Full Document
*revised MONDAY, FEBRUARY 2, 2026 CITY HALL - COUNCIL CHAMBERS CAUCUS - 6:45 PM | COUNCIL MEETING - 7:00 PM MEETING CALL TO ORDER | MOMENT OF SILENT PRAYER | PLEDGE OF ALLEGIANCE ROLL CALL EXECUTIVE SESSION Per Charter Article 15, Section (2): To consider the purchase of property for public purposes COMMITTEE REPORTS* ENVIRONMENT, PUBLIC WORKS, PLANNING, ZONING & DEVELOPMENT LOCAL GOVERNMENT & COMMUNITY SERVICES FINANCE WRITTEN COMMUNICATIONS, PETITIONS AND CLAIMS ~ LEGISLATIVE AGENDA ~ LEGISLATION ON FOR FIRST READING COUNCILWOMAN WERING ORD. 26-__ Amending Section 909.01_Street Cleaning Deposit ORD. 26-__ Amending Sections 901.02_ Street Openings and 1305.04_Contractor Registration COUNCILWOMAN GREENFIELD ORD. 26-__ Authorizing Purchase of Turnout Gear for Fire Department RES. 26-__ Donation of Changing Table to Recreation Department LEGISLATION ON FOR SECOND READING COUNCILWOMAN MANN ORD. 26-04 Contract with City Engineer for Belvidere Ave Waterline and Sewer Project ORD. 26-05 Contract with City Engineer for Circlewood Dr Waterline Project COUNCILWOMAN WERING ORD. 26-06 Summerfest 2026 - Allowing Sale of Alcoholic Beverages COUNCILWOMAN GREENFIELD ORD. 26-07 Agreement with Huntington Public Capital for Lease Financing for Service and Fire Vehicles AUDIENCE INPUT ON LEGISLATION UP FOR PASSAGE Continued on next page
LEGISLATION ON FOR THIRD READING AND FINAL PASSAGE COUNCILWOMAN GREENFIELD ORD. 26-01 Authorizing Computer Services Contract with Simvay LLC ORD. 26-02 Purchase Portable Message Sign for Service Department LEGISLATION ON FOR PASSAGE WITHOUT THREE READINGS COUNCILWOMAN GREENFIELD ORD. 26-__ Authorizing Request to Reallocate Funds Awarded by County Council REPORTS AND COMMUNICATIONS FROM MAYOR, DIRECTORS AND OTHER CITY OFFICIALS PUBLIC SESSION MISCELLANEOUS BUSINESS AND REPORTS FROM COUNCIL ADJOURNMENT
CITY OF FAIRVIEW PARK ORDINANCE NO.: 26- REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN WERING AN ORDINANCE AMENDING SECTION 909.01 OF CHAPTER 909 ENTITLED "GRADING AND EXCAVATING CONTRACTORS" OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY WHEREAS, Section 909.01 of the Codified Ordinances of the City of Fairview Park needs to be amended in order to increase the amount of the deposit required for street cleaning from grading and building excavators and contractors working in the City of Fairview. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. That Section 909.01 of the Codified Ordinances of the City of Fairview Park shall be and is hereby amended as follows: 909.01 DEPOSIT REQUIRED FOR STREET CLEANING. A deposit of one hundred fifty dollars ($150.00) two hundred fifty dollars ($250.00) shall be required of all grading and building excavators and contractors as a guarantee for necessary street cleaning. This deposit shall be made with the Building Commissioner at the time the permit is issued to such contractor for construction work. SECTION 2. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 3. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of the public peace, health, safety and welfare and for further reason, to increase the amount of the deposit required for street cleaning for all grading and building excavators and contractors working in the City; and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: APPROVED: 2nd reading: 3rd reading: ____________________________________ Bridget C. King, Council President ____________________________________ Bill Schneider, Mayor ____________________________________ Liz L. Westbrooks, Clerk of Council
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Mayor Bill Schneider RE: Amending Section 909.01 of the Codified Ordinances DATE: February 2, 2026 The Administration of the City of Fairview Park requests passage of the following ordinance on three readings with emergency enactment: AN ORDINANCE AMENDING SECTION 909.01 OF CHAPTER 909 ENTITLED "GRADING AND EXCAVATING CONTRACTORS" OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY Section 909.01 of the Codified Ordinances of the City of Fairview Park needs to be amended in order to increase the amount of the deposit required for street cleaning of all grading and building excavators and contractors working in the City of Fairview. The amount of the deposit will be increased from one hundred fifty dollars ($150.00) to two hundred fifty dollars ($250.00). This deposit shall be made with the Building Commissioner at the time the permit is issued to such grading and building excavators and contractors for construction work. Cc: Liz Westbrooks, Clerk of Council Bryan Hitch, Service Director Walter Maynard, Building Commissioner
Ordinance 26-__ | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26- REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN WERING AN ORDINANCE AMENDING SECTION 901.02(b) OF CHAPTER 901 ENTITLED "STREET OPENINGS" AND SECTION 1305.04 OF CHAPTER 1305 ENTITLED “REGISTRATION OF CONTRACTORS” OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY WHEREAS, Section 901.02(b) and Section 1305.04 of the Codified Ordinances of the City of Fairview Park need to be amended in order to increase the amounts of insurance required of contractors working in the City of Fairview and so the amounts of insurance are consistent in the aforementioned Sections of the Codified Ordinances. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. That Section 901.02(b) of the Codified Ordinances of the City of Fairview Park shall be and is hereby amended as follows: CHAPTER 901 Street Opening 901.02 APPLICATIONS; INSURANCE; DEPOSIT; FEE. (b) Insurance Policy. Deposit or show evidence of a public liability insurance policy insuring the City against any loss or damage to persons or property resulting from the work being done, such policy to have minimum limits of two hundred fifty thousand dollars ($250,000) five hundred thousand dollars ($500,000.00) for injury or death to any one person, five hundred thousand dollars ($500,000) one million dollars ($1,000,000.00) for any one accident, and fifty thousand dollars ($50,000) two hundred thousand dollars ($200,000.00) for property damage, in form acceptable to the Director of Law and in maximum limits acceptable to the Building Commissioner on the basis of work to be done and the risk involved. SECTION 2. That Section 1305.04 of the Codified Ordinances of the City of Fairview Park shall be and is hereby amended as follows: 1305.04 INSURANCE. Every applicant for Certificate of Registration shall furnish evidence of insurance as approved by the Director of Law for bodily injury or death to persons in the amount of not less than the sum of three hundred thousand dollars ($300,000.00) five hundred thousand dollars ($500,000.00) to five hundred thousand dollars ($500,000.00) one million dollars ($1,000,000.00), and in the amount of one hundred thousand dollars ($ l00,000.00) two hundred thousand dollars ($200,000.00) for property damage. The evidence of insurance shall name as an additional insured
Ordinance 26-__ | Page 2 the City of Fairview Park and such insurance shall indemnify and save harmless the City against and from any and all loss, cost, damage, liability and expense on account of damage to property of the City or on account of injury or death of any of its employees, agents or representatives or of any third person. Certificates or memoranda of insurance shall be filed with the Building Commissioner evidencing that the insurance required by this section is in full force and effect. SECTION 3. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 4. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of the public peace, health, safety and welfare and for further reason, to increase the amount of insurance required of contractors working in the City; and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: APPROVED: 2nd reading: 3rd reading: ______________________________ Bridget C. King, Council President ______________________________ Bill Schneider, Mayor ______________________________ Liz L. Westbrooks, Clerk of Council
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Mayor Bill Schneider RE: Amending Section 901.02(b) and Section 1305.04 of the Codified Ordinances DATE: February 2, 2026 The Administration of the City of Fairview Park requests passage of the following ordinance on three readings with emergency enactment: AN ORDINANCE AMENDING SECTION 901.02(b) OF CHAPTER 901 ENTITLED "STREET OPENINGS" AND SECTION 1305.04 OF CHAPTER 1305 ENTITLED “REGISTRATION OF CONTRACTORS” OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY Section 901.02(b) of Chapter 901 entitled "STREET OPENINGS" and Section 1305.04 of Chapter 1305 entitled “REGISTRATION OF CONTRACTORS” of the Codified Ordinances require contractors that are doing work in the City of Fairview Park to have specific amounts of insurance. The amounts of insurance need to be increased to reflect current costs. These updates to the Codified Ordinances Section 901.02(b) and Section 1305.04 will make the amounts of the requirements for insurance consistent between the two Sections of the Codified Ordinances. Cc: Liz Westbrooks, Clerk of Council Bryan Hitch, Service Director Walter Maynard, Building Commissioner
Ordinance 26-__ | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26- REQUESTED BY: ANTHONY RAFFIN, FIRE CHIEF SPONSORED BY: COUNCILWOMAN GREENFIELD AN ORDINANCE AUTHORIZING THE MAYOR TO PURCHASE TEN SETS OF CUSTOM TURNOUT GEAR FOR THE FIRE DEPARTMENT AND DECLARING AN EMERGENCY WHEREAS, City Council passed Ordinance 25-13 on March 17, 2025 authorizing the purchase of twelve (12) sets of Turnout Gear (Gear”) as the first of two purchases spread out over two years to ensure that all Fire Department members are not out of compliance with the National Fire Protection Association (NFPA) guidelines and that all member safety is kept as a top priority; and WHEREAS, the Fairview Park Fire Department ("Department") needs to replace the Fire Department’s remaining thirteen-year-old Gear; and WHEREAS, the Gear is used in structural firefighting and is commonly referred to as bunker gear; and WHEREAS, the ten (10) sets of new Gear are to be purchased from Phoenix Safety Outfitters. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OHIO: SECTION 1. The Mayor is hereby authorized to purchase ten (10) sets of Turnout Gear ("Gear") for the Fire Department from Phoenix Safety Outfitters to be paid from the EMS Collections Fund (Fund 781) in an amount not to exceed four thousand two hundred seventy-five dollars ($4,275.00) per set for a to total cost of forty-two thousand seven hundred fifty dollars ($42,750.00). (Exhibit A) SECTION 2. The new Gear will be replacing eleven to thirteen (11-13) year old Gear which must be replaced to meet the standards set by the NFPA. SECTION 3. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 4. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of public peace, health, safety and welfare; and for the further reasons that this Gear is necessary for Fire Department personnel safety; and provided it receives an affirmative vote of a majority plus one of the members elected to Counci1, it shall take effect and be in
Ordinance 26-__ | Page 2 force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: APPROVED: 2nd reading: 3rd reading: _______________________________ Bridget C. King, Council President _______________________________ Bill Schneider, Mayor _______________________________ Liz L. Westbrooks, Clerk of Council
REMITTANCE ADDRESS PHOENIX Safety Outfitters P.O. Box 20445 Upper Arlington, OH 43220 Physical Address: PHOENIX Safety Outfitters 110 W Leffel Lane Springfield, Ohio 45506 (614) 361-0544 EIN: 39-3356641 Bili to: JD WEINBERG FAIRVIEW PARK FD 20777 LORAIN ROAD FAIRVIEW PARK OHIO 44126 UNITED STATES Customer Phone: 440-333-1212 Customer Email: jdweinberg345@gmail.com Exhibit A Quotation: 282756 (DO NOT PAY FROM THIS DOCUMENT/S&H MAY NOT BE INCLUDED) Quotation Date: 17 Dec 2025 Shipping Method: Best Way Account Rep: Patrick Kelly Accounting Questions: cgrogan@phoenixouttfitters.com Accounting Phone: 614-203-0247 Sales Tax Registrations: Ohio (91-050790) Indiana (0158424336) Michigan (41-2241348) Ship to: JD WEINBERG FAIRVIEW PARK FD 20777 LORAIN ROAD FAIRVIEW PARK OHIO 44126 UNITED STATES Customer Phone: 440-333-1212 Customer Email: jdweinberg345@gmail.com Page 1
ttem ID Item name Qty item $ Extended $ CUSTPO Customer Purchase Order Number: 81143 1 $0.00 $0.00 SET OF CUSTOM LION TURNOUT GEAR PER DEPARTMENT SPECIFICATIONS - PO6Q2269-B PBI MAX NATURAL GUTERSHELL STEDAIR 4000 MOISTURE BARRIER GLIDE ICE LINER WITH ISODRY THIS PREMIUM SET OF LION V-FORCE TURNOUT GEAR HAS MANY UPGRADES INCLUDING, BUT NOT LIMITED TO: > LION'S PATENTED ISODRY MOISTURE MANAGEMENT SYSTEM ~ KEEPS YOUR FIREFIGHTER’S TURNOUT GEAR LIGHTER, DRIER AND SAFER BY REDUCING THE HEAT STORAGE CAPACITY OF THE GEAR > V-CUTS IN ELBOWS AND KNEES FOR ENHANCED MOVEMENT > RAGLAN SLEEVES > UPGRADED 4 INCH COMFORT COLLAR > ZIPPERED 5 INCH STORMFLAP - HOOK & D-RINGS EXTRA > ZIPPERED CUFFS & COLLAR > BI-SWING BACK > HANDWARMER POCKETS IN COAT > INTEGRATED COAT TAIL PANEL ON COAT > GLOVE HOLDER ON EACH SIDE OF COAT POCKETS > FF CHOICE OF WRISTLET > USA FLAG ON COAT > UPGRADED POCKET GRABBERS ON COAT AND PANT POCKETS > BELT LOOPS ON PANT > D-RING PANT CLOSURE > TAKE UP STRAPS ON COAT > EXTRA PADDING IN KNEES FOR INCREASED THERMAL PROTECTION & COMFORT > REINFORCED CUFFS AND KNEES > FF CHOICE OF V-BACK OR BOSTON LEATHER SUSPENDERS -MSRP: $8691 (WITHOUT OPTIONS) -SOURCEWELL & NPPGOV PRICING = $5649 Sourcewell Reference Number: 010424-LIO > > > PHOENIX Price - Your Cost: $4275 < < < OPTIONS: > RADIO POCKET ON COAT + $50 > HOOK & D-RING CLOSURE > SPLIT BELLOW POCKET ON PANT PHOENIX WILL SIZE YOUR PERSONNEL ON SITE USING ACTUAL SIZING SETS FREE SHIPPING ON LION TURNOUT GEAR PHOENIX SAFETY has been serving fire departments for over 30 years with excellence... We are grateful to have the opportunity and privilege to be able to serve the members of the Fairview Park FDI -PUKelly FAIRPD(CUY}- LION V-FORCE COAT PER CUSTOMER SPECIFICATION // POGQ2269-B 10 $2539.00 $25390.00 VFC Verified: [0825] Valid Thru: [110625] Color: PER SPEC FAIRPD(CUY)}- LION V-FORCE BELT PANT PER CUSTOMER SPECIFICATION //POQ6Q2269-B 10 $1736.00 $17360.00 VFP Verified: [0825] Valid Thru: [110625] | Color: PER SPEC FRT-NC- There shail be No Freight Charged on this Drop Ship Order // Reference Date Shipped in Header: 4 $0.00 $0.00 DROP Verified: [0621] Subtotal $42750.00 Not rated @ 0% $0.00 Total $42750.00 Paid to date $0.00 Page 2
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Tony Raffin, Fire Chief RE: Purchase of Turnout Gear DATE: February 2, 2026 The Administration of the City of Fairview Park requests passage of the following ordinance on three readings with emergency enactment: AN ORDINANCE AUTHORIZING THE MAYOR TO PURCHASE TEN SETS OF CUSTOM TURNOUT GEAR FOR THE FIRE DEPARTMENT AND DECLARING AN EMERGENCY City Council passed Ordinance 25-13 on March 17, 2025 authorizing the purchase of twelve (12) sets of Turnout Gear (“Gear”) as the first of two purchases spread out over two years to ensure that all Fire Department members are not out of compliance with the National Fire Protection Association (NFPA) guidelines. The Gear is used in structural firefighting and is commonly referred to as bunker gear. The Fire Department needs to replace the remaining thirteen-year-old Gear with ten (10) sets of new Gear to be purchased from Phoenix Safety Outfitters. The cost of the Gear is four thousand two hundred seventy-five dollars ($4,275.00) per set for a total cost for the ten (10) sets of forty-two thousand seven hundred fifty dollars ($42,750.00) payable from the EMS Collections Fund (Fund 781). Cc: Mayor Bill Schneider Jennifer Pae, Finance Director/HR Manager Liz Westbrooks, Clerk of Council
CITY OF FAIRVIEW PARK RESOLUTION NO.: 26- REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN GREENFIELD A RESOLUTION ACKNOWLEDGING THE DONATION OF A SOVA ASCENT UNIVERSAL CHANGING TABLE FROM FOUNDATIONS WORLDWIDE TO THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY WHEREAS, Foundations Worldwide is a family-owned Ohio company and the nation’s leading manufacture of daycare furniture, including changing tables; and WHEREAS, Foundations Worldwide is donating a Sova Ascent Universal Changing Table (“Changing Table”) to the City of Fairview Park to be used at the Gemini Center; and WHEREAS, the Changing Table is an adult-sized changing table designed to meet the needs of individuals with disabilities and their caregivers. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA, AND STATE OF OHIO: SECTION 1. That the City and Council acknowledge the receipt of the Sova Ascent Universal Changing Table valued at nine thousand seven hundred fifty dollars ($9,750.00) for the Gemini Centers, as set forth in Exhibit "A". SECTION 2. That the City Administration and Council hereby express their gratitude and appreciation for the generous donation of the Changing Table from Foundation Worldwide for use at the Gemini Center. SECTION 3. It is found and determined that all formal actions of this Council concerning and relating to adoption of this Resolution were adopted in an open meeting of this Council, and any of its Committees that result in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 4. That this Resolution shall take effect and be in force from and after the earliest period allowed by law. PASSED: 1st reading: APPROVED: 2nd reading: 3rd reading: ___________________________________ Bridget C. King, Council President
___________________________________ Bill Schneider, Mayor ___________________________________ Liz L. Westbrooks, Clerk of Council
Exhibit A ASCENT by Foundations QUOTE # 260108 DATE — JANUARY 8, 2026 Bill to: shi to: i Name Fairview Park Recreation Dept Name Fairview Park Recreation Dept Address 21225 Lorain Rd Address 21225 Lorain Rd Fairview Park, OH 44126 Fairview Park OH 44126 Phone 430-356-4444 ext 118 Phone 430-356-4444 ext 118 Contact Erin Alexeff Contact Erin Alexeff Email Email erin.Alexeff@fairviewparkohio.gov erin.Alexeff@fairviewparkohio.gov Payment Due Net 30 FOB Destination Salesperson Dave Stitchick Delivery Date TBD Payment Terms Cash or check, ACH Shipping Terms Prepaid (see below for remit to information) Unit Price $9750.00 Description 800SS-01 | ASCENT Universal Changing Table $9,750.00 | | | 1 __| Total Discount $9750.00 Sales Tax Exempt | Shipping Free FOUNDATIONS WORLDWIDE - 33808 /WW.FOUNDATIONS.COM
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Mayor Bill Schneider RE: Donation of a Changing Table to the Gemini Center DATE: February 2, 2026 The Administration of the City of Fairview Park requests passage of the following resolution on three readings with emergency enactment: A RESOLUTION ACKNOWLEDGING THE DONATION OF A SOVA ASCENT UNIVERSAL CHANGING TABLE FROM FOUNDATIONS WORLDWIDE TO THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY Foundations Worldwide is a family-owned Ohio company and the nation’s leading manufacture of daycare furniture, including changing tables. Foundations Worldwide is donating a Sova Ascent Universal Changing Table to the City of Fairview Park to be used at the Gemini Center. The Changing Table is an adult-sized changing table designed to meet the needs of individuals with disabilities and their caregivers. The City is grateful for this donation as it makes the Gemini Center a more accommodating place for all visitors. Cc: Mayor Bill Schneider Jennifer Pae, Finance Director/HR Manager Liz Westbrooks, Clerk of Council Kerry Kemp, Recreation Director
Ordinance 26-04 | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-04 ORIGINATED BY: MEGAN OTTER, ASSISTANT DEVELOPMENT DIRECTOR REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN MANN CO-SPONSORED BY: COUNCILMAN MINEK AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO CONTRACT WITH MANNIK AND SMITH GROUP, INC FOR DESIGN SERVICES FOR THE BELVIDERE AVENUE WATER, SEWER AND PAVEMENT IMPROVEMENT PROJECT AND DECLARING AN EMERGENCY WHEREAS, City Council approved Resolution 25-14 authorizing the submission of the District One Public Works Integrating Committee of Cuyahoga County (“DOPWIC”) grant application and Ordinance 25-40 authorizing the submission of the 2026 Cuyahoga County Community Development Block Grant (“CDBG”) application; and WHEREAS, the DOPWIC awarded the City of Fairview Park (“City”) a loan for the Belvidere Avenue Water, Sewer and Pavement Improvement Project (“Project”). The loan is for one million nine hundred thirteen thousand two hundred eight dollars ($1,913,208.00) with a local match of two million eight hundred sixty-nine thousand eight hundred twelve dollars ($2,869,812.00); and WHEREAS, the City was awarded one hundred fifty thousand dollars ($150,000.00) in funding from the CDBG for the design of the Project; and WHEREAS, the Project has an engineer’s estimated cost of four million seven hundred eighty-three thousand twenty dollars ($4,783,020.00). (Exhibit A) NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. Belvidere Avenue is in immediate need of repair, requiring the City Engineer to design plans for sewer and waterline improvement. The Mannik and Smith Group, Inc. (“City Engineer”) is authorized for design services for the Belvidere Avenue Waterline and Sewer Improvement Project. SECTION 2. That the City Engineer shall be paid for the services rendered in accordance with the contract with the City in an amount not to exceed two hundred thirty-five thousand dollars ($235,000.00) to be paid from the Sewer Fund (Fund 510). (Exhibit B) SECTION 3. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements.
