,000.00 SUBTOTAL 51,000.00 TAX (8.3%) 0.00 TOTAL 51,000.00 BALANCE DUE $51,000.00 Pay invoice Page 266 of 325 PUR-004 - 082522 CITY OF FAIRHOPE PURCHASING DEPARTMENT PURCHASING REQUEST FORM Under $5,000 No restrictions Not Required N/A N/A N/A Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor Greater than: Gen Govt - $5,001 NON Required Required N/A N/A N/A N/A Required Required Required Required *Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution. **Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases. Citizenserve 6285 Click or tap here to enter text. Click or tap here to enter text. Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group ☐ Sole Source (Attach Sole Source Justification) 1. What item or service do you need to purchase? Click or tap here to enter text. 2. What is the total cost of the item or service? 51000 3. How many do you need? Click or tap here to enter text. 4. Item or Service Is: ☐ New ☐ Used ☐ Replacement ☒ Annual Request 5. Vendor Name (Lowest Quote): Click or tap here to enter text. 6. Vendor Number: Click or tap here to enter text. If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information. 1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request 2. If budgeted, what is the budgeted amount 54,000 3. Budget code: Attachment Email completed form with quotes and other supporting documentation to Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov. Page 267 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-228 FROM: Stephanie Hollinghead, Chief SUBJECT: The Chief of Police, Stephanie Hollinghead, is requesting to procure promotional assessment and testing services for the ranks of Corporal, Sergeant, and Lieutenant. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the selection of Mark Foster Company by the Mayor for RFQ PS26-014 Professional Services for the Promotion Assessment Center for the Police Department, and authorize the Mayor to negotiate the not-to-exceed cost to be approved by City Council. BACKGROUND INFORMATION: The Chief of Police, Stephanie Hollinghead, is requesting to procure promotional assessment and testing services for the ranks of Corporal, Sergeant, and Lieutenant. The scope of work includes developing a written exam, administering the exam, handling the interview process, and making a final recommendation for promotion. Utilizing the promotion assessment center will help the department to more accurately evaluate candidates, reinforce fairness and objectivity, help identify true leadership ability, decrease the risk of poor promotions, and enhance professional development. The testing will be customized to the Fairhope Police Department and State of Alabama laws. Mayor Sullivan has selected Mark Foster Company for this service. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001150- 50290 Professional Services $15,000.00 TBT $0.00 001150-50290-50 Promotion Assessment Center $15,000.00 Page 268 of 325 GRANT: N/A LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 269 of 325 RESOLUTION NO. ____ BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City Council approves the selection by Mayor Sherry Sullivan for Professional Services for (RFQ PS26-014) for the Promotion Assessment Center for the Police Department to Mark Foster Company; and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. ADOPTED ON THIS 18TH DAY OF DECEMBER, 2025 _______________________________ James Reid Conyers, Jr., Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 270 of 325 Sherry Sullivan Mayor Council Members: Andrea F. Booth Jack Burrell, ACMO Jimmy Conyers Joshua N. Gammon Jay Robinson Lisa A. Hanks, MMC City Clerk Kimberly Creech Treasurer 61 North Section St. PO Box 429 Fairhope, AL 36533 251-928-2136 (p) MEMO To: Lisa Hanks, City Clerk Kim Creech, Treasurer From: ______________________________ Erin Wolfe, Purchasing Manager Date: December 10, 2025 Re: RFQ PS 26-014 Professional Services – Promotion Assessment Center for Police Department The Police Chief, Stephanie Hollinghead, is requesting the hiring of a professional Services for a Promotion Assessment Center for the Police Department. Per our Procedure for Procuring Professional Services, Chief Hollinghead and I are providing firms for the Mayor to select from for the work. The purpose of this contract is to help the Police Department more accurately evaluate