Ordinance 26-04 | Page 2 SECTION 4. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of the public peace, health, safety and welfare and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: 01.20.26 APPROVED: 2nd reading: 3rd reading: ____________________________________ Bridget C. King, President of Council ____________________________________ Bill Schneider, Mayor ____________________________________ Liz L. Westbrooks, Clerk of Council
Exhibit A Belvidere Avenue Sewer, Water and Pavement Replacement Fairview Park, Ohio (West 210th Street to Elmore Ave.) Preliminary Estimate of Probable Construction Cost September 10, 2025 Description [Quanity] Unit | Price | TotalPrice | Pavement P-1 P-2 P-3 P-4 P-5 |Subgrade Compaction and Proofrolling $26,025.00 Undercut 18" Deep and Aggregate Base for Undercut 1300 $90.00 $117,000.00 P-7 |4" Aggregate Base $80.00 $46,000.00 7" Concrete Base 5205 | S.Y. | $140.00 $728,700.00 Tack Coat $10.00 $5,200.00 P-10 _|1" Intermediate Course Asphalt Cc $285.00 $41,325.00 P-11 |1-1/4" Surface Course Asphalt 185 $300.00 $55,500.00 5 1 430 P-14 |Catch Basin Adjust to Grade | 5 | $1,000.00 $5,000.00 Manhole Adjust to Grade | 6 Walk Removal and Replacement | 600 | $1,000.00 $6,000.00 $20.00 $12,000.00 $10,000.00 $10,000.00 Residential Driveway Apron Removal $140.00 $60,200.00 and Replacement P-19 |General Items (MOT, Preconstruction Video, Layout Staking) $104,500.00 Subtotal Pavement $1,580,450.00 Sanitary Sewer SA-3 [Sanitary SewerLateral _——+|_66_| €A | $3,500.00 | $291,000.00 Subtotal Sanitary Sewer $761,150.00 P P. P-12 {Concrete Curb, Type 4-B $15.00 $51,600.00 S.Y. 15 16 P-17 Pavement Markings U — [ee] Al
Belvidere Avenue Sewer, Water and Pavement Replacement Fairview Park, Ohio (West 210th Street to Elmore Ave.) Preliminary Estimate of Probable Construction Cost September 10, 2025 Catch Basin Removed | 5 | EA | $600.00 | $3,000.00 Manhole Removed | 6) 6 6| EA | $750.00 | $4,500.00 Sewer Pipe Removed $22,950.00 Precast Storm Manhole $140,000.00 Precast Catch Basin $65,000.00 0 F, F. F. F. ST-1 ST-2 ST-3 ST-4 ST-5 ST-6 ST-7 Storm Sewer Lateral | 66 | EA | $3,000.00 | $198,000.00 12" Storm Sewer $95,400.00 ST-8 |18" Storm Sewer $82,250.00 ST-9 |24" Storm Sewer $92,750.00 ST-10 |36" Storm Sewer 300 $91,500.00 Subtotal Storm Sewer $795,350.00 W-5 = {8" Line Valve W-6 |6" Hydrant Assembly, Complete ws Jertinevave ws $6,000.00 $48,000.00 $11,000.00 $55,000.00 $3,000.00 $198,000.00 $1,497.00 $14,970.00 $711,070.00 $3,848,020.00 EA EA 1" Or Less Service Connection EA Removal and Replacement, Complete W-8 {Lead Service Line Replacements Subtotal Water Main = ~ 10 m | Engineering Design and Construction Administration Himba R Konjon_/ 9-10-25 Kimberly R. Kerber, P.E.
Exhibit B VWallace June 6, 2025 Megan Otter Assistant Development Director City of Fairview Park 20777 Lorain Road Fairview Park, OH 44126 RE: Design for Belevidere Avenue Waterline and Sewer Improvement Project Ms. Otter, The Mannik & Smith Group, Inc. (MSG) is confident we can assist the City of Fairview Park with Design services for the Belvidere Avenue Waterline and Sewer Improvement Project, and is pleased to submit this fee estimate for consideration. Our fee estimate is based upon your request and our experience with this type of project. MSG understands your needs, is experienced in completing this type of work and has the desire to perform this project in an efficient, timely and cost-effective manner. We trust that the scope of our service(s) detailed below conveys to the City of Fairview Park the expertise of our project team and our strong commitment to provide the quality consulting service you expect and deserve. SCOPE OF WORK MSG’s work will consist of the surveying, base mapping, geotechnical investigation, plan design and development and bidding services for the Belvidere Avenue Waterline and Sewer Improvement Project. MSG will use conventional survey methods to locate visible utilities and improvements in the work limits and will prepare a base map using Autodesk Civil 3d. MSG will also contact OUPS to collect utility information for the project and will incorporate this information into the base map. (Level B utility investigation). MSG will take soil samples to a depth necessary for the sewer improvements and will provide sampling and recommendations related to the sewer, water main and road improvements. MSG will prepare preliminary and final construction plans for the water, sewer and pavement improvements and we will also submit the plans to the OEPA and Cleveland Water for approvals. MSG will prepare bid documents and will assist the City with requests for information during the bidding process and will review the bids received to provide a recommendation for award. PROJECT FEE ESTIMATE MSG proposed to perform work on this project on a time and materials basis. Fees will be based upon the actual hours worked by each employee multiplied by the appropriate billing rate. Direct expenses will be charged to this project without any markup. The Scope of Work for this project has been detailed above and enables MSG to estimate the work effort required to TECHNICAL SKILL.
complete each task. Based upon the scope identified above, MSG proposes to complete this project for the following amount: Personnel FO@S.......ccccscccscesesessesescovsessesvsuvacsvsssessesstsseesvsesessvassaeerscsnsseeseeseseesneasenenerteesees $225,000.00 EXP@MSES o.sccsccssessecssessessssseessesusssccsecssvesnecseseessesssessecausansreseanssesnecensareseeesseeensentesseessaneesies $10,000.00 Total Time & Materials Fee ...c.cccscssssessscesesusssssescessosssnsnecssssesssssssesesssescssesssasseanseesecees $235,000.00 For the purposes of fiscal control, MSG will notify you at such time as it becomes apparent that costs may exceed the estimated amount and will seek your approval to proceed. We agree that reasonable variation to the work to be performed may be made, but reserve the right to renegotiate the above amounts should significant variation be requested. Work requested to be performed by the client beyond the Scope of Work, e.g., meetings, presentations, report copies, or other related activities beyond those described above will be charged on the same time and materials fee basis. TERMS OF PAYMENT & STANDARD TERMS AND CONDITIONS Terms of Payment and Standard Terms and Conditions will be in accordance with MSG’s Consulting Engineering Agreement with the City of Fairview Park. AGREEMENT If this proposal meets with your approval, you may signify acceptance by signing and dating the designated locations attached and returning a signed copy to the undersigned. Your signature will be our written authorization to proceed with the project. Alternately, you may issue a purchase order referencing the date and scope of this proposal. Sincerely, HinbalyR forbear) Kimberly R. Kerber, PE Senior Engineering Manager / Senior Associate THe Mannix & Smit Group, Inc. Belvidere CDBG For Design 060525.Doc
20777 Lorain Road Bill Schneider Fairview Park, Ohio 44126 Mayor 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of Council ORGINATED BY: Megan Otter, Assistant Development Director FROM: Mayor Bill Schneider RE: Ordinance for Design of Belvidere Avenue Waterline and Sewer Improvement Project DATE: January 20, 2026 The Administration of the City of Fairview Park (“City”) requests the passage of the following ordinance on three readings with emergency enactment: AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO CONTRACT WITH MANNIK AND SMITH GROUP, INC FOR DESIGN SERVICES FOR THE BELVIDERE AVENUE WATER, SEWER AND PAVEMENT IMPROVEMENT PROJECT AND DECLARING AN EMERGENCY City Council passed Resolution 25-14 authorizing the submission of the grant application for the District One Public Works Integrating Committee of Cuyahoga County (“DOPWIC”) and Ordinance 25-40 authorizing the submission of the grant application from the Cuyahoga County 2026 Municipal Grant (“2026 CDBG”). The City of Fairview Park was awarded one hundred fifty thousand ($150,000.00) for the design of the Belvidere Avenue Water, Sewer and Pavement Improvement Project (“Project”) from the 2026 CDBG and a loan from the DOPWIC for the Project. The Ordinance is to authorize the Mayor to enter into a contract with Mannik and Smith Group, Inc. for design services for the Project. The design of the Project will be done in 2026 and construction in 2027. The Administration will be requesting the following additional legislation in the future for the Project: • Legislation to advertise and contract with the most responsive bidder for construction administration for the Project. • Legislation to advertise for bidding and contract with the lowest and most responsive bidder for construction of the Project. Cc: A. Steve Dever, Law Director Liz Westbrooks, Clerk of Council Jennifer Pae, Finance Director/HR Manager Bryan Hitch, Service Director Kim Kerber, City Engineer
Ordinance 26-05 | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-05 ORIGINATED BY: MEGAN OTTER, ASSISTANT DEVELOPMENT DIRECTOR REQUESTED BY: BILL SCHNEIDER, MAYOR SPONSORED BY: COUNCILWOMAN MANN CO-SPONSORED BY: COUNCILMAN MINEK AN ORDINANCE AUTHORIZING MANNIK AND SMITH GROUP, INC. TO PREPARE PLANS AND SPECIFICATIONS FOR WATER LINE REPLACEMENT AND PAVEMENT RESURFACING ON CIRCLEWOOD DRIVE AND DECLARING AN EMERGENCY WHEREAS, it has been determined that certain water mains on Circlewood Drive need replacement, requiring Mannik and Smith Group, Inc. ("City Engineer") to prepare plans and specifications services; and WHEREAS, the cost of said services for the Circlewood Drive Water Main Replacement and Pavement Resurfacing Project (“Project”) is not to exceed seventy thousand dollars ($70,000.00); and WHEREAS, the Project was approved by the City of Cleveland Division of Water as a "combined project". The Cleveland Division of Water will reimburse the City of Fairview Park (“City”) for the water line portion of the Project, and the City will fund the resurfacing portion; and WHEREAS, the Project will expend funds from the Water Line Reconditioning Fund (Fund 550) and the Capital Projects Fund (Fund 811). NOW, THEREFORE BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. That the City Engineer is hereby authorized and directed to prepare plans and specifications for the replacement of certain water mains and pavement resurfacing on Circlewood Drive. SECTION 2. That the City Engineer shall be paid for the services for the project, rendered in accordance with its contract, in an amount not to exceed seventy thousand dollars ($70,000.00) to be paid from the Water Line Reconditioning Fund (Fund 550) and the Capital Projects Fund (Fund 811). SECTION 3. Funding will be obtained from the City of Cleveland to reimburse the City of Fairview Park (“City”) for costs related to the water main replacements. The City’s matching funds for the project is thirty-nine thousand six hundred forty-nine dollars and fifty-eight cents ($39,649.58). Cleveland Division of Water will be reimbursing the City thirty thousand three hundred fifty dollars and forty-two cents ($30,350.42). (Exhibit A)
Ordinance 26-05 | Page 2 SECTION 4. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 5. That this Ordinance is hereby declared to be an emergency measure, necessary for the immediate preservation of the public peace, health, safety and welfare; and for the further reason that the work be started as soon as possible to ensure reconstruction of water lines, and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSSED: 1st reading: 0 1 . 2 0 . 2 6 APPROVED: 2nd reading: 3rd reading: ________________________________ Bridget C. King, President of Council ________________________________ Bill Schneider, Mayor ________________________________ Liz L. Westbrooks, Clerk of Council
CIRCLEWOOD DRIVE WATER MAIN REPLACEMENT AND PAVEMENT RECYCLING/RESURESURFACING PRELIMINARY ESTIMATE OF PROBABLE COSTS CITY OF FAIRVIEW PARK, OHIO JANUARY 8, 2026 STREET WORK LIMITS COST ALLOCATED TO: TYPE OF WORK PROBABLE CONSTRUCTION COST Circlewood Drive Entire Length Cleveland Water Replacement of 1335' of water main. $379,380.30 Circlewood Drive Entire Length Cleveland Water Engineering / Design $30,350.42 Circlewood Drive Entire Length Cleveland Water Construction Administration $18,969.02 Circlewood Drive Entire Length City of Fairview Park City Share of the replacement of the water main. $100,000.00 Circlewood Drive Entire Length City of Fairview Park Single Pass in Place Recycling & Asphalt Overlay with Concrete Repairs $425,000.00 Circlewood Drive Entire Length City of Fairview Park Contingency Allowance $90,000.00 Circlewood Drive Entire Length City of Fairview Park Engineering / Design $39,649.58 Circlewood Drive Entire Length City of Fairview Park Bidding/Construction Administration $40,300.42 Circlewood Drive Entire Length City of Fairview Park Advertising & Copy Costs $5,000.00 GRAND TOTAL $1,128,649.74 Funding Notes: Portion of Total Cost to be Paid by City of Cleveland Division of Water $428,699.74 Portion of Total Cost to be Paid by City of Fairview Park $699,950.00 1. This project was approved by CWD as a "combined project". CWD reimburses the City for the water main portion of the project and the City of Fairview Park funds the resurfacing portion of the 2. Cleveland Water Department will only reimburse the cost of the water main replacement in combined projects up to their maximum reimbursement cap. ($284.18 / LF for 2025). The City of Fairview Park is responsible for any water main replacement construction, design and c/a costs that exceed the maximum cap amount. 1. This estimate of probable cost was prepared without the benefit of field work or plans. 3. Prices are taken from the 2025 Water Line projects. 2. All repair costs and repair quantities may change based on actual design and prices at the time of bidding. FP Circlewood Water Line and paving Prelim Est 010826.xlsx
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council ORIGINATED BY: Megan Otter, Assistant Development Director FROM: Bill Schneider, Mayor RE: Waterline Project for Circlewood Drive DATE: January 20, 2026 The Administration of the City of Fairview Park requests passage of the following legislation on three readings with emergency enactment: AN ORDINANCE AUTHORIZING MANNIK AND SMITH GROUP, INC. TO PREPARE PLANS AND SPECIFICATIONS FOR WATER LINE REPLACEMENT AND PAVEMENT RESURFACING ON CIRCLEWOOD DRIVE AND DECLARING AN EMERGENCY It has been determined that certain water mains on Circlewood Drive need replacement, requiring the Mannik and Smith Group, Inc. ("City Engineer") to prepare plans and specification services. The cost of said services for the Circlewood Drive Water Main Replacement and Pavement Resurfacing Project (“Project”) is not to exceed seventy thousand dollars ($70,000.00) to be paid from the Water Line Reconditioning Fund (Fund 550) and the Capital Projects Fund (Fund 811). Funding will be obtained from the City of Cleveland to reimburse the City of Fairview Park (“City”) for costs related to design and construction administration. The City’s matching funds for the project is thirty-nine thousand six hundred forty-nine dollars and fifty-eight cents ($39,649.58). Cleveland Division of Water will be reimbursing the City thirty thousand three hundred fifty dollars and forty-two cents ($30,350.42). Cc: Liz Westbrooks, Clerk of Council A. Steven Dever, Law Director Bryan Hitch, Service Director Jennifer Pae, Finance Director/HR Manager
Ordinance 26-06 | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-06 REQUESTED BY: COUNCILMAN MINEK and COUNCILWOMAN WERING SPONSORED BY: CITY COUNCIL AN ORDINANCE AMENDING SECTION 921.05 (a)(3) OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK TO PERMIT THE SALE OF BEER TO BE SOLD AND CONSUMED AT SUMMERFEST 2025 TO BE HELD IN BOHLKEN PARK ON JULY 23, 24, 25, and 26, 2026 AND DECLARING AN EMERGENCY WHEREAS, the Fairview Park Municipal Foundation has requested this Council to permit the sale of beer only at Summerfest 2026 to be held in Bohlken Park; and WHEREAS, Section 921.05 (a)(3) of the Codified Ordinances of the City of Fairview Park prohibits alcoholic beverages in Bohlken Park; and WHEREAS, the Council desires to permit the sale and consumption in Bohlken Park during the hours of Summerfest 2026, which is to be held on July 23, 24, 25, and 26, 2026. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. Section 921.05 (a)(3) of the Codified Ordinances of the City of Fairview Park is hereby amended to permit the sale and consumption of beer in Bohlken Park on July 23, 24, 25, and 26, 2026, during the published hours of Summer Fest, provided that the Fairview Park Municipal Foundation and or the organization it lawfully permits to do so, obtain the appropriate permit it from the State of Ohio, Department of Commerce, Division of Liquor Control, comply with all legal requirements of said state permit, and that the Fairview Park Municipal Foundation and/or the organization it lawfully permits to do, provide the proper liability insurance as required by the City and naming the City as an additional insured. SECTION 2. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 3. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of the public peace, health, safety and welfare and so that the proper licensing can be obtained for the event, and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law.
Ordinance 26-06 | Page 2 PASSED: 1st reading: 01.20.26 APPROVED: 2nd reading: 3rd reading: ___________________________________ Bridget C. King, President of Council ___________________________________ Bill Schneider, Mayor ___________________________________ Liz L. Westbrooks, Clerk of Council
20777 Lorain Road Bill Schneider Fairview Park, Ohio 44126 Mayor 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Mayor Bill Schneider RE: Ordinance for Summerfest Liquor Permit DATE: January 20, 2026 The Administration of the City of Fairview Park (“City”) requests passage of the following ordinance: AN ORDINANCE AMENDING SECTION 921.05 (a)(3) OF THE CODIFIED ORDINANCES OF THE CITY OF FAIRVIEW PARK TO PERMIT THE SALE OF BEER TO BE SOLD AND CONSUMED AT SUMMERFEST 2026 TO BE HELD IN BOHLKEN PARK ON JULY 23, 24, 25 and 26, 2026 AND DECLARING AN EMERGENCY The Fairview Park Municipal Foundation has requested the City to permit the sale and consumption of beer only at Summerfest 2026 to be held in Bohlken Park on July 23, 24, 25, and 26, 2026. Section 921.05 (a)(3) of the Codified Ordinances of the City of Fairview Park prohibits alcoholic beverages in Bohlken Park and needs to be amended to allow for the sale and consumption of beer only at Summerfest 2026. cc: A. Steve Dever, Law Director Liz Westbrooks, Clerk of Council Bryan Hitch, Service Director Kerry Kemp, Recreation Director
Ordinance 26-07 | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-07 ORIGINATED BY: JENNIFER PAE, FINANCE DIRECTOR / HR MANAGER REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN GREENFIELD AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO AN AGREEMENT WITH HUNTINGTON PUBLIC CAPITAL CORPORATION FOR LEASE FINANCING AND TO ENTER INTO CONTRACTS FOR THE PURCHASE OF SERVICE DEPARTMENT AND FIRE DEPARTMENT VEHICLES, AND DECLARING AN EMERGENCY Lessee: City of Fairview Park (“Lessee”) Maximum Principal Amount Expected To Be Financed: $ 637,907 WHEREAS, the Lessee is a political subdivision of the State of Ohio (the “State”) and is duly organized and existing pursuant to the constitution and laws of the State; and WHEREAS, pursuant to applicable law, the governing body of the Lessee (“Governing Body”) is authorized to purchase, lease, acquire, and to encumber, real and personal property, including, without limitation, rights and interests in property, leases and easements necessary to the functions or operations of the Lessee; and WHEREAS, the Governing Body hereby finds and determines that the execution of one or more lease-purchase agreements including any and all exhibits thereto (“Property Leases”) in the principal amount not exceeding the amount stated above (“Principal Amount”) for the purpose of acquiring the property generally described below (“Property”) and to be described more specifically in the Property Leases is appropriate and necessary to the functions and operations of the Lessee; and Brief Description of Property: Total= $ 637,907 Quantity Description Total 1 Braun Chief XL Emergency Vehicle on Ford F-550 4x4 Diesel Chassis $324,883 1 2027 Freightliner 108SD Plus Cab with Snow and Ice Chassis & Equipment $313,024 WHEREAS, Huntington Public Capital Corporation or an affiliate or related entity (“Lessor”) is expected to act as the lessor under the Property Leases; and WHEREAS, the Lessee may pay certain capital expenditures in connection with the Property prior to its receipt of proceeds of the Property Leases (“Lease Purchase Proceeds”) for such expenditures and such expenditures are not expected to exceed the Principal Amount; and
Ordinance 26-07 | Page 2 WHEREAS, the U.S. Treasury Department regulations do not allow the proceeds of a tax- exempt borrowing to be spent on working capital and the Lessee shall hereby declare its official intent to be reimbursed for any capital expenditures for Property from the Lease Purchase Proceed; and WHEREAS, the Service Department needs to replace one (1) piece of equipment which has exceeded its useful life, and the Fire Department needs to replace of one (1) piece of equipment which has also exceeded their useful life; and WHEREAS, the Service Department, using State Cooperative Purchasing, will enter into a contract to purchase one (1) 2027 Freightliner 108SD Plus Cab with Snow and Ice Chassis & Equipment from Cleveland Freightliner, Inc. in the amount not to exceed three hundred thirteen thousand and twenty-four dollars ($313,024), and to enter into lease financing for the purchases; and WHEREAS, the Fire Department, using State Cooperative Purchasing, will enter into a contract to purchase a Braun Chief XL Emergency Vehicle on Ford F-550 4x4 Diesel Chassis from Penn Care, Inc. in the amount not to exceed three hundred twenty-four thousand eight hundred eighty-three dollars ($324,883), and to enter into lease financing for the purchase; and WHEREAS, the existing Fire Department and Service Department vehicles and equipment, due to their age and level of use, no longer serve the needs of the City of Fairview Park, and will be auctioned on GovDeals or the Greater Cleveland Auto Auction, whichever is most appropriate for disposal, or will continue to be used in-service as backup vehicles. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. Any one of the Authorized Representatives identified below (each an “Authorized Representative”) acting on behalf of the Lessee is hereby authorized to negotiate, enter into, execute, and deliver one or more Property Leases in substantially the form set forth in the document presently before the Governing Body, which document is available for public inspection at the office of the Lessee. Each Authorized Representative acting on behalf of the Lessee is hereby authorized to negotiate, enter into, execute, and deliver such other documents relating to the Property Leases (including, but not limited to, escrow agreements) as the Authorized Representative deems necessary and appropriate. All other related contracts and agreements necessary and incidental to the Property Leases are hereby authorized. (term sheet attached as Exhibit A) SECTION 2. By a written instrument signed by any Authorized Representative, said Authorized Representative may designate specifically identified officers or employees of the Lessee to execute and deliver agreements and documents relating to the Property Leases on behalf of the Lessee.
Ordinance 26-07 | Page 3 SECTION 3. The aggregate original principal amount of the Property Leases shall not exceed the Principal Amount and shall bear interest as set forth in the Property Leases and the Property Leases shall contain such options to purchase or prepay by the Lessee as set forth therein. SECTION 4. The Lessee's obligations under the Property Leases shall be subject to annual appropriation or renewal by the Governing Body as set forth in each Property Lease and the Lessee’s obligations under the Property Leases shall not constitute general obligations of the Lessee or indebtedness under the Constitution or laws of the State. In addition, the funds necessary to meet the principal and/or interest payments under the Property Leases for the current fiscal year are hereby appropriated. SECTION 5. The Governing Body of Lessee anticipates that the Lessee may pay certain capital expenditures in connection with the Property prior to the receipt of the Lease Purchase Proceeds for the Property. The Governing Body of Lessee hereby declares the Lessee’s official intent to use the Lease Purchase Proceeds to reimburse itself for Property expenditures. This section of the Ordinance is adopted by the Governing Body of Lessee for the purpose of establishing compliance with the requirements of Section 1.150-2 of Treasury Regulations. This section of the Ordinance does not bind the Lessee to make any expenditure, incur any indebtedness, or proceed with the purchase of the Property. SECTION 6. The Lessee anticipates that it and entities controlled by it will issue more than ten million dollars ($10,000,000) of tax-exempt obligations (other than "private activity bonds" which are not "qualified 501(c)(3) bonds") during the calendar year in which each such Property Lease is issued and hereby designates each Property Lease as a unqualified tax-exempt obligation for purposes of Section 265(b) of the Internal Revenue Code of 1986, as amended. SECTION 7. The Mayor is hereby authorized to enter into an agreement with Penn Care Inc. for one (1) Braun Chief XL Emergency Vehicle on Ford F-550 4x4 Diesel Chassis in the amount not to exceed three hundred twenty-four thousand eight hundred eighty-three dollars ($324,883), and to enter into lease financing for the purchase, and to enter into lease financing for the purchase from the EMS Serv Collection Fund (Fund 781). Exhibit A SECTION 8. The Mayor is hereby authorized to enter into an agreement with Cleveland Freightliner, Inc for one (1) 2027 Freightliner 108SD Plus Cab with Snow and Ice Chassis & Equipment the amount not to exceed three hundred twenty-four thousand eight hundred eighty- three dollars ($324,883), and to enter into lease financing for the purchase from the Permanent Improvement Fund (Fund 260). Exhibit B SECTION 9. The Mayor is hereby authorized to auction any or all vehicles and equipment to be replaced with these purchases on GovDeals or the Greater Cleveland Auto Auction, whichever is most appropriate for disposal. SECTION 10. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements.
Ordinance 26-07 | Page 4 SECTION 11. That this Ordinance is hereby necessary for the preservation of public peace and, health, safety and welfare and to provide for the services to ensure the proper operations of public facilities, and provided it receives the affirmative vote of the majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: 01.20.26 APPROVED: 2nd reading: 3rd reading: ___________________________________ Bridget C. King, Council President ___________________________________ Bill Schneider, Mayor ___________________________________ Liz L. Westbrooks, Clerk of Council
Many Needs ... One Solution Emergency Vehicle Purchase Agreement June 28, 2023 3 | ah Purchaser: Seller: Fairview Park FD Penn Care, Inc. 20777 Lorain Rd. 1317 North Rd. Fairview Park, OH 44126 Niles OH 44446 Fairview Park intends to purchase (1) Braun Chief XL on the Ford F-550 4x4 Diesel Chassis as designed per the attached specifications, and when applicable, technical drawings, graphic design and other required documents. Additions, deletions and/or changes must be approved by all parties in writing and may cause delays in deliveries and additional charges to the purchaser. PRICING Ambulance Conversion: $235,877.40 Ambulance Options: $4,140.60 Chassis Price (Estimate Only): $84,865.00 Graphics: NOT INC. Total Per Due at Delivery: $324,883.00 *Should for any reason the customer be not able to fulfill their intent to purchase, they are free to cancel with zero penalty, at any time up to and including day of delivery. CHASSIS AVAILABILITY, PRICING, AND MANUFACTURER’S INCENTIVE: Chassis year, price and manufacturer's incentives are priced as budgetary estimations ONLY and will not be finalized until the chassis arrives at the ambulance manufacturing facilities. DELIVERY TIMES Quoted lead times and delivery expectations quoted by Penn Care, Inc. are approximate and not guaranteed. Quoted lead times will be extended for Change Orders, delays from the chassis OEM and Force Majeure. Page 1 of 1
Many Needs ... One Solution TRADE DESCRIPTION: TRADE-IN TERMS AND APPRAISAL Where Purchaser wishes to trade-in a used motor vehicle as part of the consideration for the motor vehicle ordered, Seller may appraise the trade-in at the time of the execution of this order by Purchaser. Seller also reserves the right to reappraise the trade-in at the time of delivery. The seller shall not alter a Trade-In appraisal from the time of the initial appraisal until the time of delivery unless: 1} Intervening factors indicate an apparent decrease in the value of the value of the trade-in over and above ordinary wear and tear 2) Achange occurs in the mechanical performance of the vehicle 3) Emergency, medical, and/or other equipment/components have been removed that were not previously discussed and agreed to in writing 4) The Seller has made any misrepresentation of the vehicle and/or components to Penn Care, Inc. WARRANTY No representation has been made by Penn Care, Inc., except as herein stated and no warranties, expressed or implied, may arise except from this writing. All warranties are issued by the chassis manufacturer, the ambulance builder, and/or component parts suppliers and Penn Care, Inc. shall have no liability with respect to warranties issued by the chassis manufacturer, the ambulance builder, and component parts suppliers. Used vehicles are “as is” and have no warranty. INVOICING AND PAYMENT Unless otherwise agreed to in writing, Penn Care, Inc. will invoice the Purchaser 30 days prior to the scheduled delivery date. Upon completion of production and quality inspection by the Purchaser the vehicle is declared ready for delivery and payment will be due upon acceptance and/or delivery. PAYMENT OF SALES AND USE TAXES The price for the motor vehicle specified in this agreement does not include Sales Taxes and Use Taxes (Federal, State, or Local) unless expressly stated. Purchaser assumes and agrees to pay, unless prohibited by law, and such Sales, Use, or Occupational Taxes imposed on or applicable to the transaction covered by this agreement, regardless of which party may have primary tax liability. ACCEPTANCE When requesting a final inspection the Purchaser shall inspect the vehicle(s) within 10-days of notification of completion of production. Vehicles not inspected by buyer will be deemed complete and ready for delivery, and payment will be due upon delivery. [tems and issues discovered after the 10-day window shall not hold up payment from buyer to Penn Care Inc., these issues will be handled as warranty claims following the normal procedures. PAYMENT AND TITLE All payments shall be made in U.S. dollars either by certified check or wire transfers, credit card payments are not acceptable without prior written authorization (fees will apply). Payment terms are COD, unless otherwise agreed to in writing by Penn Care, Inc. Interest terms begin 16-days from date of delivery and are charged at a rate of prime plus 6%. MSO and title are released to Purchaser upon payment in full, including any related interest, shipping expenses, and other related costs and expenses to Penn Care Inc. or to the appointed floor plan financing company. As collateral security for the payment of the purchase price of the Vehicles, Buyer hereby grants to Penn Care Inc., a lien on and security interest in and to all of the right, title, and interest of Purchaser in, to, and under the Vehicles, wherever located, and whether now existing or hereafter arising or acquired from time to time, and in all accessions thereto and replacements or modifications thereof, as well as all proceeds, including insurance proceeds, of the foregoing. The security interest granted under this provision constitutes a purchase money security interest under the Ohio Uniform Commercial Code. CANCELLATION Penn Care, Inc., may, in its sole discretion, and without liability or penalty, cancel this order at its sole discretion. Once Penn Care's manufactures commence engineering, no cancellation of this order is permitted, and the full purchase price is due and payable to Penn Care, Inc. Notwithstanding other provisions of this Agreement, and in addition thereto, Penn Care, Inc. shall be entitled to its reasonable and anticipated lost profit from such cancellation. FORCE MAJEURE Penn Care, Inc. shall not be liable or responsible to Purchaser, nor be deemed to have defaulted or breached these Terms and Conditions, for any failure or delay in fulfilling or performing any of these Terms and Conditions when and to the extent such failure or delay is caused by or results from acts or circumstances beyond the reasonable control of Penn Care, Inc., and/or the manufactures which Penn Care, Inc. represents including, without limitation, acts of God, flood, fire, earthquake, explosion, governmental actions, war, invasion or hostilities, terrorist threats or acts, riot or other civil unrest, national emergency, revolution, insurrection, epidemic, lockouts, strikes or other labor disputes (whether or not relating to either party's Page 2 of 2