candidates, reinforce fairness and objectivity, help identify true leadership ability, decrease the risk of poor promotions, and enhance professional development. Please move this procurement of professional services forward to the Mayor for the selection of a professional service provider. The short list is: _____________ ___________ Mark Foster Company _____________ ___________ None. Submit another list Cc: file, Stephanie Hollinghead, Mayor Sherry Sullivan Dec 11, 2025 Page 271 of 325 Memo to choose - Prof Srvcs - Police Assessment Center Final Audit Report 2025-12-11 Created:2025-12-10 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAfwuJcAq1D5sZ0KbyRKPSANBx4R0lAv3E "Memo to choose - Prof Srvcs - Police Assessment Center" Hist ory Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-12-10 - 4:55:39 PM GMT Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-12-10 - 4:56:07 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-12-10 - 5:18:21 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-12-11 - 4:07:06 PM GMT - Time Source: server Agreement completed. 2025-12-11 - 4:07:06 PM GMT Page 272 of 325 Page 273 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-229 FROM: Stephanie Hollinghead, Chief Nicole Love, Grants Coordinator SUBJECT: The Chief of Police, Stephanie Hollinghead, and the Police Community Outreach and Communication Specialist, Sheri Swartz, are requesting to procure a professional consultant for prevention education and assistance for individuals actively involved with illicit substances in finding the necessary support to transform their lives for the better. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: To approve the selection by the Mayor of People Engaged in Recovery ("PEIR") for RFQ PS26-015 Prevention Education and Assistance for Individuals involved with illicit substances for the Police Department, and authorize the Mayor to negotiate the not-to- exceed cost to be approved by City Council. BACKGROUND INFORMATION: Our department's mission, as the driving force behind the "Community Overdose Prevention Effort" (C.O.P.E.), is to save lives. We aim to achieve this through prevention education and by assisting individuals actively involved with illicit substances in finding the necessary support to transform their lives for the better. A vital partner in our recovery efforts is the organization "People Engaged in Recovery" (PEIR). PEIR acts as an emergency support line for those battling addiction, connecting individuals with resources that suit their needs. A PEIR coordinator visits our jail weekly and maintains ongoing communication with our staff, working diligently to encourage inmates to choose recovery, thereby improving their lives and, ideally, preventing their return to incarceration. Furthermore, we heavily rely on PEIR for prevention education, both for the general public and our own personnel. We were among the few departments to collaborate with PEIR and take advantage of their free services. However, word has spread, and their demand is increasing rapidly. PEIR has one dedicated coordinator for Baldwin County; while we depend on her expertise, we recognize she is serving many individuals. For this reason, we firmly believe that one of the most effective ways to utilize grant Page 274 of 325 funds for combating addiction and preventing overdoses is to sponsor a second PEIR outreach coordinator for Baldwin County. PEIR's initiatives have demonstrated tangible results, but the need for assistance is so great that we now find ourselves waiting in line. By supporting their work, we can benefit our department and countless others throughout Baldwin County. Some of the confirmed trainings & outreach efforts within our city limits would include: • Narcan training at each municipal court date – bi-monthly, minus holidays (average 20 per year) • Monthly group meetings with inmates • Outreach efforts at local high school as requested Utilizing “People Engaged in Recovery” will significantly enhance our department's ability to reach out to community members who require support. Engaging individuals in recovery to connect with those struggling with addiction offers a deeper understanding and connection than what a law enforcement officer might achieve with someone facing this challenge. Mayor Sullivan has selected People Engaged in Recovery ("PEIR") for this professional service. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget 001150- 50290 $___ $___ ($____) GRANT: Department of Justice Fentanyl/Overdose Prevention Grant LEGAL IMPACT: N/A FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: N/A Individual(s) responsible for follow up: N/A Action required (list contact persons/addresses if documents are to be mailed or emailed): N/A Page 275 of 325 RESOLUTION NO. _____ , as follows: [1] That the City Council approves the selection by Mayor Sherry Sullivan for Professional Consultant Services for (RFQ PS26-015) for Prevention Education and Assistance for Individuals involved with illicit substances for the Police Department to People Engaged in Recovery (“PIER”); and hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by Council. DULY ADOPTED THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Attest: _____________________________ Lisa A. Hanks, MMC City Clerk Page 276 of 325 Sherry Sullivan Mayor Council Members: Andrea F. Booth Jack Burrell, ACMO Jimmy Conyers Joshua N. Gammon Jay Robinson Lisa A. Hanks, MMC City Clerk Kimberly Creech Treasurer 61 North Section St. PO Box 429 Fairhope, AL 36533 251-928-2136 (p) MEMO To: Lisa Hanks, City Clerk Kim Creech, Treasurer From: ______________________________ Erin Wolfe, Purchasing Manager Date: December 10, 2025 Re: RFQ PS 26-015 Professional Services – People Engaged in Recovery The Police Community Outreach and Communication Specialist, Sheri Swartz, is requesting the hiring of a professional consultant for prevention education and assistance for individuals actively involved with illicit substances in finding the necessary support to transform their lives for the better. This will be using a Department of Justice Grant for Fentanyl education and training. Per our Procedure for Procuring Professional Services, Sheri Swartz and I are providing firms for the Mayor to select from for the work. The scope of this contract will include: • Narcan training at each municipal court date (Average 20 per year) • Monthly group meetings with inmates • Outreach efforts at the local high school as requested Please move this procurement of professional services forward to the Mayor for the selection of a professional service provider. The short list is: _____________ ___________ People Engaged in Recovery (“PEIR”) _____________ ___________ None. Submit another list Cc: file, Stephanie Hollinghead, Sheri Swartz, Nicole Love, Mayor Sherry Sullivan Dec 11, 2025 Page 277 of 325 Memo to choose - Prof Srvcs -People Engaged in Recovery Final Audit Report 2025-12-11 Created:2025-12-10 By:Erin Wolfe (erin.wolfe@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAjQBAHCAueeR1HzuOB6cgxG3MVjgifzEU "Memo to choose - Prof Srvcs -People Engaged in Recovery" Hi story Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov) 2025-12-10 - 10:39:42 PM GMT Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature 2025-12-10 - 10:40:10 PM GMT Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) 2025-12-11 - 4:05:31 PM GMT Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov) Signature Date: 2025-12-11 - 4:06:00 PM GMT - Time Source: server Agreement completed. 2025-12-11 - 4:06:00 PM GMT Page 278 of 325 1 REQUEST FOR USE: FENTANYL/OVERDOSE PREVENTION GRANT MONIES Page 279 of 325 2 With this mission in mind, we request the allocation of $50,000 from our grant funds to expand the reach of this life-saving program. • Narcan training at each municipal court date – bi-monthly, minus holidays (average 20 per year) • Monthly group meetings with inmates • Outreach efforts at local high school as requested and Page 280 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-208 FROM: Lisa Hanks, CITY CLERK SUBJECT: Temporarily suspends Ordinance No. 1425 from noon on December 31, 2025 to noon on January 1, 2026 for purposes of New Year’s Celebration Activities. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: That the City Council hereby temporarily suspends Ordinance No. 1425 from noon on December 31, 2025 to noon on January 1, 2026 for purposes of New Year’s Celebration Activities. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 281 of 325 RESOLUTION NO. _____ NOW THEREFORE BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That the City of Fairhope hereby temporarily suspends Ordinance No. 1425 from noon on December 31, 2025 to noon on January 1, 2026 for purposes of New Year’s Celebration Activities. ADOPTED THIS 18TH DAY OF DECEMBER, 2025 _________________________________ James Reid Conyers, Jr. Council President Page 282 of 325 ORDINANCE NO. 1425 AN ORDINANCE TO AMEND AND ADD TO CHAPTER 4 ALCOHOLIC BEVERAGES, ARTICLE I. IN GENERAL, SECTION 4-2, RELATING TO HOURS OF SALE, FAIRHOPE CODE OF ORDINANCES BE IT ORDAINED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, as follows: Section 1. The Code of Ordinances, City of Fairhope, Alabama, Chapter 4 Alcoholic Beverages, Article I, Section 4-2, is hereby amended to reflect the following changes and additions: Article I. — IN GENERAL Section 4-2. Hours of Sale Regulated; Penalty. a) It shall be unlawful for any person holding a license issued by the state alcoholic beverage control board or a license issued by the city for the purpose of selling alcoholic beverages for consumption on premises and curtilage thereof, excluding private clubs, to exchange, barter, give or sell any alcoholic beverages to the general public during the following hours and days: Sunday through Wednesday from 12:00 a.m. (midnight) to 7:00 a.m.; and Thursday, Friday, and Saturday from 2:00 a.m. to 7:00 a.m. b) Upon conviction of violating this section, in addition to the penalty prescribed in section 1-8, any license issued by the city shall be revoked instanter. c) Any individual, business and/or group who plan to host an event that is not on a holiday as defined in this ordinance and that will not adhere to the rules and regulations set forth in this ordinance shall be allowed to obtain two (2) special event permits each year. Holidays, as defined in this section are: New Years Eve/New Year Day, Mardi Gras (dates specific to each parading organization permitted by the City of Fairhope, including Mardi Gras Day), St. Patrick's Day, Arts and Crafts (third weekend of March each year, Friday and Saturday only), Cinco de Mayo, Halloween, Thanksgiving Day, and the Fourth of July. d) The individual, business and/or group obtaining two (2) special event permits must complete an application with specifics on the requested event and must have written permission of two-thirds (2/3) of businesses/residents within three hundred 300) feet of said event and one hundred (100) percent of the businesses/residents within three hundred (300) feet of said event must be notified of the event. Application, petition and/or written permission, and notifications must be submitted to the City of Fairhope eight (8) weeks prior to the event. e) These two (2) special events will require review by the Chief of Police or his/her designee to determine if security is to be provided. If it is determined that security is needed, it must be provided thirty (30) minutes prior to the event and one hour after the event ends. Page 283 of 325 Ordinance No. 1425 Page-2— Section 2. The sections, paragraphs, sentences, clauses and phrases of this ordinance are severable, and if any phrase, clause, sentence, paragraph or section of this ordinance shall, be declared unconstitutional by a court of competent jurisdiction, then such ruling shall not affect any other paragraphs and sections, since the same would have been enacted by the municipality council without the incorporation of any such unconstitutional phrase, clause, sentence, paragraph or section. Section 3. This ordinance shall take effect immediately upon its due adoption and publication as required by law. ADOPTED THIS 24TH DAY OF MAY, 2010 ATTEST: Lisa A. anks, Cit Clerk a Page 284 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-225 FROM: Lisa Hanks, CITY CLERK SUBJECT: Request — To Approve the 2026 Regular City Council Meetings. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 285 of 325 Fairhope Municipal Complex Council Chamber located at 161 North Section Street 6:00 p.m. on Second and Fourth Mondays or Noted below! Months Regular Date Rescheduled Reason January 1/12/2026 January 1/26/2026 February 2/9/2026 February 2/23/2026 2/19/2026 at 4:30 p.m.Electric Cities of Ala. Feb 23 - Feb 25, 2026 March 3/9/2026 March 3/23/2026 April 4/13/2026 TBD Spring Break April 4/27/2026 May 5/11/2026 May 5/25/2026 5/26/2026 Memorial Day - 25 June 6/8/2026 June 6/22/2026 July 7/13/2026 July 7/27/2026 August 8/10/2026 August 8/24/2026 September 9/14/2026 September 9/28/2026 October 10/12/2026 October 10/26/2026 November 11/9/2026 November 11/23/2026 TBD Thanksgiving Week December 12/14/2026 December 12/28/2026 TBD Christmas Holidays - 24-25 2026 Regular City Council Meetings City of Fairhope Page 286 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-220 FROM: Lisa Hanks, CITY CLERK SUBJECT: Request — Allison Marlow, Girl Scouts of Southern Alabama, Service Unit 8017 Coordinator, request permission for City Council approval for Girl Scout Troop 8017 to sell cookies in downtown Fairhope on City property. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: Girl Scout Troop 8017 has sold cookies in downtown Fairhope in years prior with City Council approval. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 287 of 325 Jenny Opal Wilson From: Sent: To: Subject: Good morning, Allison Marlow <al1isonmar1ow7 @gma il.com > Tuesday, Decembe r 9, 2025 11 :00 AM Jenny Opal Wilson Dec 18 city counc il agenda Thank you for speaking with me this morning. I am the leader of Girl Scout Troop 8017 in Fairhope. Every year our scouts request permission from City Council to sell cookies downtown on city property. May we be put in the agenda for the Dec 18 mtg, please . Thank you Allison 1 Page 288 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-221 FROM: Paige Crawford, DIRECTOR OF COMMUNITY AFFAIRS SUBJECT: Request - R. Brian Sanders, President Elect, Fairhope Sunset Rotary Club, request permission for the use of the City streets for a fundraising event that will benefit local charities on Saturday, January 31, 2026 for the Annual 0.5K Run in Fairhope from 2:30 - 3:30 p.m. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: Requesting the same route and logistics as previous years. The run will start at 3:00 p.m. at Bay Breeze Café' and will proceed west on Fairhope Avenue, then right (north) on N. Summit Street, then right (east) on Magnolia Avenue, then right (south) on N. Church Street, then right (south) on Fairhope Avenue and ending at Bay Breeze Café'. BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Action required (list contact persons/addresses if documents are to be mailed or Page 289 of 325 emailed): Page 290 of 325 City of Fairhope Approval Special Event Request Date complete application submitted to Rental Facilities Department Event: ______________________________________________________________________________ Person Requesting: ___________________________________________________________________ Date of Event: _______________________________________________________________________ Location: ___________________________________________________________________________ $ ___________ Approval/Disapproval supporting documentation attached. Approval: ______________________________________ Date: _______________ Approx. security cost Police Chief/Designee ______________________________________ Date: _______________ Approx. cost city services $____________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Disapproval: _______________________________________ Date: ______________ Police Chief _______________________________________ Date: ______________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Route back to rental facilities department for application package finalization NOTES: _______________________________________________________________________________________ _____________________________________________________________________________________________ Rev. 01/20 MS/CM Stephanie Hollinghead (Dec 8, 2025 14:46:03 CST) Stephanie Hollinghead 0.5 k Road Race 2026 Fairhope Sunset Rotary Club (Brian Sanders) 01/31/2026 See Attached Map 12/8/25 540.00 4 12 08 2025 George Ladd (Dec 8, 2025 15:29:08 CST) 12/8/25 350.00 Paige Crawford (Dec 8, 2025 15:39:19 CST) Paige Crawford 12/8/25 Page 291 of 325 Page 292 of 325 Page 293 of 325 Page 294 of 325 Page 295 of 325 Page 296 of 325 Page 297 of 325 Page 298 of 325 Page 299 of 325 Page 300 of 325 Signature: Email: Signature: Email: George Ladd (Dec 8, 2025 15:29:08 CST) george.ladd@fairhopeal.gov Paige Crawford (Dec 8, 2025 15:39:19 CST) Paige Crawford paige.crawford@fairhopeal.gov Page 301 of 325 0.5k Road Race 2026 Packet_0001 Final Audit Report 2025-12-08 Created:2025-12-08 By:Nick Martin (nicholas.martin@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAdmFWTuUvOtEruZoTiTzwJWJC_ZGnWM2r "0.5k Road Race 2026 Packet_0001" History Document