OM Many Needs ... One Solution workforce), restraints or delays affecting carriers, inability or delay in obtaining supplies of adequate or suitable materials, or telecommunication breakdown, or power outage. DEFAULT/ATTORNEY’S FEES Purchaser is in default of the Terms and Conditions if any of the following occurs (except as prohibited by law): (i) Purchaser fails to perform any obligation that Purchaser has undertaken in these Terms and Conditions; or (ii) Penn Care, Inc, in good faith, believes that Purchaser cannot, or will not, pay or perform the obligations it has agreed to in the Terms and Conditions. If Purchaser defaults, or in the event Penn Care, Inc. brings an action or proceeding to enforce the terms hereof or declare rights hereunder, Purchaser agrees to pay Penn Care, Inc. costs for collecting amounts owing, including, without limitation, court costs, attorney's fees (for attorneys who are not our salaried employees), and fees for repossession, repair, storage, and sale of Vehicles, all without relief from valuation and appraisement laws. GOVERNING LAW All of terms and provisions of the agreement and the rights and obligations of the parties hereto shall be interpreted and enforced in accordance with the laws of the State of Ohio. REMEDIES If Purchaser is in default of these Terms and Conditions, Penn Care, Inc. shall have all the remedies provided by law in these Terms and Conditions: (i) Penn Care, Inc. may require Purchaser to immediately pay Penn Care, Inc., subject to any refund required by law, the remaining unpaid balance due; (ii) Penn Care, Inc. may require Purchaser to make the Vehicle available to Penn Care, Inc. at a designated place that is reasonably convenient to each party; (iii) Penn Care, Inc. may immediately take possession of the Vehicle by legal process or self-help, but in doing so Penn Care, Inc, may not breach the peace or unlawfully enter onto Purchaser's premises; (iv) Penn Care, Inc. may then sell the Vehicle and apply what it receives as provided by law to Penn Care, Inc. reasonable expenses and then toward Purchaser's obligations; and (v) Except when prohibited by law, Penn Care, Inc. may sue Purchaser for additional amounts if the proceeds of a sale do not pay all of the amounts Purchaser owes to Penn Care, Inc. By choosing any one or more of these remedies, Penn Care, Inc. does not waive its right to use another remedy. By deciding not to use any remedy, Penn Care, Inc. does not give up its right to consider the event a default if it happens again. PURCHASER Signature: Name/Title: eby.z é yy. loon lw en or Date. Jiine 25, 02% Page 3 of 3
Many Needs ... One Solution Emergency Vehicle Purchase Agreement June 28, 23}une 28,23 Purchaser: Seller: Fairview Park FD Penn Care, Inc. 20777 Lorain Rd. 1317 North Rd. Fairview Park, OH 44126 Niles OH 44446 Fairview Park intends to purchaser (1) Braun Chief XL on the Ford F-550 4x4 Diesel Chassis as designed per the attached specifications, and when applicable, technical drawings, graphic design and other required documents. Additions, deletions and/or changes must be approved by all parties in writing and may cause delays in deliveries and additional charges to the purchaser. PRICING Ambulance Conversion: $235,877.40 Ambulance Options: $4,140.60 Chassis Price (Estimate Only): $84,865.00 Graphics: NOT INC. Total Per Due at Delivery: $324,883.00 *Should for any reason the customer be not able to fulfill there their intent to purchase, they are free to cancel with zero penalty, at any time up to and including day of delivery. CHASSIS AVAILABILITY, PRICING, AND MANUFACTURER’S INCENTIVE: Chassis year, price and manufacturer's incentives are priced as budgetary estimations ONLY and will not be finalized until the chassis arrives at the ambulance manufacturing facilities. DELIVERY TIMES Quoted lead times and delivery expectations quoted by Penn Care, Inc. are approximate and not guaranteed. Quoted lead times will be extended for Change Orders, delays from the chassis OEM and Force Majeure. Page 1of1
Quotation Summary P. J. Lukasewski Braun Proposals 2023-05-04 13-36-54 Reference: QU00000008430 Rev: 0 Opportunity: P. J. Lukasewski Purchaser: Penn Care Account: Fairview Park FD Contact: Taylor Pease Contact: Draves Tim Address: 1317 North Road Shipping Address: Niles, OH , Telephone: Currency: USD Quotation Date: 2023-05-02 Expiration: 2023-06-01 Sales Contact: P.J. Lukasewski Factory Contact: Kris Turner Mobile: Mobile: Phone: 330-544-0777 | Name Specifications Chief XL Type I -72" Headroom -169"L Full Seam Welded Module onstage en ames em nt sconce raincoat nA eR ame CUnsenA See RSME RONEN SM ANP ei AERA Product ‘Description Quantity Unit Net Total Net CHFXLI 169" long x 96" wide module with 72" 1.00. 324,883.00 324,883.00 headroom. _ Price Details Price Chassis 84,865.00 Base and options 235,877.40 Custom Options 4,140.60 List Price Per Unit 324,883.00 * Estimated freight (to be re-evaluated at time of shipping) ** Product quotes are valid for 30 calendar days. After 30 calendar days quotes are subject to change. Any applicable discounts will be added and validated at time of invoice. Discounts subject to change. Payment Terms: FORCE MAJEURE “Company shail not be liable or responsible to Purchaser, or be deemed to have defaulted or breached these Standard Terms and Conditions, for any failure or delay in fulfilling or performing any of these Standard Terms and Conditions when and to the extent such failure or delay is caused by or results from acts or circumstances beyond the reasonable control of Company including, without limitation, acts of God, flood, fire, earthquake, explosion, governmental actions, war, invasion or hostilities, terrorist threats or acts, riot or other civil unrest, national emergency, revolution, insurrection, epidemic/pandemic, telecommunication breakdown, power outage, lockouts, strikes or other labor disputes (whether or not relating to either party's workforce), restraints or delays affecting carriers, inability or delay in obtaining chassis from an original equipment manufacturer or other supplies of adequate or suitable components or materials at reasonable prices." Braun Industries inc. Page 1 of 61 1170 Production Drive. Van Wert OH, 45891
A x Prepared for: /. me \, AD) Prepared by: FAIRVIEW PARK CITY OF ae ii Greg Simonic 20777 LORAIN RD Ce CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 A proposal for FAIRVIEW PARK CITY OF Prepared by CLEVELAND FREIGHTLINER, INC. Greg Simonic Nov 24, 2025 Freightliner 108SD Plus Components shown may not reflect all spec'd options and are not to scale Application Version 12.0.605 . 11/24/2025 6:12 PM Data Version PRL-30D.015 FREIGHTLINER 408SD ODOT 023A-26 TANDEM - Page 1 of 20 FAIRVIEW PARK
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 SPECIFICATION Weight Data Code Description Front Price Level PRL-30D SD PRL-30D (EFF:MY27 ORDERS) Data Version DRL-015 SPECPRO21 DATA RELEASE VER 015 Vehicle Configuration 001-176 108SD PLUS CONVENTIONAL CHASSIS 6,829 004-227 2027 MODEL YEAR SPECIFIED 002-004 SET BACK AXLE - TRUCK 019-008 TOWING PROVISION AT END OF FRAME WITH 15 SAE J560, WITHOUT END OF FRAME AIR CONNECTIONS 003-001 LH PRIMARY STEERING LOCATION General Service AA1-003 TRUCK/TRAILER CONFIGURATION AA6-002 DOMICILED, USA 50 STATES (EPA CLEAN IDLE LABEL OR NO CLEAN IDLE REQUIRED) 99D-027 EPA CLEAN IDLE LABEL - (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD OF DRIVER DOOR) A85-010 UTILITY/REPAIR/MAINTENANCE SERVICE A84-1GM GOVERNMENT BUSINESS SEGMENT AA4-010 DIRT/SAND/ROCK COMMODITY AA5-002 TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8% EXPECTED GRADE AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE 995-1A0 FREIGHTLINER SD VOCATIONAL WARRANTY A66-99D EXPECTED FRONT AXLE(S) LOAD : 20000.0 Ibs A68-99D EXPECTED REAR DRIVE AXLE(S) LOAD : 40000.0 Ibs A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 60000.0 Ibs Application Version 12.0.605 N Data Version PRL-30D.015 FREIGHTLINER 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 PROPOSAL Weight Rear 3,748 15 11/24/2025 6:12 PM Page 2 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC, 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear A70-99D EXPECTED GROSS COMBINATION WEIGHT : 80000.0 Ibs Truck Service AA3-018 FRONT PLOW/END DUMP BODY AF3-1W0 HENDERSON Engine 101-3BU CUM L9 370 HP @ 2100 RPM; 2100 GOV RPM, 1250 LB-FT @ 1200 RPM Electronic Parameters 79A-065 65 MPH ROAD SPEED LIMIT 79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79G-106 10 MINUTE IDLE SHUTDOWN - TIMER RESET WITH CLUTCH AND SERVICE BRAKE 79K-032 PTO MODE ENGINE RPM LIMIT - 1850 RPM 79P-005 PTO RPM WITH CRUISE SET SWITCH - 1000 RPM 79Q-007 PTO RPM WITH CRUISE RESUME SWITCH - 1100 RPM 79U-007 PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND 79V-001 FUEL DOSING OF AFTERTREATMENT ENABLED IN PTO MODE-CLEANS HYDROCARBONS AT HIGH TEMPERATURES ONLY 79W-024 CRUISE CONTROL BUTTON PTO CONTROL 79X-020 PTO SPEED 1 SETTING - 1050 RPM 80G-015 PTO MINIMUM RPM - 800 80J-001 REGEN INHIBIT SPEED THRESHOLD - 0 MPH 80S-004 PTO 1, DASH SWITCH, ENGAGE WHILE DRIVING Engine Equipment 99C-024 EPA 2010/GHG 2024 CONFIGURATION 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 014-108 SIDE OF HOOD AIR INTAKE WITH FIREWALL 10 MOUNTED DONALDSON AIR CLEANER WITH SAFETY ELEMENT AND INSIDE/OUTSIDE AIR WITH SNOW DOOR 124-1D9 DR 12V 180 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292-235 (2) DTNA GENUINE, FLOODED STARTING, MIN 2000CCA, 370RC, THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS Application Version 12.0.605 Data Version PRL-30D.015 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK FREIGHTLINERY 11/24/2025 6:12 PM Page 3 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 282-001 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB 291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON-POLISHED BATTERY BOX COVER 293-058 NON-ESSENTIAL POSITIVE LOAD DISCONNECT, 2 IN CAB CONTROL SWITCH MOUNTED OUTBOARD OF DRIVER SEAT 295-003 POSITIVE AND NEGATIVE POSTS FOR 4 JUMPSTART CHASSIS MOUNTED LH BACK OF CAB 306-015 PROGRESSIVE LOW VOLTAGE DISCONNECT AT 2 12.3 VOLTS FOR DESIGNATED CIRCUITS 107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 128-076 CUMMINS ENGINE INTEGRAL BRAKE WITH 20 VARIABLE GEOMETRY TURBO ON/OFF 016-1C2 RH OUTBOARD UNDER STEP MOUNTED 30 25 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE 28F-014 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND VIRTUAL REGENERATION REQUEST SWITCH IN CLUSTER 239-026 10 FOOT 06 INCH (126 INCH+0/-5.9 INCH) EXHAUST SYSTEM HEIGHT 233-017 STANDARD CURVE BRIGHT UPPER STACK(S) 237-1CR RH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED ROUTED FROM STEP 23U-002 13 GALLON DIESEL EXHAUST FLUID TANK 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING 23Z-002 NON-POLISHED ALUMINUM DIAMOND PLATE DIESEL EXHAUST FLUID TANK COVER 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP 242-001 STAINLESS STEEL AFTERTREATMENT DEVICE/MUFFLER/TAILPIPE SHIELD 273-058 AIR POWERED ON/OFF ENGINE FAN CLUTCH 276-001 AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED 110-003 CUMMINS SPIN ON FUEL FILTER Application Version 12.0.605 “4 Data Version PRL-30D.015 FREIGHTLINER 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 15 11/24/2025 6:12 PM Page 4 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 118-008 COMBINATION FULL FLOW/BYPASS OIL FILTER 120-009 FLEETGUARD PLAIN COOLANT FILTER 266-104 1115 SQUARE INCH ALUMINUM RADIATOR 103-039 ANTIFREEZE TO -34F, OAT (NITRITE AND SILICATE FREE) EXTENDED LIFE COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 270-016 RADIATOR DRAIN VALVE 138-011 PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 HEATER 140-022 CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 132-004 ELECTRIC GRID AIR INTAKE WARMER 155-058 DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission 342-582 ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Transmission Equipment 343-339 84B-012 84C-023 84D-023 84E-017 84F-016 84G-013 84H-013 84K-002 84N-011 ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY S5 PERFORMANCE LIMITING PRIMARY SHIFT SCHEDULE, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY S5 PERFORMANCE LIMITING SECONDARY SHIFT SCHEDULE, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 2100 RPM PRIMARY MODE SHIFT SPEED 2100 RPM SECONDARY MODE SHIFT SPEED 2ND GEAR ENGINE BRAKE ALTERNATE PRESELECT WITH MODERATE DOWNSHIFT STRATEGY NEUTRAL AT STOP ENABLED Data Version PRL-30D.015 Application Version 12.0.605 © 11/24/2025 6:12 PM FREIGHTLINER 108SD ODOT 023A-26 TANDEM - Page 5 of 20 FAIRVIEW PARK
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 84U-000 DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES 84V-001 DIRECTION CHANGE ENABLED WITH MULTIPLEXED SERVICE BRAKES - ALLISON 5TH GEN TRANSMISSIONS 353-074 QUICKFIT BODY LIGHTING CONNECTOR UNDER CAB, WITH BLUNTCUTS 34C-011 ELECTRONIC TRANSMISSION WIRING TO CUSTOMER INTERFACE CONNECTOR 362-2J5T CUSTOMER INSTALLED CHELSEA 281 SERIES 50 PTO 363-001 PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION ALLISON 341-018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS - ENABLED 2013 370-015 WATER TO OIL TRANSMISSION COOLER, IN 15 RADIATOR END TANK 346-013 TRANSMISSION OIL CHECK AND FILL WITH CROSSOVER TO CLEAR LH PTO AND DIRECT MOUNT PUMP 35T-001 ATF-SYNTHETIC AUTOMATIC TRANSMISSION FLUID Front Axle and Equipment 400-1BB DETROIT DA-F-20.0-5 20,000# FL1 71.0 KPI/3.74 190 DROP SINGLE FRONT AXLE 402-030 MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT 10 BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403-002 NON-ASBESTOS FRONT BRAKE LINING 419-023 CONMET CAST IRON FRONT BRAKE DRUMS 427-001 FRONT BRAKE DUST SHIELDS 5 409-006 FRONT OIL SEALS 408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES 405-003 HALDEX AUTOMATIC FRONT SLACK ADJUSTERS 406-001 STANDARD KING PIN BUSHINGS 536-055 TRW THP-60 POWER STEERING WITH RCH45 130 AUXILIARY GEAR 539-003 POWER STEERING PUMP 534-003 4 QUART POWER STEERING RESERVOIR Application Version 12.0.605 Data Version PRL-30D.015 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK TT ) 11/24/2025 6:12 PM Page 6 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 533-001 OIL/AIR POWER STEERING COOLER 40T-003 SYNTHETIC 40/50W FRONT AXLE LUBE Front Suspension 620-006 20,000# FLAT LEAF FRONT SUSPENSION 310 619-004 GRAPHITE BRONZE BUSHINGS WITH SEALS - FRONT SUSPENSION 410-001 FRONT SHOCK ABSORBERS Rear Axle and Equipment 420-1K4 MERITOR MT-40-14XP 40,000# R-SERIES 2,530 TANDEM REAR AXLE WITH PUMP 421-586 5.86 REAR AXLE RATIO 424-003 IRON REAR AXLE CARRIER WITH OPTIONAL 40 HEAVY DUTY AXLE HOUSING 386-073 MXL 17T MERITOR EXTENDED LUBE MAIN 20 20 DRIVELINE WITH HALF ROUND YOKES 388-073 MXL 17T MERITOR EXTENDED LUBE INTERAXLE DRIVELINE WITH HALF ROUND YOKES 452-006 DRIVER CONTROLLED TRACTION 30 DIFFERENTIAL - BOTH TANDEM REAR AXLES 878-022 (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD- REAR AXLE VALVE AND (1) REAR-REAR AXLE VALVE 87A-017 INDICATOR LIGHT FOR EACH INTERAXLE LOCKOUT SWITCH, DISENGAGE INTERAXLE LOCK WITH IGNITION OFF 87B-015 INDICATOR LIGHT FOR EACH DIFFERENTIAL LOCKOUT SWITCH, ENGAGE <5 MPH, DISENGAGE >25 MPH 423-033 MERITOR 16.5X7 Q+ CAST SPIDER HEAVY DUTY CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433-002 NON-ASBESTOS REAR BRAKE LINING 434-019 ASPHALT SPREADER CLEARANCE REAR BRAKE GEOMETRY 451-023 CONMET CAST IRON REAR BRAKE DRUMS 425-002 REAR BRAKE DUST SHIELDS 10 440-006 REAR OIL SEALS 426-101 WABCO TRISTOP D LONGSTROKE 2-DRIVE 20 AXLE SPRING PARKING CHAMBERS 428-003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-002 CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE LUBE 42T-001 STANDARD REAR AXLE BREATHER(S) Rear Suspension Application Version 12.0.605 Data Version PRL-30D.015 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 11/24/2025 6:12 PM Page 7 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 622-312 HENDRICKSON HAULMAAX EX 46,000# REAR 50 SUSPENSION 621-1AP HENDRICKSON HAULMAAX/ULTIMAAX - 10.50" RIDE HEIGHT 624-011 52 INCH AXLE SPACING 628-010 HENDRICKSON HN, HAULMAAX AND ULTIMAAX SERIES STEEL BEAMS WITH BAR PIN 623-016 STANDARD DUTY FORE/AFT AND HEAVY DUTY TRANSVERSE CONTROL RODS 625-008 DOUBLE REBOUND STRAP - INBOARD AND 13 OUTBOARD Pusher / Tag Equipment 429-998 NO PUSHER/TAG BRAKE DUST SHIELDS Brake System 490-1AU WABCO 4S/4M ABS WITH TRACTION CONTROL WITH ATC SHUT OFF SWITCH 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 46E-001 STANDARD AIR MANAGEMENT UNIT 904-001 FIBER BRAID PARKING BRAKE HOSE 412-001 STANDARD BRAKE SYSTEM VALVES 46D-002 STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM 413-002 STD U.S. FRONT BRAKE VALVE 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480-009 BW AD-9 BRAKE LINE AIR DRYER WITH HEATER 20 479-005 AIR DRYER MOUNTED INBOARD ON RH RAIL 460-007 ALUMINUM AIR BRAKE RESERVOIRS -10 -15 477-016 BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER TO WET TANK; DRAIN VALVE CABLES ON ALL OTHER TANKS Trailer Connections 476-998 NO AIR HOSE HANGER 296-027 PRIMARY CONNECTOR/RECEPTACLE WIRED FOR COMBINATION STOP/TURN, CENTER PIN POWERED THROUGH IGNITION WITH STOP SIGNAL PREWIRE PACKAGE 303-026 SAE J560 7-WAY PRIMARY TRAILER CABLE RECEPTACLE TEMPORARY TIED & COILED IN CHASSIS END OF FRAME WITH 2' ADDITIONAL; NO BRACKETS Wheelbase & Frame 545-457 4575MM (180 INCH) WHEELBASE Application Version 12.0.6 Data Version PRL-30D.015 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK os FREIGHTLINER) 11/24/2025 