created by Nick Martin (nicholas.martin@fairhopeal.gov) 2025-12-08 - 8:01:20 PM GMT Document emailed to stephanie.hollinghead@fairhopeal.gov for signature 2025-12-08 - 8:07:31 PM GMT Email viewed by stephanie.hollinghead@fairhopeal.gov 2025-12-08 - 8:40:58 PM GMT Signer stephanie.hollinghead@fairhopeal.gov entered name at signing as Stephanie Hollinghead 2025-12-08 - 8:46:01 PM GMT Document e-signed by Stephanie Hollinghead (stephanie.hollinghead@fairhopeal.gov) Signature Date: 2025-12-08 - 8:46:03 PM GMT - Time Source: server Document emailed to George Ladd (george.ladd@fairhopeal.gov) for signature 2025-12-08 - 8:46:12 PM GMT Email viewed by George Ladd (george.ladd@fairhopeal.gov) 2025-12-08 - 9:28:25 PM GMT Document e-signed by George Ladd (george.ladd@fairhopeal.gov) Signature Date: 2025-12-08 - 9:29:08 PM GMT - Time Source: server Document emailed to paige.crawford@fairhopeal.gov for signature 2025-12-08 - 9:29:12 PM GMT Email viewed by paige.crawford@fairhopeal.gov 2025-12-08 - 9:37:14 PM GMT Signer paige.crawford@fairhopeal.gov entered name at signing as Paige Crawford 2025-12-08 - 9:39:17 PM GMT Page 302 of 325 Document e-signed by Paige Crawford (paige.crawford@fairhopeal.gov) Signature Date: 2025-12-08 - 9:39:19 PM GMT - Time Source: server Agreement completed. 2025-12-08 - 9:39:19 PM GMT Page 303 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-224 FROM: Paige Crawford, DIRECTOR OF COMMUNITY AFFAIRS SUBJECT: Request — Fairhope East K-6 Parent Teacher Corporation, Fairhope West Parent Teacher Partnership, and J. Larry Newton Parent Teacher Organization, are requesting permission to close the streets in downtown Fairhope on Saturday, February 28, 2026, from 6:00 a.m. to 10:00 a.m. for the 11th annual "The Pirate Dash" a 5K Run and 1 Mile Fun Run; and requesting electricity at the starting/ending point of the race on the Bluff with barricades at major road intersections. The Pirate Dash will begin and end at the same location on Magnolia Avenue on the Bluff (Henry George Park). AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Page 304 of 325 Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 305 of 325 City of Fairhope Approval Special Event Request Date complete application submitted to Rental Facilities Department Event: ______________________________________________________________________________ Person Requesting: ___________________________________________________________________ Date of Event: _______________________________________________________________________ Location: ___________________________________________________________________________ $ ___________ Approval/Disapproval supporting documentation attached. Approval: ______________________________________ Date: _______________ Approx. security cost Police Chief/Designee ______________________________________ Date: _______________ Approx. cost city services $____________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Disapproval: _______________________________________ Date: ______________ Police Chief _______________________________________ Date: ______________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Route back to rental facilities department for application package finalization NOTES: _______________________________________________________________________________________ _____________________________________________________________________________________________ Rev. 01/20 MS/CM Stephanie Hollinghead (Sep 26, 2025 10:22:21 CDT) Stephanie Hollinghead Pirate Dash 2026 Fairhope K-6 PTC(Heather Bailey) 02/28/26 Henr y George Bluff and Streets (See attached map) 9/26/2025 1620.00 09 22 2025 George Ladd (Sep 26, 2025 15:16:08 CDT) 9/26/25 650 Paige Crawford (Sep 26, 2025 15:20:30 CDT) Paige Crawford 9/26/25 Page 306 of 325 Page 307 of 325 Page 308 of 325 Page 309 of 325 Page 310 of 325 Page 311 of 325 Page 312 of 325 Page 313 of 325 Signature: Email: Signature: Email: George Ladd (Sep 26, 2025 15:16:08 CDT) george.ladd@fairhopeal.gov Paige Crawford (Sep 26, 2025 15:20:30 CDT) Paige Crawford paige.crawford@fairhopeal.gov Page 314 of 325 CITY OF FAIRHOPE AGENDA MEMORANDUM Item ID: 2026-222 FROM: Paige Crawford, DIRECTOR OF COMMUNITY AFFAIRS SUBJECT: Request — Jill Everson and Jose Rodriquez of Thomas Hospital request approval for the Spring Fever Chase 10K and 2 Mile Fun Run on March 21, 2026, from 5:30 a.m. - 12:00 p.m. with street closures at Knoll Park and Bayfront Cliff Drive - Fels Avenue; 15 barricades at start and banner hung on Bayview Avenue with trash cans and light;15 barricades at finish with tent and banner hung on Mobile Street; and sound at start of south side of N. Bayview Avenue and at finish near Fels Avenue. AGENDA DATE: December 18, 2025 RECOMMENDED ACTION: City Council Approval. BACKGROUND INFORMATION: BUDGET IMPACT/FUNDING SOURCE: Account No. Account Title Current Budget Cost Available Budget $___ $___ ($____) GRANT: LEGAL IMPACT: FOLLOW UP IMPLEMENTATION: For time-sensitive follow up, select deadline date for follow up: Individual(s) responsible for follow up: Page 315 of 325 Action required (list contact persons/addresses if documents are to be mailed or emailed): Page 316 of 325 City of Fairhope Approval Special Event Request Date complete application submitted to Rental Facilities Department Event: ______________________________________________________________________________ Person Requesting: ___________________________________________________________________ Date of Event: _______________________________________________________________________ Location: ___________________________________________________________________________ $ ___________ Approval/Disapproval supporting documentation attached. Approval: ______________________________________ Date: _______________ Approx. security cost Police Chief/Designee ______________________________________ Date: _______________ Approx. cost city services $____________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Disapproval: _______________________________________ Date: ______________ Police Chief _______________________________________ Date: ______________ Director of Public Works/Designee _______________________________________ Date: ______________ Director of Community Events Route back to rental facilities department for application package finalization NOTES: _______________________________________________________________________________________ _____________________________________________________________________________________________ Rev. 01/20 MS/CM Stephanie Hollinghead (Dec 8, 2025 10:12:44 CST) Stephanie Hollinghead Spring Fever Chase 10k & 2 Mile Fun Run Jill Everson & Jose Rodriguez 3/21/2026 See Attached Map 12/8/25 8,640 4 12 05 2025 George Ladd (Dec 8, 2025 10:25:01 CST) 12/8/2025 1,500.00 Paige Crawford (Dec 8, 2025 13:30:41 CST) Paige Crawford Page 317 of 325 Page 318 of 325 Page 319 of 325 Page 320 of 325 Page 321 of 325 Page 322 of 325 Signature: Email: Signature: Email: George Ladd (Dec 8, 2025 10:25:01 CST) george.ladd@fairhopeal.gov Paige Crawford (Dec 8, 2025 13:30:41 CST) Paige Crawford paige.crawford@fairhopeal.gov Page 323 of 325 Spring Fever Chase 2026 packet_0001 Final Audit Report 2025-12-08 Created:2025-12-05 By:Nick Martin (nicholas.martin@fairhopeal.gov) Status:Signed Transaction ID:CBJCHBCAABAAFdLJ3pYdmVpGuxYohcRGVRXSEogBz4JR "Spring Fever Chase 2026 packet_0001" History Document created by Nick Martin (nicholas.martin@fairhopeal.gov) 2025-12-05 - 4:01:13 PM GMT Document emailed to stephanie.hollinghead@fairhopeal.gov for signature 2025-12-05 - 4:04:29 PM GMT Email viewed by stephanie.hollinghead@fairhopeal.gov 2025-12-05 - 7:12:00 PM GMT Signer stephanie.hollinghead@fairhopeal.gov entered name at signing as Stephanie Hollinghead 2025-12-08 - 4:12:42 PM GMT Document e-signed by Stephanie Hollinghead (stephanie.hollinghead@fairhopeal.gov) Signature Date: 2025-12-08 - 4:12:44 PM GMT - Time Source: server Document emailed to George Ladd (george.ladd@fairhopeal.gov) for signature 2025-12-08 - 4:12:47 PM GMT Email viewed by George Ladd (george.ladd@fairhopeal.gov) 2025-12-08 - 4:23:47 PM GMT Document e-signed by George Ladd (george.ladd@fairhopeal.gov) Signature Date: 2025-12-08 - 4:25:01 PM GMT - Time Source: server Document emailed to paige.crawford@fairhopeal.gov for signature 2025-12-08 - 4:25:08 PM GMT Email viewed by paige.crawford@fairhopeal.gov 2025-12-08 - 7:29:33 PM GMT Signer paige.crawford@fairhopeal.gov entered name at signing as Paige Crawford 2025-12-08 - 7:30:39 PM GMT Page 324 of 325 Document e-signed by Paige Crawford (paige.crawford@fairhopeal.gov) Signature Date: 2025-12-08 - 7:30:41 PM GMT - Time Source: server Agreement completed. 2025-12-08 - 7:30:41 PM GMT Page 325 of 325