6:12 PM Page 8 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 546-102 7/16X3-9/16X11-1/8 INCH STEEL FRAME 240 130 (11.11MMX282.6MM/0.437X11.13 INCH) 120KSI 548-803 TEM TO EVALUATE AND INSTALL FRAME RAIL REINFORCEMENT AS NEEDED FOR FRONT FRAME MOUNTED EQUIPMENT 552-007 2450MM (96 INCH) REAR FRAME OVERHANG 55W-009 FRAME OVERHANG RANGE: 91 INCH TO 100 -50 210 INCH 549-002 24 INCH INTEGRAL FRONT FRAME EXTENSION 140 -20 AC8-99D CALC'D BACK OF CAB TO REAR SUSP CIL (CA) : 114.57 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 111.57 in AE4-99D CALC'D FRAME LENGTH - OVERALL : 341.78 in FSS-0LH CALCULATED FRAME SPACE LH SIDE: 48.59 in FSS-0RH CALCULATED FRAME SPACE RH SIDE : 60.45 in AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE : 0.0 in 553-001 SQUARE END OF FRAME 550-001 FRONT CLOSING CROSSMEMBER 559-003 LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE -12 CROSSMEMBER 562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER 565-001 STANDARD SUSPENSION CROSSMEMBER Chassis Equipment 556-997 OMIT FRONT BUMPER, CUSTOMER INSTALLED -110 SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 585-042 BETTS B-25 PAINTED MUDFLAP BRACKETS 15 590-001 BLACK MUDFLAPS 15 551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS 44Z-005 EXTERIOR HARNESSES WRAPPED IN ABRASION TAPE, SECONDARY COVERING, & CONNECTOR PROTECTION Fifth Wheel 578-998 NO FIFTH WHEEL Fuel Tanks 204-151 60 GALLON/227 LITER ALUMINUM FUEL TANK - LH 218-006 25 INCH DIAMETER FUEL TANK(S) Application Version 12.0.605 ~~ Data Version PRL-30D.015 FREIGHTLINER 408SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 11/24/2025 6:12 PM Page 9 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 215-007 PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH POLISHED STAINLESS STEEL BANDS 212-007 FUEL TANK(S) FORWARD 664-001 PLAIN STEP FINISH 205-002 CHROME FUEL TANK CAP(S) 122-1H8 DAVCO 245 FUEL/WATER SEPARATOR WITH 12 5 VOLT HEAT AND WATER IN FUEL SENSOR 216-020 EQUIFLO INBOARD FUEL SYSTEM 202-016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE Tires 093-1XJ BRIDGESTONE M870 315/80R22.5 20 PLY 96 RADIAL FRONT TIRES * 094-2EA BRIDGESTONE M799 11R22.5 16 PLY RADIAL 160 REAR TIRES Hubs 418-060 CONMET PRESET PLUS PREMIUM IRON FRONT HUBS 450-060 CONMET PRESET PLUS PREMIUM IRON REAR HUBS Wheels 502-664 ALCOA ULTRA ONE 89U63X 22.5X9.00 10-HUB -44 PILOT 3.12 INSET 10-HD ALUMINUM FRONT WHEELS 505-1HB ALCOA 88167X 22.5X8.25 10-HUB PILOT -248 ALUMINUM DISC REAR WHEELS 524-022 POLISHED DISC SIDE FRONT WHEELS WITH DURA-BRIGHT FINISH 525-023 POLISHED OUTER (DISHED SIDE) REAR WHEELS WITH OUTER ONLY DURA-BRIGHT FINISH 496-011 FRONT WHEEL MOUNTING NUTS 497-011 REAR WHEEL MOUNTING NUTS Cab Exterior 829-1A5 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 650-008 AIR CAB MOUNTING 705-012 CAB ROOF REINFORCEMENTS FOR ROOF 2 MOUNTED COMPONENTS 648-002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 667-037 SHORT FENDER WITH MUDFLAP Application Version 12.0.605 \ Data Version PRL-30D.015 FREIGHTLINER 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 11/24/2025 6:12 PM Page 10 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 441 Phone: 440-356-4412 Data Code 754-017 678-067 645-002 646-042 6§X-003 644-004 662-001 690-016 727-1AF 726-001 575-001 312-067 302-047 314-823 311-998 294-1AY 300-015 744-1BC 797-001 796-001 743-204 729-001 677-055 768-043 661-004 654-011 663-029 659-007 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, 26 INC, 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Description Front Rear BOLT-ON MOLDED FLEXIBLE FENDER 10 EXTENSIONS SAFETY YELLOW LH AND RH INTERIOR GRAB HANDLES AND LH AND RH EXTERIOR GRAB HANDLES WITH SINGLE RUBBER INSERT BRIGHT FINISH RADIATOR SHELL/HOOD BEZEL STATIONARY BLACK GRILLE WITH BRIGHT ACCENTS CHROME HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD FREIGHTLINER NAME PLATES CAB FLOOR, TOE BOARD AND FIREWALL HEAT 5 SHIELD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK SINGLE ELECTRIC HORN REAR LICENSE PLATE MOUNT END OF FRAME HALOGEN COMPOSITE HEADLAMPS WITH BRIGHT BEZELS LED AERODYNAMIC MARKER LIGHTS WIRING AND SWITCH FOR CUSTOMER FURNISHED SNOW PLOW LAMPS WITH SINGLE CONNECTION AT LH FORWARD NO DAYTIME RUNNING LIGHTS INTEGRAL LED STOP/TAIL/BACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS STANDARD SIDE/REAR REFLECTORS RH AFTERTREATMENT SYSTEM CAB ACCESS WITH POLISHED DIAMOND PLATE COVER 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS RH AND LH ELECTRIC POWERED WINDOWS 1-PIECE BONDED HEATED WIPER PARK SOLAR GREEN GLASS WINDSHIELD 8 LITER (2 GAL) WINDSHIELD WASHER RESERVOIR, CAB MOUNTED, WITHOUT FLUID LEVEL INDICATOR Application Version 12.0.605 2 11/24/2025 6:12 PM Data Version PRL-30D.015 (FREIGHTLINER) 108SD ODOT 023A-26 TANDEM - Page 11 of 20 FAIRVIEW PARK
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear Cab Interior 055-019 RUGGED TRIM PACKAGE 707-107 GRAY & CARBON VINYL INTERIOR "RUGGED" 70K-020 CARBON WITH PREMIUM GUNMETAL ACCENT (RUGGED) 706-013 MOLDED DOOR PANEL 708-013 MOLDED PLASTIC DOOR PANEL 772-006 BLACK MATS WITH SINGLE INSULATION 785-035 ASH CUP AND (1)LIGHTER,(1)DASH MOUNTED DUAL USB-C OUTLET 691-001 FORWARD ROOF MOUNTED CONSOLE 693-019 LH AND RH DOOR STORAGE POCKETS INTEGRATED INTO MOLDED DOOR PANELS 738-021 DIGITAL ALARM CLOCK IN DRIVER DISPLAY 742-007 (2) CUP HOLDERS LH AND RH DASH 680-029 M2/SD DASH 720-002 2-1/2 LB. FIRE EXTINGUISHER § 700-002 HEATER, DEFROSTER AND AIR CONDITIONER 701-008 STANDARD HVAC DUCTING WITH SNOW SHIELD FOR FRESH AIR INTAKE 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170-015 STANDARD HEATER PLUMBING 130-041 VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR 702-002 BINARY CONTROL, R-134A 739-034 PREMIUM INSULATION 285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324-1B2 PREMIUM LED CAB LIGHTING 787-998 NO SECURITY DEVICE 657-001 DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME 786-004 KEY QUANTITY OF 4 655-005 LH AND RH ELECTRIC DOOR LOCKS 740-998 NO MATTRESS -20 -15 722-002 TRIANGULAR REFLECTORS WITHOUT FLARES 10 756-339 PREMIUM ISRINGHAUSEN HIGH BACK AIR 70 SUSPENSION DRIVERS SEAT WITH 2 AIR LUMBAR, INTEGRATED CUSHION EXTENSION, TILT AND ADJUSTABLE SHOCK 760-335 BASIC ISRI HIGH BACK NON SUSPENSION Application Version 12.0.605 <4 Data Version PRL-30D.015 FREIGHTLINER PASSENGER SEAT 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 11/24/2025 6:12 PM Page 12 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC, Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 759-007 DUAL DRIVER SEAT ARMRESTS, NO 4 PASSENGER SEAT ARMRESTS 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS 758-014 BLACK CORDURA PLUS CLOTH DRIVER SEAT COVER 761-014 BLACK CORDURA PLUS CLOTH PASSENGER SEAT COVER 763-101 BLACK SEAT BELTS 532-002 ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 540-044 4-SPOKE 18 INCH (450MM) BLACK STEERING WHEEL WITH SWITCHES 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls 106-002 732-998 734-022 87L-001 870-002 486-001 840-001 198-025 721-003 149-015 156-007 811-044 81B-003 160-038 844-001 148-072 ELECTRONIC ACCELERATOR CONTROL NO INSTRUMENT PANEL-DRIVER FULLY CONFIGURABLE CENTER INSTRUMENT PANELS ENGINE REMOTE INTERFACE WITH PARK BRAKE INTERLOCK BRIGHT ARGENT FINISH GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM DUAL NEEDLE PRIMARY AND SECONDARY AIR PRESSURE GAUGE INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS 87 DECIBELS TO 112 DECIBELS AUTOMATIC 3 SELF-ADJUSTING BACKUP ALARM ELECTRONIC CRUISE CONTROL WITH CONTROLS ON STEERING WHEEL SPOKES KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY PREMIUM INSTRUMENT CLUSTER WITH 5.0 INCH TFT COLOR DISPLAY DIGITAL PANEL LAMP DIMMER SWITCH IN DRIVER DISPLAY HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE ENGINE REMOTE INTERFACE WITH ONE OR MORE SET SPEEDS Data Version PRL-30D.015 Application Version 12.0.605 11/24/2025 6:12 PM 108SD ODOT 023A-26 TANDEM - Page 13 of 20 FAIRVIEW PARK
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 48H-002 QUICKFIT POWERTRAIN INTERFACE CONNECTOR LOCATED BETWEEN SEATS WITH BLUNTCUTS 163-014 ENGINE REMOTE INTERFACE CONNECTOR AT POWERTRAIN INTERFACE CONNECTOR 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 864-022 DIGITAL TRANSMISSION OIL TEMPERATURE IN DRIVER DISPLAY 867-004 ELECTRONIC OUTSIDE TEMPERATURE SENSOR DISPLAY IN DRIVER MESSAGE CENTER 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY 372-123 PTO CONTROLS FOR ENHANCED VEHICLE ELECTRIC/ELECTRONIC ARCHITECTURE 736-998 NO OBSTACLE DETECTION SYSTEM 72J-998 NO DR ASSIST SYSTEM 49B-004 ELECTRONIC STABILITY CONTROL 73B-998 NO LANE DEPARTURE WARNING SYSTEM 679-998 NO OVERHEAD INSTRUMENT PANEL 746-143 7" B-PANEL INTERACTIVE TOUCHSCREEN DISPLAY RADIO Wi USB-C, APPLE CARPLAY, ANDROID AUTO, BLUETOOTH/AM/FM/SXM/WB, WITH MICROPHONE 747-001 DASH MOUNTED RADIO 750-002 (2) RADIO SPEAKERS IN CAB 753-998 NO AM/FM RADIO ANTENNA 748-006 POWER AND GROUND WIRING PROVISION OVERHEAD 749-001 ROOF/OVERHEAD CONSOLE CB RADIO PROVISION 75W-002 SHARKFIN MULTI-BAND ANTENNA, RIGHT HAND BIAS ROOF MOUNTING LOCATION: AM/FM/WEATHERBAND, WIFI/BLUETOOTH, SDAR/SIRIUSXM, GNSS/GPS 78C-003 INTEROPERABLE SDAR ANTENNA 810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 817-001 STANDARD VEHICLE SPEED SENSOR 812-001 ELECTRONIC 3000 RPM TACHOMETER 813-1C8 DETROIT CONNECT PLATFORM HARDWARE Application Version 12.0.605 © Data Version PRL-30D.015 FREIGHTLINER 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 11/24/2025 6:12 PM Page 14 of 20
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 8D1-313 3 YEARS DAIMLER CONNECTIVITY BASE PACKAGE ON (FEATURES VARY BY MODEL) POWERED BY DETROIT CONNECT ON CUMMINS ENGINES 6TS-005 TMC RP1226 ACCESSORY CONNECTOR LOCATED BEHIND PASSENGER SIDE REMOVEABLE DASH PANEL 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP 329-133 FOUR EXTRA HARDWIRED SWITCHES IN DASH, ROUTE TO BETWEEN SEATS, BLUNTCUT 4C1-025 HARDWIRE SWITCH #1, ON/OFF LATCHING, 20 AMPS IGNITION POWER 4C2-025 HARDWIRE SWITCH #2, ON/OFF LATCHING, 20 AMPS IGNITION POWER 4C3-016 HARDWIRE SWITCH #3, ON/OFF LATCHING, 20 AMPS IGNITION POWER 4C4-016 HARDWIRE SWITCH #4, ON/OFF LATCHING, 20 AMPS IGNITION POWER 81Y-005 PRE-TRIP INSPECTION FEATURE FOR EXTERIOR LAMPS ONLY 264-030 (1) OVERHEAD MOUNTED LANYARD CONTROL FOR DRIVER AIR HORN 883-998 NO TRAILER HAND CONTROL BRAKE VALVE 842-006 DIGITAL TURBO AIR PRESSURE IN DRIVER DISPLAY 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660-025 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY WHEN PARK BRAKE SET, TRANSITION TO SLOWEST SPEED 304-030 ROTARY HEADLAMP SWITCH, MARKER LIGHTS/HEADLIGHTS SWITCH WITH PULL OUT FOR OPTIONAL FOG/ROAD LAMPS 882-009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299-020 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, HEADLAMP FLASH, WASH/WIPE/INTERMITTENT 298-046 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH 40 AMP (20 AMP PER SIDE) TRAILER LAMP CAPACITY 87T-998 NO WRG/SW-OPTL #2,CHAS,AIR Design 065-000 PAINT: ONE SOLID COLOR Color 980-5E1 CAB COLOR A: L0214EY RED ELITE EY Data Version PRL-30D.015 Application Version 12.0.605 “4 11/24/2025 6:12 PM FREIGHTLINER 108SD ODOT 023A-26 TANDEM - Page 15 of 20 FAIRVIEW PARK
Prepared for: Prepared by: FAIRVIEW PARK CITY OF Greg Simonic 20777 LORAIN RD CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Weight Weight Data Code Description Front Rear 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 963-003 STANDARD E COAT/UNDERCOATING Extended Front Axle Coverage WA4-035 AXLE: DETROIT FRONT ONLY: HD MODERATE 5 YEARS/100,000 MILES/161,000 KM EXTENDED AXLE COVERAGE Certification / Compliance 996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS TOTAL VEHICLE SUMMARY Weight Summary Weight Weight Total Front Rear Weight Factory Weight’ 8022 Ibs 6741 Ibs 14763 lbs Dealer Installed Options 0 Ibs 0 Ibs 0 Ibs Total Weight" 8022 Ibs 6741 Ibs 14763 Ibs Extended Warranty WAI-47H CUM 2017 L9: HD1 MD DTY 5 YEARS / 100,000 MILES / 161,000 KM EXTENDED WARRANTY. FEX APPLIES WBB-2VP EXT ULTIMATE TRUCK CHASSIS: US MD STANDARD-MODERATE 5 YEARS/100,000 MILES/161,000 KM WAL-256 AXLE: NON-DETROIT TANDEM REAR ONLY: MD MODERATE 3 YEAR/200,000 MILE/322,000 KM EXTENDED COVERAGE Dealer Installed Options Weight Weight Front Rear CNCRD CONCORD ROAD EQUIPMENT. PER QUOTE 0 0 90351 Total Dealer Installed Options 0 Ibs 0 Ibs Application Version 12.0.605 4 11/24/2025 6:12 PM Data Version PRL-30D.015 FREIGHTLINER 408SD ODOT 023A-26 TANDEM - Page 16 of 20 FAIRVIEW PARK
Prepared for: FAIRVIEW PARK CITY OF 20777 LORAIN RD FAIRVIEW PARK, OH 44126 Phone: 440-356-4412 (+) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. Prepared by: Greg Simonic CLEVELAND FREIGHTLINER, INC. 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 (***) All cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices. Application Version 12.0.605 Data Version PRL-30D.015 108SD ODOT 023A-26 TANDEM - FAIRVIEW PARK 41/24/2025 6:12 PM Page 17 of 20
Prepared for: Prepared by: FAIRVIEW PARK CITY OF Greg Simonic 20777 LORAIN RD CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 DIMENSIONS 15 in——>, 112 in——>} <—— 130 in > 1 ers >_1€ 3 in |< 180 in ————> 98 in oo 341 in > Wheelbase (545) ....ccccccccscssssesesessnssnsensnesesecseenareceesiessesessseseacansasensensesastacensisosceicescssnusnareagnasine erty 4575MM (180 INCH) WHEELBASE Rear Frame Overhang (552)......:.0c:cccccecteee teeters riteeneeenerteees _... 2450MM (96 INCH) REAR FRAME OVERHANG Fifth Weel (578) ....ceccccccecsscssecscecseeseesesnseseesnssnesueesserecetnnncessanmeesesscaneusceaceecenecatcncancescessusensenagecseeceascassesseesne ses stsss NO FIFTH WHEEL Mounting Location (577) ....ccccccccccssces cere eeneseeeseeseetanesssiseetisunensasensnensnsnsesseneusenenansansacesesesetenesrseegs NO FIFTH WHEEL LOCATION Maximum Forward Position (iM)........ccccscccesseccseeseeseeesneseceeseeeeesensecaeesescesssenetsnsenersenscaneas ser geese ces 2¢ 2080 12081 St SCS C Sg GES 0 Maximum Rearward Position (in) ......c.ccccsccsessssescsescececeeneaesesesesesecensscusesnescnseseeestee sens eas see eee eget gest ge ge 0 SSG CSE 0 Amount of Slide Travel (in)........:ccccccccscecessesseceeseessssecneceensenenececenssnesnenensensenaeneanensenssses sees gte sgt etn gt ge Mt ES ECCS ECC EE 0 Slide Increment (iM).......c..ccccsseecsesssesssesssessecesesssscsssesecessetnessteseceusccuscusacsaseyacenseensesstessee see ate get e201 2200201800 SESE SOE SS 0 Desired Slide Position (iN) .....c.ccccccccececeessseceseseesesectesesnecesecasenenssssssnenanscscueensuceneausesessesescesensesgucaaesiggnse sence gi 2240250000005 SSE SOS SS CT" 0.0 Cab Size (829)......ccccccececceneeeeeeeeteceeteeeenenatereeneeesenes _..108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper (682) ....cccccccccccceseeesessessessesseesesnessesecneqesseteesucsesessssesennatasiseustasisciceacsecsseestastqeercestestisarsss ss NO SLEEPER BOX/SLEEPERCAB Exhaust System (016) ........ RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE Cab to Body Clearance (in).......:sc:sececsicssessessessessnesneeneeressessnennannecsucessusencuncessansessnnssescessaneg inte snte stent gest SESS CSET EY 3.0 TABLE SUMMARY - DIMENSIONS Application Version 12.0.605 . 11/24/2025 6:12 PM Data Version PRL-30D.015 (FREIGHTLINER) 108SD ODOT 023A-26 TANDEM - Page 18 of 20 FAIRVIEW PARK
Prepared for: Prepared by: FAIRVIEW PARK CITY OF Greg Simonic 20777 LORAIN RD CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC, Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 Bumper to Back of Cas (BBC} Bumper to Centerline of Front Axle (BA} Front Axle to Back of Cab (AC) Min. Cab to Body Clearance (CB) : Back of Cas to Centerline of Rear Axle(s)iCA) | Effective Back of Cab to Centerline of Rear Axle(s} (Effective CA) Back of Cab Protrusions (Exhaustintaice} (CP} oF Back of Cab Protrusions (Side Extenders/Trim Tab} (CP} Back of Cab Protrusions (CNG Tank) Back of Cas Clearance (CL) Back of Cas to End of Frame Rear Axle Spacing _ Unladen Frame Height at Centerline of Rear Axle Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 12.0.605 “4 11/24/2025 6:12 PM Data Version PRL-30D.015 FREIGHTLINER 108SD ODOT 023A-26 TANDEM - Page 19 of 20 FAIRVIEW PARK
Prepared for: Prepared by: FAIRVIEW PARK CITY OF Greg Simonic 20777 LORAIN RD CLEVELAND FREIGHTLINER, FAIRVIEW PARK, OH 44126 INC. Phone: 440-356-4412 10901 Brookpark Rd Parma, OH 44130 Phone: 216-267-4800 QUOTATION 408SD PLUS CONVENTIONAL CHASSIS SET BACK AXLE - TRUCK 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CUM L9 370 HP @ 2100 RPM; 2100 GOV RPM, 1250 LB- CAB FT @ 1200 RPM 4575MM (180 INCH) WHEELBASE ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH NO FIFTH WHEEL PTO PROVISION 7/16X3-9/16X11-1/8 INCH STEEL FRAME MERITOR MT-40-14XP 40,000# R-SERIES TANDEM (11.11MMX282.6MM/0.437X11.13 INCH) 120KSI REAR AXLE WITH PUMP 2450MM (96 INCH) REAR FRAME OVERHANG HENDRICKSON HAULMAAX EX 46,000# REAR TEM TO EVALUATE AND INSTALL FRAME RAIL SUSPENSION REINFORCEMENT AS NEEDED FOR FRONT DETROIT DA-F-20.0-5 20,000# FL1 71.0 KPI/3.74 DROP FRAME MOUNTED EQUIPMENT SINGLE FRONT AXLE 20,000# FLAT LEAF FRONT SUSPENSION PER UNIT TOTAL VEHICLE PRICE TOTAL # OF UNITS (1) $ 134,875 $ 134,875 EXTENDED WARRANTY $ 3,775 $ 3,775 74 D CUSTOMER PRICE BEFORE TAX — SS S*«~CNB;R:SCSF 313,024 TAXES AND FEES TAXES AND FEES $ OTHER CHARGES $ Oo §$ TRADE-IN TRADE-IN ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 313,024 $ 313,024 The proposed vehicle/vehicles may be available with safety and collision mitigation options outlined in the specifications if included. If this is a chassis order, please consult with your bodybuilder to ensure the specification includes all dimensions, ratings, and necessary components for body installation. All specifications and pricing are subject to final production, engineering review, availability, Mfg. surcharges and tariffs. Invoicing will occur upon delivery to the customer or dropship point and will be payable upon receipt. Titles will be transferred and delivered promptly upon receipt of payment. Reconfirm pricing after 30 days. A purchase order or signed proposal agrees to the pricing, specifications, and terms, and the cooperative contract rules if applicable unless other arrangements are agreed upon but does not guarantee production. Vehicle/Chassis is proposed under Sourcewell contract 032824-DAl. Reference section 29 Sourcewell a ee APPROVAL: Awarded Contract Please indicate your acceptance of this quotation by signing below. Contract #032824-DAI Customer: X Date / i Application Version 12.0.605 N 11/24/2025 6:12 PM Data Version PRL-30D.015 (FREIGHTLINER) 108SD ODOT 023A-26 TANDEM - Page 20 of 20 FAIRVIEW PARK
YCONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 PARMA, OHIO 44130 Attention: Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: Quote Number 90539 Account Mer. JEFF WARFIELD Phone No. (440) 336-0757 Delivery Period “See Terms and Conditions Below” STATE OF OHIO STATE TERM SCHEDULE CONTRACT SCHEDULE NUMBER: 800925; INDEX NUMBER: STS515 One Jo Each MORE OR LESS- Concord Road Equipment Mfg., LLC Dump Body/Snow and Ice Control Equipment Package Installed on Customer Supplied 2026 AHD Class 8 Cab & Chassis to Include the following; DUMP BODY AND DUMP BODY HOIST Concord PATRIOT SDS SEVERE DUTY STAINLESS Series General e Severe duty stainless steel construction ° 304-2B grade stainless steel ° 14 foot (168in) inside floor length ° 84 inch inside floor width ° 96 inch outside body width ° 9.07-11.49 struck cubic yard capacity Dump Body Sides ° 30 inch tall 7 gauge 304-2B stainless steel sides ° Full length integral formed horizontal intermediate brace extending between front body corner vertical braces and rear body corner pillars ° 7 gauge 304-28 stainless steel dirt shedding sloped boxed top rails ° 7 gauge 304-2B stainless steel front corner braces ° 7 gauge 304-2B stainless steel full depth rear corner pillars with provisions for oblong rearward facing lamps in each pillar ° % in thick 304 stainless steel plate slotted “double banjo eye” tailgate chain keepers Dump Body Head Sheet ° 7 gauge 304-2B stainless steel body head sheet ° Integral full body width 3 bend top reinforcement ° Horizontal intermediate bracing ° Space saver dump body telescopic hoist “doghouse” Dump Body Tailgate ° 38-inch-tall 7 gauge 304-28 stainless steel tailgate assembly ° Six (6) panel design ° Full perimeter box bracing ° One (1) intermediate “dirt shedding” horizontal brace ° Two (2) intermediate vertical braces e 1-inch-thick x 6 inch off set 304 stainless steel plate upper tailgate hinge ears ° % inch thick 304 stainless-steel plate upper corner post tailgate “self-centering” guide plates % inch thick lower 304 stainless-steel plate latch sockets 1-1/4-inch diameter 304 stainless steel round bar upper and lower tailgate hinge and latching pins Upper removable hinge pins includes grease zerks to allow periodic maintenance ° 1-inch-thick 304 stainless-steel plate lower tailgate latching fingers ° Both lower latching fingers are independently adjustable without the need to remove yoke pins ° 1-1/4 inch diameter stainless steel solid round bar latching system cross bar Dump Body Floor 1/4-inch-thick AR400 180kpsi abrasion & impact resistant steel plate Integral formed 45° floor to side radius Floor supported for its full length by wide flange structural steel |-beam Longitudinals include rear hinge point “pass throughs” allow clean routing of necessary hydraulic hose assemblies and/or electrical wiring harnesses “Concord-Forging the Road Ahead” Page 1 of 10
4 CONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 PARMA, OHIO 44130 Attention: Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: Quote Number 90539 Account Mgr. JEFF WARFIELD Phone No. (440) 336-0757 Delivery Period “See Terms and Conditions Below” cee aE EEE Ea Dump Body Cab Shield Assembly ° Dump body mounted cabshield assembly ° Load bearing configuration with 304-2B stainless steel 7-gauge panel and 7-gauge end plates ° Cabshield includes provisions for required warning and markers lights Dump Body Hoist ° Trunnion mounted telescopic hoist ° Double acting power up/ power down e Three (3) active stages e Safety body prop e Rated at 42.0 ton dumping capacity ° Approximately, 50-degree dump angle in this configuration ° Heavy duty greaseable rear hinge assembly with 2- %in diameter removable hinge pins Body Finish and Painting e Body stainless steel left in natural 304-28 satin finish ° All dump body welded joints/seams to receive passivation treatment to remove “free iron deposits” created during manufacturing fabrication and welding process’s ° Dump hoist and hoist mounting, rear hinge assembly, etc., primed, and painted chassis gloss black. DUMP BODY AND CHASSIS RELATED ACCESSORIES Steps, Ladders, Grab Handles, Walk Rails ° All stainless-steel construction ° Street and curb side dump body lower rubrail mounted catwalk walk rails e Two (2) body mounted steps above lower sloped face of body rubrails ° One (1) body mounted three (3) rung stow-away folding ladder- street side front corner of body ° Grab assistance handles Air Tailgate Control ° One (1) double acting air cylinder ° Air cylinder located vertically inside rear corner post to minimize exposure elements ° In chassis cab tailgate open/close tailgate switch Tailgate Lifting Ring e Lifting ring; stainless steel ° Installed center high inside face of tailgate Tailgate Patchgate ° None Requested/Included Dump Body Side Boards ° Nominal 2-inch-thick hardwood sideboards ° Painted as required, black or white Pintle Towing ° Rear chassis frame rail depth mounted % -inch-thick steel pintle plate ° Offset 55-degree D-rings ° 20-ton pintle hook, 8,000 Ib. max vertical load x 40,000 Ib. max towing capcity ° Provision for recess mounting of ICC three (3) light center cluster Air Trailer Brake Gladhands ° None Requested/Included Electric Aluminum Twin Arm Tarping Automatic Tarping System ° Buyers Products #5544300 e Mounted “in front of dump body bulkhead” ° High torque 600W electric 90:1 motor e Stainless steel wind deflector ° Twin aluminum arms ° A required, “mid-arm” knuckle joints to allow arms to maintain parallel or below top rails/boards of body when in the open position “Concord-Forging the Road Ahead” Page 2 of 10
Quote Number 90539 YCONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Shio To: ; pTo: FAIRVIEW PARK, CITY OF Account Mer. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period FATOAA, RATS Attention: “See Terms and Conditions Below” Attention: | GREG SIMONIC Phone: (216) 267-4800 Phone: ee e Additional aluminum tarp tension stay put arms to hold tarp “down” at front of body when in closed position Tarp Tie Down Rails e Stainless steel bar stock ° Mounted approximately 6 inches below dirt shedding box top rails of dump body Reflective Tape Systems ° Conspicuity alternating red/ white reflective tape installed lower vertical face of dump body rub rails ° Conspicuity alternating red/ white reflective tape installed perimeter and horizontal bracing of dump body tailgate Poly Fenders ° Poly fenders over rear chassis duals ° Fenders mounted with heavy duty off-set stainless steel mounting hardware Mudflap Mounting Brackets and Flaps ° Rubber mud flaps installed behind rear chassis dual wheels e Flaps held in place by stainless steel quick pin swinging mudflap mounting brackets Tool/Shovel Holder ° Stainless steel spring loaded clamping style shovel holder ° One (1) installed drivers side body bulkhead Tie Down Brackets, Hopper Spreader ° Four (4) stainless steel hopper spreader tie down brackets ° Two (2) each street and curb side exterior of dump body e _—_ 4in rachet strap flat hook type Chassis Mounted Tool/Storage Box ° None Requested/Included Dump Body Vibrator e None Requested/Included Automatic Lubrication System ° None Requested/Included BASE ELECTRICAL SYSTEM/COMPONENTS In Chassis Cab Power Distribution Panel ° All components mounted to aluminum distribution panel ° Clear poly cover ° Color-coded circuit diagram affixed to cover for quick referencing of all body related electrical circuitry Rear Body/Chassis Lighting ° Recessed Red LED stop tail turn lamps, LED, rear corner pillars of dump body ° Recessed Clear LED reverse lamps LED, rear corner pillars of dump body FMVSS108 Required Lighting/Reflectors ° Lighting-All LED type ° Rear dump body corner post combination recess mounted stop, tail, turn lights and backup lamps ° Remount OEM chassis stop/tail/turn/backup lamps e ‘Three (3) red LED center ICC marker lamps recess mounted in pintle plate ° Four (4) side and rear facing red LED markers lamps recess mounted in rear corner post of dump e Two (2) forward amber marker lamp recess mounted street/curb side outer corner of dump body cabshield e Two (2) mid amber marker lamps recess mounted in front corner brace of dump body Trailer Lighting Receptacle ° Recessed in pintle hook mounting plate e Type to match customer existing fleet Body Up Warning ° Remote dump body hoist mounted proximity switch activated-no moving parts ° In cab “bright” LED warning light Electric Trailer Brake Controller Page 3 of 10 “Concord-Forging the Road Ahead”
Quote Number 90539 CONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Account Mer. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period PARMA, OHIO 44130 Attention: “See Terms and Conditions Below” Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: ° Proportional Type ° Rated for trailers with 2-4 axles ° Mounted within easy reach of operator Trailer Plug ° Commercial 7-pin or blade as required ° Recessed driver’s/street side of pintle plate Snowplow Lights ° Buyers Products #1312200 LED high intensity “Heated” snowplow lights ° High beam, 3600 lumen per light ° Low beam, 1800 lumen per light e Chassis hood mounted on stainless steel light brackets ° Integral marker and turn signals ° IP68 and IP69 rated Work/Spinner Light(s) ° One (1) Buyers Products #1492198, 4 inch square “Ultra Bright” flood beam ° 4500 lumen “Heated” LED type ° Tempered glass lens ° Rear Facing- mounted at rear of dump body, exact location TBD by customer ° Switching to be determined by customer Work/Fog Lights ° None Requested/Included License Plate Light ° LED Type ° One (1) pintle plate mounted Miscellaneous Base Electrical ° All connections made with Deutch or equal type sealed connections ° Five (5) year warranty on all light heads ° All required wiring, harnesses, electrical hardware, switches and connectors, etc., to make a fully tested, and operational BASE electrical and lighting system. WARING LIGHT SYSTEM- TEN (10) HEAD ALL AMBER LED TYPE-CHASSIS MOUNTED System General e All LED Amber/Green Split Heads and Amber/White Split Heads . All connections made with Deutch or equal type sealed connections ° Five (5) year warranty on all light heads Warning Lamps- Cabshield Mounted ° Eight (8) Total Amber- Whelen #5GAC ° Two (2) heads forward facing curb side of cab protector ° Two (2) heads forward facing street side of cab protector e Two (2) heads side facing, street side cab protector e Two (2) heads side facing, curb side cab protector ° Each head synchronized for alternating flash pattern ° Five (5) year warranty Warning Lights-Dump Body Rear Corner Pillar Mounted ° Two (2) Total Amber- Whelen #5GAC ° One (1) each rubber grommeted and recess mounted in rear dump body corner pillars e Each head synchronized for alternating flash pattern ° Five (5) year warranty System Operation and Switches ° Forward facing lamps to be a synchronized sequential flash pattern- alternating amber/green ° Rearward facing lamps to be a synchronized sequential flash pattern- alternating amber/green Page 4 of 10 “Concord-Forging the Road Ahead”
CONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 PARMA, OHIO 44130 Attention: Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: Quote Number 90539 Account Mer. JEFF WARFIELD Phone No. (440) 336-0757 Delivery Period “See Terms and Conditions Below” ee All required wiring, harnesses, electrical hardware, switches and sealed connectors, etc., to make a fully tested, and operational electrical, electrical lighting and warning light system. CENTRAL HYDRAULIC SYSTEM-BOSCH REXROTH SIX (6) CIRCUIT General Hydraulic System Operation and Components Hydraulic system designed configured to operate all hydraulic operations safely and efficiently including double acting dump body hoist; Double acting snowplow lift ram; Double acting snowplow power angling rams; Single or Double acting material auger(s); Single acting undertailgate spreader or hopper spreader materials broadcast spinner; Single or Double acting liquid prewet and/or anti-ice operations To ensure system compatibility, hydraulic pump, hydraulic valve, in chassis operator controls including granular/liquid materials control system are manufactured by Bosch Rexroth Power Take-off Off (PTO)- Transmission Mounted Hotshift 12vdc engage/disengage type Direct mounted to Allison transmission live PTO provision Pressure lubricated Enclosed pressure-lubricated extension shaft/housing Direct hydraulic pump mounting flange on housing Hydraulic Pump Bosch Rexroth A10V085 Load Sensing/Pressure Compensating 5.18 cubic inch displacement Rated at 26.9 gom @ 1,200 rpm; 49.3 gpm @ 2,200 rpm Direct mounted to hot shift PTO extension shaft housing flange Hydraulic Valve Bosch Rexroth M4-12 six (6) section load sensing pressure compensating control valve One (1) double-acting electric operated proportional dump body hoist circuit One (1) double-acting electric operated proportional snowplow lift cylinder circuit One (1) double-acting electric operated proportional snowplow power angle circuit One (1) single acting electric proportional spreader conveyor/auger circuit One (1) single acting electric proportional spreader spinner circuit One (1) double-acting A-symmetrical electric proportional spreader liquid prewet/anti-ice circuit Analog direct reading hydraulic pressure gauge Entire valve assembly chassis frame mounted in a stainless steel enclosure Hydraulic Oil Reservoir/Valve Enclosure Thirty-five (35) gallon stainless steel combination hydraulic oil reservoir/valve enclosure Reservoir/ integral valve enclosure is dirt shedding cylindrical in design 8-inch diameter rear cleanout reservoir access cover Filler breather cap Sight level/temperature gauge Magnetic drain plug 100-micron suction port strainer Suction port system service ball valve Stainless steel reservoir mounting brackets Spin-on oil filter with condition indicator System Return Line Manifold Steel multi-point return line manifold assembly ALL system return lines enter into manifold One (1) common line exiting to inlet of hydraulic oil filter head Hydraulic Snowplow Power Float System Bosch Rexroth plow power float/balance manifold valve Mounted in above chassis frame-mounted combination hydraulic oil reservoir/valve enclosure “Concord-Forging the Road Ahead” Page 5 of 10
Quote Number 90539 . CONCORD ROAD EQUIPMENT, MFG. 2 8200 Tyler Bivd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Account Mgr. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period PARMA, OHIO 44130 Attention: “See Terms and Conditions Below” Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: I Meg ° Fully adjustable for desired weight transfer Operator Controls-Dump Body Hoist and Snowplow e In chassis cab operators “DUAL ELECTRIC JOYSTICK" armrest controller console ° One (1) “CENTER LOCKING SINGLE AXIS” electric joystick controller for dump hoist “raise and lower” ° One (1) “DUAL AXIS” “ELECTRIC JOYSTICK controller for front snowplow “raise and lower” and angle “left and right” Operator Controls- Granular/Liquid Materials e Bosch Rexroth CS-630 electronic spreader control ° High visibility solid state OLED display screen e Multi-mode/multi materials functionality e Ground speed proportional operation ° Data logging capabilities ° Capable of manual, ground speed triggered, open-loop ground speed, or closed-loop ground speed orientation of granular, liquid prewet, liquid anti-ice materials individually or simultaneously e Three (3) individual HEAVY detented knobs for operator control of auger/conveyor output (speed), spinner speed, and liquid prewet/anti-ice output ° Tracks and stores all materials usage Automatic Low Hydraulic Oil Shutdown System ° Bosch Rexroth e Interrupts hot shift PTO operation in the event of low hydraulic oil ° Hydraulic reservoir mounted oil level sensor ° In-cab indicator lamp and warning buzzer e Momentary system operators override switch to allow emergency stowing of deployed equipment Cross-Over Relief Valve-Snowplow e Cross over relief valve mounted at front of chassis for plow power angle circuit protection ° Additional manual pressure relief valve installed to allow the operator to dump off residual pressurized oil in power angling plow circuit stainless steel quick couplers at front of the truck Liquid Pre-Wet System ° Bosch Rexroth liquid prewet power unit ° Configured to work seamlessly with Bosch Rexroth CS630 spreader/liquid controller ° Chassis frame mounted in a stainless steel enclosure e Designed to efficiently to disperse liquids as granular materials exit hopper spreader auger trough to spinner, or spreader liquid slurry bar e Prewet system controlled via in-cab CS-630 operators spreader control General System Installation Guidelines e Snowplow hitch mounted manual relief valve to relieve residual pressure trapped behind snowplow couplers e Stainless steel intermediate rigid high pressure hydraulic tubing for all connections to rear of chassis ° Stainless steel intermediate rigid high pressure hydraulic tubing for all connections to front of chassis for snowplow ° Case drain circuit from hydraulic pump plumbed directly to hydraulic reservoir ° For ease of maintenance, all hydraulic circuits that incorporate intermediate high pressure rigid tube assemblies include short whip hoses entering from hydraulic valve work port and exiting to hydraulic cylinder/motor ports ° All hydraulic hose and tubes assemblies clamped and or tie wrapped no more than every 24 inches ° All hydraulic hose and tube assemblies are properly guarded and/or shielded at any point where contact can be made against sharp edges, heat, or abrasive areas ° All additional required hydraulic hoses, fittings, stainless steel quick couplers, filters, oil, etc., to make a complete, fully tested, calibrated, and operational load sensing central hydraulic system. SNOWPLOW HITCH-CHASSIS MOUNTED Concord Manufactured TTN-400CL e Heavy-duty low-profile chassis mounted front snowplow hitch e % inch formed steel channel H-frame uprights e inch wall structural steel tubing top horizontal e % inch upper H-frame lift cap pivot ears e Pivot ears include DOM steel tubing bushings with grease zerks Page 6 of 10 “Concord-Forging the Road Ahead”
SCONCORD ROAD EQUIPMENT, MFG. 3} 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 PARMA, OHIO 44130 Attention: Attention: | GREG SIMONIC Phone: (216) 267-4800 Phone: Quote Number 90539 Account Mgr. JEFF WARFIELD Phone No. (440) 336-0757 Delivery Period “See Terms and Conditions Below” ee Heavy Duty Lift Cap e Lift cap constructed of % inch steel plate e Steel square tubing lift arm receiver e Receiver includes provisions for adjusting lift arm length Telescopic Adjustable Lift Arm e Telescopic lift arm constructed of 3/8-inch x 3.0-inch x 3.0-inch structural steel tubing e Lifting tube drilled to allow various plow lift lengths e Outboard lift arm includes both dual chain lift eyes and bottom clevis lifting point e Entire lift cap and telescopic lift arm folds down for storage Hydraulic Lift Ram e 4x6-inch double acting lift ram e Corrosion resistant nitrated cylinder rod Hitch to Chassis Mounting e Chassis specific mounting with 5/8-inch-thick steel push plates e Push plates additionally reinforced with full 90 degree opposing “pass through” gusseting e All hitch mounting fasteners are Grade 8 flanged stover locking nuts e Hitch assembly includes heavy duty formed channel swept back bumpers Snowplow Quick Attach/Detach Coupler e Center single drop pin style e Drop-Pin 2-1/2 inches in diameter e Pin easily raised and lowered with off-set pivot lift arm e Entire assembly welded to bottom of hitch H-lift frame assembly Hitch Bumpers e¢ Two (2) piece design, one (1) streetside x one (1) curbside e Constructed of % inch formed channel e Constructed of 1/4-inch steel plate e Cast balls feet-pipe strut braces e Each strut brace extends from approximate center of bumper to H-lift frame cheek mounting plates Prep and Painting e Entire hitch assembly Tuff Kote 4-step powder coat painting processing © Powder coated gloss black HEAVY DUTY POWER ANGLING SNOWPLOW Snowplow General ° Buyers Super J Model SJ-42120-SSTE Snowplow e Item/Part No. 1662520311 ° 10 feet long ° 42-inch tall ° Power angling Moldboard ° 10 gauge 304 stainless steel e Curb/right hand mailbox cut ° Ten (10) 1/2-inch vertical moldboard ribs ° 2-inch x 2-inch tubing adjustable moldboard attach angling struts Safety Trip Edge Mechanism ° Torsion spring type ° Five (5) 3/4-inch square spring, adjustable e 1 1/4-inch schedule 80 torque tube ° 3/4 x 4-inch x 4-inch lower backer structural angle e _ 5/8-inch carbon steel cutting edge “Concord-Forging the Road Ahead” Page 7 of 10
Quote Number 90539 {CONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Bivd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Account Mgr. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period PARMA, OHIO 44130 Attention: “See Terms and Conditions Below” Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: Push Frame ° 4x 4-inch square structural steel full moldboard width tubular push frame ° Six (6) moldboard connection points ° 11/4-inch diameter connection pins Reversing Drive Frame ° Two (2) Single acting hydraulic ram reversing cylinders e 4 inch bore x 3-inch rod x 16-inch stroke ° Cylinder rods nitrated for corrosion resistance ° 2-1/2-inch diameter push to reversing frame “king” pivot pin with replaceable bushings Quick Attach/Detach Coupler ° Drop pin loop portion of quick attach/detach coupler ° Coupler loop attached to oscillating drive bar assembly Tuff-Kote Prep & Powder Coating ° Entire snowplow assembly sandblast (less moldboard poly skin) to remove mill scale and impurities ° Eight step acid “pickle” wash ° Bare metal is primed and sealed ° Finished “gloss black” powder coat Miscellaneous Snowplow Related e Full length rubber snow deflector ° 36-inch moldboard end markers e Cross over relief cylinder protection valve ° Hydraulic hook up hoses with stainless steel couplers ° Parking/storage jack GRANULAR/LIQUID MATERIALS HOPPER SPREADER General Hopper Spreader ° Municipal duty Buyers Item/Part No. 14513A577523W20N ° 13-foot-long hopper e Constructed of grade 304-28 stainless steel ° 57-inch-tall sides with a 45-degree slope towards the center conveyor Delivery System-Granular Materials e DUAL 7-inch diameter auger delivery system ° Auger progressively pitch for even emptying of the hopper ° Auger flighting constructed of % inch thick continuous bar stock ° Auger flighting additionally “Hard-faced” for long life wear characteristics Spinner/Spinner Chute ° Swing up “EXTENDED LENGTH” rear spinner assembly ° Crank up winch to allow stowing when offloading ° 18-inch diameter poly spinner disc Top Screens-Hopper ° Heavy duty four (4) section hinged steel top screens ° Structural steel main center |-beam rail ° Entire top screen assembly powder coated gloss black Hopper Hydraulics ° Auger hydraulic driven through two (2) independent direct auger mounted high torque hydraulic motors . Hopper mounted rigid stainless-steel intermediate hydraulic tubing for all connections ° Short Flexible hose assemblies between rigid tubes and motors/bulkhead couplers Onboard Liquid Prewet System ° System to include two (2) 210-gallon (420-gallon total capacity) liquid prewet tanks, one (1) each mounted street and curbside of the hopper spreader Page 8 of 10 “Concord-Forging the Road Ahead”
Quote Number 90539 SCONCORD ROAD EQUIPMENT, MFG. 8200 Tyler Bivd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com Date: 11/24/2025 Ship To: ; pTo: FAIRVIEW PARK, CITY OF Account Mer. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period PARMA, OHIO 44130 Attention: “See Terms and Conditions Below” Attention: GREG SIMONIC Phone: (216) 267-4800 Phone: a EE EEE! ° Hopper spreader mounted Bosch Rexroth granular materials liquid prewet pump and hydraulic motor power assembly with closed-loop flow meter feedback to provide precise application rates ° Surry spray bar(s) installed in hopper ° Electric 3-port 2-way ball vale that allows operator to switch between Prewtting at spreader discharge or hopper slurrybar Hopper Spreader Mounted Lighting and Reflectors e Buyers Products LB8663SST rear spreader wall mounted stainless steel light bar assembly ° Light bar includes provisions for nine (9) total lights ° Two (2) #5624118 LED stop- tail-turn-back up lamps ° Two (2) #5624324 LED clear back up lamps ° Two (2) Whelen #5GAC amber warning lamps e Three (3) #5622517 red marker lamps ° Conspicuity tape installed on top sides of the hopper Miscellaneous Hopper Spreader e Entire Hopper Spreader mounted to “STAINLESS STEEL EASY LOAD/EASY UNLOAD-STORAGE LEG STAND” ° All required hydraulic hoses, fittings, stainless steel quick couplers, etc., e Stainless steel hopper spreader mounted front reverse sloping spill shield to minimize salt falling between hopper front wall and dump body headsheet as spreader is being loaded ° Entire Granular /Liquid prewet system configured to operate seamlessly with the above Bosch Rexroth CS630 spreader/liquid controller ° Spreader body left in natural 304-2B stainless steel satin finish TERMS AND CONDITIONS MINIMUM CHASSIS REQUIREMENTS Chassis to have a KLE (CT) dimens f s; have a provision for Transmission Mounted Power takeoff; Clear Chassis frame from behind chassis cab street and curb sides to front of chassiss suspension; Integral OEM front frame extension of 16 inches minimum; OEM In chassis cab body upfitter electrical interface circuits and switches including, when applicable, snowplow light circuit, provision for electric trailer brakes, provisions for chassis ground speed interface, and for chassis transmission mounted “Hotshift PTO” . Chassis specifications should be provided prior to placing this order to ensure compatibility. Concord Road Equipment Mfg., LLC will not be held responsible for incompatibility between proposed components and/or equipment and chassis components and/or equipment. Discrepancies in the requested minimum chassis requirements may result in additional cost, resulting in a change order request and approval, prior to installation of proposed components and equipment. PAYMENT DISCOUNTS Per our Ohio Department of Administrative Services Contract Schedule #800925, Index #STS515 an additional 0.5% (one-half of one percent) discount is available for payment(s) of invoice(s) within twenty (20) days of receipt. Payment discount will be noted on the invoice(s). WARRANTY INFORMATION Concord Road Equipment Mfg., LLC. truck equipment packages include a warranty for a total period of FOUR (4) YEARS AS FOLLOWS, Months 1 through 12 at 100% on electrical components, hydraulic components, structural and fabricated components-parts and labor; Months 13 through 24 at 50% on structural and fabricated components- parts and labor; Months 25 through 48 at 25% structural and fabricated components labor only. When applicable, other suppliers/component warranties that exceed Concord's base warranty will remain in effect. All warranty periods begin after completion/delivery of equipment, components, and accessories. When applicable, Concord "Titan" series snowplow hitches carry a full 100% parts warranty on structural components only for 60 months. When applicable, TBEI series dump body hoists have a manufacturer parts warranty of 36 months. When applicable, Swaploader hooklift hoist include a manufacturer parts warranty for 36 months. Warranties do not include normally considered wear and maintenance items (such as plow blades, augers, conveyor chains, hydraulic couplers, filters, spinner drive hydraulic motors, spinner disks, chains, sprockets, bearings, etc.); routine adjustments and/or calibrations; abuse, neglect, misuse, and/or improper operation; lack of maintenance (including component corrosion), inspections, and/or training; and/or consequential damages as a result thereof. Under the warranty period, Concord Road Equipment Mfg., LLC reserves the right to replace, repair, rebuild, or substitute with like equipment and/or components at its sole discretion. ESTIMATED DELIVERY PERIOD Based on the date of this proposal, the job completion and corresponding delivery period is projected to be a 1 ys after receipt of the required purchase order(s), letter(s) of intent, letter(s) to proceed, and if applicable, the arrival of your chassis(s) to oncord Road Equipment Mfg., LLC. This projected job completion and corresponding delivery period is only an estimate and may be shorter or longer in accordance with the date that your order is placed, the arrival date Page 9 of 10 “Concord-Forging the Road Ahead”
fr CONCORD ROAD EQUIPMENT, MFG. Quote Number $0539 8200 Tyler Blvd. Suite H, Mentor, OH 44060 PHONE: (440) 357-5344 FAX: (440) 357-1942 concordroadequipment.com pate: 11/24/2025 Ship To: FAIRVIEW PARK, CITY OF Account Mer. JEFF WARFIELD Submitted To: VALLEY FREIGHTLINER INC. 22777 LORAIN RD. Phone No. (440) 336-0757 10901 BROOKPARK ROAD FAIRVIEW PARK, OHIO 44126 Delivery Period PARMA, OHIO 44130 Attention: “See Terms and Conditions Below” Attention: | GREG SIMONIC Phone: (216) 267-4800 Phone: a of required authorizations, delivery date of your chassis(s) to Concord, and lead times of Concord Road Equipment Mfg., LLC primary suppliers at the time your order is placed. Concord Road Equipment Mfg., LLC is not responsible for delays that are beyond its reasonable effort and capability to control including but not limited to; Primary supplier delays and/or product shortages; Delays in freight; Force majeure including but not limited to 1-acts of God, such as severe acts of nature or weather events including floods, fires, earthquakes, tornadoes/hurricanes, or explosions; 2- war, acts of terrorism, and epidemics; 3- acts of governmental authorities such as expropriation, condemnation, and changes in laws and regulations; 4- strikes and labor disputes; 5- and certain accidents. Per Concord Road Equipment Mfg., LLC. Contract 800925 Schedule STS 515 with the Ohio Department of Administrative Services, completed deliveries can range from 60-300 days after receipt of a customer order(s), and when applicable, after the arrival of your chassis(s) to Concord Road Equipment Mfg., LLC. INSURANCE Your chassis and/or equipment are insured while in Concord Road Equipment's Mfg., LLC possession. This includes all properties, buildings, lots, etc. A copy of our complete “LIMITED LIABILITY” garage-keepers insurance policy is available upon request YOUR BASE NET UNIT INSTALLED PRICE $ 174,374.69 Authorized by | /We hereby accept the above quotation including all terms and conditions, and place an order for the proposed item(s) for a total amount of $ (when applicable, please include any proposed/selected options in the total amount) Accepted By Date Signed Purchase Order Number Page 10 of 10 “Concord-Forging the Road Ahead”
20777 Lorain Road Bill Schneider Fairview Park, Ohio 44126 Mayor 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Jennifer Pae, Finance Director / HR Manager RE: 2026 Tax-Exempt Lease for the purchase of Fire Department and Service Department vehicles DATE: January 20, 2026 The Administration requests passage of the following legislation on three readings with emergency enactment: AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO AN AGREEMENT WITH HUNTINGTON PUBLIC CAPITAL CORPORATION FOR LEASE FINANCING AND TO ENTER INTO CONTRACTS FOR THE PURCHASE OF SERVICE DEPARTMENT AND FIRE DEPARTMENT VEHICLES, AND DECLARING AN EMERGENCY The attached legislation authorizes the City of Fairview Park (“City”) to enter into a lease agreement with Huntington Public Capital Corporation in an amount not to exceed six hundred thirty- seven thousand nine hundred seven dollars ($637,907) at an interest rate of four and seventy-four hundredths percent (4.74%) for a ten-year term. The lease financing will allow the City to purchase the following vehicles and equipment: For the Service Department: • 2027 Freightliner 108SD Plus Cab with Snow and Ice Chassis & Equipment from Cleveland Freightliner, Inc for $313,024 payable from the Permanent Improvement Fund (Fund 260) For the Fire Department: • Braun Chief XL Emergency Vehicle on Ford F-550 4x4 Diesel Chassis from Penn Care, Inc. for $324,883 payable from the EMS Serv Collection Fund (Fund 781). The Service and Fire Departments’ vehicles were available via the State of Ohio Cooperative Purchasing Program.
20777 Lorain Road Bill Schneider Fairview Park, Ohio 44126 Mayor 440-333-2200 (City Hall) www.fairviewparkohio.gov Due to the long lead times for delivery, the debt service associated with the lease will begin in 2027, and will be part of next year’s budget. Delivery of the EMS Squad is anticipated in March, and the Service Department truck for later this year or possibly early next year. The current Fire Department vehicle is a 2012 with 61,000 miles. The Service Department will determine which current vehicle it will replace once the new vehicle is delivered to the City. The legislation also authorizes the Mayor to dispose of the vehicles/equipment being replaced with these purchases by auction, if necessary. Please note that Municipal Capital Lease Financing is not like a personal car lease. The City will fully own the vehicles and equipment upon completion of the lease terms. Thank you for your consideration. cc: Mayor Bill Schneider A Steven Dever, Director of Law Liz Westbrooks, Clerk of Council
Ordinance 26-01 Amended | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-01 AMENDED REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: FINANCE CHAIR AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO A CONTRACT WITH SIMVAY LLC FOR MANAGED IT SERVICES FOR THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY WHEREAS, the City of Fairview Park’s (“City”) requires monthly maintenance and periodic support services; and WHEREAS, Simvay LLC has been selected to provide manage IT services from January 1, 2026 to December 31, 2028. Simvay LLC will provide Enterprise Managed Technology Services (EMTS), Fractional Information Security Officer (FISM), and Enterprise Managed Detection and Response (EMDR) proactive support services which includes anticipating and preventing IT problems, successful installation and configuration of necessary technologies to monitor and maintain critical technology systems. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. The Mayor is hereby authorized to enter into a contract with Simvay LLC set forth in the Master Services Agreement (Exhibit “A”) and the Enterprise Managed Detection and Response (Exhibit “B”) attached hereto, to provide managed IT services. SECTION 2. The City agrees to pay Simvay LLC professional computer maintenance and support services, managed cybersecurity and anti-virus services, data backup services, and related software, security, and cloud service in the amount of one hundred fifty-nine thousand dollars ($159,000) per year. A copy of the pricing is attached hereto as Exhibits “A” and “B”. SECTION 3. The cost of the professional services contract with Simvay LLC shall be paid from the General Fund (100), the Recreation Fund (230), the Permanent Improvement Fund (260) or other funds as determined by the Finance Director. SECTION 4. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 5. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of public peace, health, safety and welfare; and for the further reason that it is necessary for the operation of all City departments and provided it receives an affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor; otherwise from and after the earliest period allowed by law.
Ordinance 26-01 Amended | Page 2 PASSED: 1st reading: 01.05.26 APPROVED: 2nd reading: 01.20.26 3rd reading: ___________________________________ Bridget C. King, President of Council ___________________________________ Bill Schneider, Mayor ___________________________________ Liz L. Westbrooks, Clerk of Council
Exhibit A Master Services Agreement January 1°*, 2026 —- December 31%, 2028 EMTS Monthly Service Fee: $9,100.00 SIMVAY SO SYSTEMS Quan FISM Monthly Service Fee: $2,400.00 Summary of Deliverables: e Assigned Resource(s) o Datacenter Infrastructure Engineer o Network Infrastructure Engineer o Fractional Information Security Officer e Ticket Management System Resource Scope of Deliverables: Enterprise Managed Technology Services (EMTS) Deliverables: o Hybrid Resource(s) Allocation = Up to 12 Hours a week, excluding nationally recognized holidays e 1predetermined day of onsite support per week =" Upto 10 Hours of Gold Expedited Service Annually Server Infrastructure Management and Monitoring Virtualization Infrastructure Management and Monitoring Microsoft 365 Management Data Backup Management and Monitoring Monthly Server and Endpoint Security Patching Computer Endpoint Inventory, Management and Monitoring Mobile Device Management Phone System Management End User Escalation Support for Helpdesk Team Resources Vendor Management IT Budget Management IT Strategic Planning Identity and Access Management O0O0000UCMDWUmUCOUCUCOUCOOWUCOULUCOOULCOlUClO Enterprise Managed Network Services (EMNS) Deliverables: o Firewall Management and Monitoring o Switch Management and Monitoring o Wireless Management and Monitoring
Master Services Agreement January 15t, 2026 — December 31°, 2028 —_ EMTS Monthly Service Fee: $9,100.00 SIMVAY FISM Monthly Service Fee: $2,400.00 MO SYSTEMS GQuemaud Fractional Information Security Management (FISM) Deliverables: o Hybrid Resource(s) Allocation o Upto 8 Hours per month, excluding nationally recognized holidays o Perform duties of Information Security Officer responsible for management of the City’s Cybersecurity Program as outlined by ORC 6.94(C). © Develop, implement, and maintain an organization-wide information security program to ensure the integrity, confidentiality, and availability of information owned, controlled, or processed by the City. Oo Lead the development and enforcement of security policies, standards, and guidelines in alignment with industry best practices and regulatory requirements. Coordinate and manage the organization's response to cybersecurity incidents, including investigation, remediation, and fe) reporting. © Conduct regular risk assessments to identify, evaluate, and mitigate security risks. oO Collaborate with IT and other departments to ensure security is embedded in all technology initiatives. © Advise on the adoption of emerging security technologies and practices. © Provide guidance on security architecture and ensure that all IT projects incorporate appropriate security measures. © Provide guidance on relevant cybersecurity laws, regulations, and standards, including but not limited to NIST, ISO 27001, GDPR, and other applicable frameworks. © Prepare and present periodic security reports to internal stakeholders. © Assess and manage cybersecurity risks associated with third-party vendors and service providers. Services Assumptions: e Client maintains SentinelOne Complete license subscription e Client maintains a DNS Security subscription e = Client maintains a firewall security services subscription e = Client maintains an email security subscription e Client maintains a backup system subscription with a minimum of 2 independent backup storage locations e = Client maintains at minimum a manufacturer warranty on Firewalls, Switches, Routers, Servers and any other component critical to organization operations e Client maintains a cyber security insurance policy with a minimum of 1 Million Dollars of coverage e Client maintains a software maintenance contract for any software platforms critical to organizational operations e Any and all hardware and software are reviewed with Simvay LLC prior to purchasing e Client shall perform necessary due diligence to provide the information and materials as may be reasonably required for the successful performance of this agreement. Services Exclusions: e Does not cover any hardware, software, licenses, license renewals, upgrades or shipping fees. e Does not cover any third-party vendor or manufacturer warranties e Does not cover any third-party Support Case Incidents e Does not cover costs for hardware and software life cycle end of life refreshes e Does not cover costs associated to recovery resulting from virus/malware/ransomware infection e Does not cover costs associated with hardware failure, power, or acts of god
Vi. Vil. Vill. Xl. Xil. Xill. Master Services Agreement January 1°, 2026 — December 31%, 2028 — EMTS Monthly Service Fee: $9,100.00 S| M VAY FISM Monthly Service Fee: $2,400.00 TERMS AND CONDITIONS a. This agreement shall be for three (3) years from the date it is accepted by Simvay LLC. b. Agreement automatically renews for an additional one (1) year unless written notice is received by Simvay LLC (60) days before contract expiration, or unless Customer does not receive legislative authority to contract with Simvay LLC or appropriations necessary for Customer to perform under the agreement. CONTRACT a. Scheduled service is performed during the principal period defined and between the business hours of 8:00 am and 5:00 pm, local time, for the duration of the contract term excluding nationally recognized holidays and recognized states of emergency delaying or preventing scheduled service. b. Expedited Service Level i. Gold | 8 Hour Response —24x7 1. Interruption to normal business workflow 2. System Outage 3. Security Breach REQUEST FOR SERVICE a. The authorized representative of the customer will initiate all requests for service. The service request shall contain the following: i. Nameand address of the equipment user ii. Nameand user personnel to be contacted iii. Equipment type, serial number, and location iv. Description of the problem RESPONSE TIME a. Simvay LLC normal response time to customer standard support requests is defined by above “CONTRACT” section b. Simvay LLC normal response time to customer expedited support requests is defined by above “CONTRACT” either by phone, VPN or onsite. Two (2) hour minimum charge per support request. FREEDOM OF ACCESS a. Customer agrees that Simvay LLC, or its authorized service representative, shall have reasonable and free access to the equipment and systems. CUSTOMER RESPONSIBUILITIES a. Inregard to each unit of equipment managed by this agreement, customer agrees to prevent unauthorized adjustment, repairs or modifications, and to ensure that the equipment is utilized in accordance with applicable vendor published specifications. TAXES a. | Customer is responsible for paying any and all taxes resulting and occurring from any and all services rendered under this contract, solely to the extent such taxes are applicable to a municipality. GOVERNMENTAL IMMUNITY a. Nothing in this Agreement shall be construed as a waiver of any defenses or immunities available to the City under Ohio law, including but not limited to Chapter 2744 of the Ohio Revised Code. To the extent permitted by law, neither party shall be liable for incidental, indirect, special, punitive, or consequential damages, including lost profits or business interruption. The total aggregate liability of Simvay LLC shall not exceed the limits of insurance required under this Agreement. INSURANCE AND LIABILITY a. Simvay LLC agrees to take all measures to protect City data and information. Simvay LLC shall hold an insurance policy with a minimum of One Million Dollar Coverage. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by the Contractor in this Agreement and shall include but not be limited to, claims involving infringement of intellectual property, infringement of copyright, trademark, trade dress, invasion of privacy violations, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines and penalties. PERFORMANCE a. Aggrieved party must provide notice and documentation to the other party within a reasonable time after it has or ought to have become aware of the non-conforming performance. b. Other party must rectify fundamental non-performance within ninety (90) days. If fundamental non-performance is not rectified within ninety (90) days the aggrieved party may terminate contract with a ninety (90) day written notice. NON-DISCLOSURE a. Customer and Simvay LLC agree to not reveal to any person, firm, or organization any confidential information of any nature concerning the organization, or anything connected therewith, except as may be required by law, including the Ohio Public Records Act. GOVERNING LAW a. | This agreement shall be governed and construed in accordance with the laws of the State of Ohio. ENTIRE AGREEMENT a. This agreement constitutes the entire agreement between the parties, and may not be assigned without the written consent of the other party. All changes, modifications, additions, or deletions to this contract shall be in writing and signed by all parties.
Master Services Agreement January 15', 2026 — December 31°, 2028 EMTS Monthly Service Fee: $9,100.00 SIMVAY me SYSTEMS Quam FISM Monthly Service Fee: $2,400.00 XIV. TERMINATION a. Either party may terminate this agreement due to a material breach by the other party that is not cured within ninety (90) days after receipt of written notice of same from the aggrieved party. Customer may terminate this agreement if Customer does not receive legislative authority to contract with Simvay LLC or appropriations necessary for Customer to perform under the agreement. b. Upon termination of this agreement by cancellation or expiration, the Contractor shall return all equipment, data, information and property belonging to the City and assist and cooperate during the transition. SIGNATURE AND CONTRACT EXECUTION This Service Agreement (“Agreement”) is made and entered into between Simvay LLC, with office at 29570 Clemens Rd, Westlake, OH 44145 (“Company”) and City of Fairview Park with offices at 20777 Lorain Road, Fairview Park, Ohio 44126 (“Customer”). All notices intended for parties shall be effective if sent to their respective addresses above, if to Simvay LLC, attention Management; if Customer, attention: Management (“Notice”). Service Provider: Simvay LLC Client: City of Fairview Park Representative: Kristoffer Oswald Representative: Title: Partner Title: Date: Date: Signature: Signature: Purchase Order Number: Upon acceptance of this contract, sign this page and mail to Simvay LLC, c/o Service Contracts. Please include your purchase order with this signature sheet.
Exhibit B Enterprise Managed Detection and Response January 15t, 2026 — December 31°, 2028 SIMVAY SYSTEMS Qunus Annual Service Fee: $21,000.00 Enterprise Managed Detection and Response (EMDR) Deliverables: ° Priority Level P1 P2 P3 P4 PS Monitored Tools/Solutions/etc. In-Scope: o SentinelOne Cloud Al SIEM Microsoft 365 Email Security/Mimecast DUO/Okta Identity Monitoring Firewall Detections o Other compatible logs Deployment and Configuration o Platform Deployment oo0 0 Assistance with agent deployment strategies and complications. O° o Configuration of SentinelOne agents and policies. ° Development of tailored EDR policies (e.g., whitelisting, blocking, behavior analysis) based on organizational risk and compliance requirements. o Configuration of compatible XDR integrations (i.e. Microsoft 365, Duo, Mimecast, etc) Threat Monitoring and Detection o 8x5 continuous monitoring, event review, and escalation. © 24x7 response to triggered high and critical events o Automated Threat Detection, behavioral analysis, SOAR rules. Incident Response and Remediation o Automated Containment Incident Triage and Escalation Root Cause Analysis Remediation Actions Reporting and Analytics Real-time Dashboards System Health and Maintenance o Agent Health Monitoring o Detection and reporting of rouge devices Service Level Agreements (SLAs) 00000 Classification Average Escalation Time Critical Events 15-30 minutes High-Priority Events 1 hour Medium-Priority Events 4-8 hours Low-Priority Events 24 hours Informational Events 48 hours Example Triggers Active ransomware detection, data exfiltration, critical system compromise, major breaches Detection of malware, lateral movement, attempts to exploit known vulnerabilities Suspicious behavior indicating potential compromise, unsuccessful lateral movement attempts, anomalous user behavior Low-level anomalies, flagged but benign activity, potentially misconfigured systems or policies General system updates, low-risk activities like user login anomalies, benign software behavior
Enterprise Managed Detection and Response January 15t, 2026 — December 31*, 2028 — Annual Service Fee: $21,000.00 SIMVAY SYSTEMS Gaam Services Assumptions: e Client maintains SentinelOne Complete license subscription e Client maintains a DNS Security subscription © Client maintains a firewall security services subscription e Client maintains an email security subscription e Client maintains a backup system subscription with a minimum of 2 independent backup storage locations e Client maintains at minimum a manufacturer warranty on Firewalls, Switches, Routers, Servers and any other component critical to organization operations e Client maintains a cyber security insurance policy with a minimum of 1 Million Dollars of coverage e Client maintains a software maintenance contract for any software platforms critical to organizational operations e =Any and all hardware and software are reviewed with Simvay LLC prior to purchasing e Client shall perform necessary due diligence to provide the information and materials as may be reasonably required for the successful performance of this agreement. Services Exclusions: e Does not cover any hardware, software, licenses, license renewals, upgrades or shipping fees. e Does not cover any third-party vendor or manufacturer warranties e Does not cover any third-party Support Case Incidents © Does not cover costs for hardware and software life cycle end of life refreshes e Does not cover costs associated to recovery resulting from virus/malware/ransomware infection e Does not cover costs associated with hardware failure, power, or acts of God
Enterprise Managed Detection and Response P SIMVAY wom) SYSTEMS Oman January 1°, 2026 — December 31°, 2028 Annual Service Fee: $21,000.00 TERMS AND CONDITIONS I. TERM a. This agreement shall be for three (3) years from the date it is accepted by Simvay LLC. b. Agreement automatically renews for an additional one (1) year unless written notice is received by Simvay LLC (60) days before contract expiration, or unless Customer does not receive legislative authority to contract with Simvay LLC or appropriations necessary for Customer to perform under the agreement. Il. REQUEST FOR SERVICE a. The authorized representative of the customer will initiate all requests for service. The service request shall contain the following: i. Nameand address of the equipment user ii. Nameand user personnel to be contacted ii. Equipment type, serial number, and location Description of the problem Ml. RESPONSE TIME a. Simvay LLC normal response time to customer standard support requests is defined by above “Service Level Agreements” section b. Simvay LLC normal response time to customer expedited support requests is defined by above “Service Level Agreements” either by phone, VPN or onsite. Two (2) hour minimum charge per support request. IV. FREEDOM OF ACCESS a. Customer agrees that Simvay LLC, or its authorized service representative, shall have reasonable and free access to the equipment and systems. V. CUSTOMER RESPONSIBUILITIES a. Inregard to each unit of equipment managed by this agreement, customer agrees to prevent unauthorized adjustment, repairs or modifications, and to ensure that the equipment is utilized in accordance with applicable vendor published specifications. Vi. TAXES a. Customer is responsible for paying any and all taxes resulting and occurring from any and all services rendered under this contract, solely to the extent such taxes are applicable to a municipality. Vil. GOVERNMENTAL IMMUNITY a. Nothing in this Agreement shall be construed as a waiver of any defenses or immunities available to the City under Ohio law, including but not limited to Chapter 2744 of the Ohio Revised Code. To the extent permitted by law, neither party shall be liable for incidental, indirect, special, punitive, or consequential damages, including lost profits or business interruption. The total aggregate liability of Simvay LLC shall not exceed the limits of insurance required under this Agreement. Vill. INSURANCE AND LIABILITY a. Simvay LLC agrees to take all measures to protect City data and information. Simvay LLC shall hold an insurance policy with a minimum of One Million Dollar Coverage. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by the Contractor in this Agreement and shall include but not be limited to, claims involving infringement of intellectual property, infringement of copyright, trademark, trade dress, invasion of privacy violations, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines and penalties. IX. PERFORMANCE a. Aggrieved party must provide notice and documentation to the other party within a reasonable time after it has or ought to have become aware of the non-conforming performance. b. Other party must rectify fundamental non-performance within ninety (90) days. If fundamental non-performance is not rectified within ninety (90) days the aggrieved party may terminate contract with a ninety (90) day written notice. x. NON-DISCLOSURE a. Customer and Simvay LLC agree to not reveal to any person, firm, or organization any confidential information of any nature concerning the organization, or anything connected therewith, except as may be required by law, including the Ohio Public Records Act. XI. GOVERNING LAW a. This agreement shall be governed and construed in accordance with the laws of the State of Ohio. Xi). ENTIRE AGREEMENT a. This agreement constitutes the entire agreement between the parties, and may not be assigned without the written consent of the other party. All changes, modifications, additions, or deletions to this contract shall be in writing and signed by all parties. XIll. TERMINATION a. _ Either party may terminate this agreement due to a material breach by the other party that is not cured within ninety (90) days after receipt of written notice of same from the aggrieved party. Customer may terminate this agreement if Customer does not receive legislative authority to contract with Simvay LLC or appropriations necessary for Customer to perform under the agreement. b. Upon termination of this agreement by cancellation or expiration, the Contractor shall return all equipment, data, information and property belonging to the City and assist and cooperate during the transition.
Enterprise Managed Detection and Response ad eee January 15t, 2026 — December 31°, 2028 — Annual Service Fee: $21,000.00 SIMVAY m= SYSTEMS O=m SIGNATURE AND CONTRACT EXECUTION This Service Agreement (“Agreement”) is made and entered into between Simvay LLC, with office at 29570 Clemens Rd, Westlake, OH 44145 (“Company”) and City of Fairview Park with offices at 20777 Lorain Road, Fairview Park, Ohio 44126 (“Customer”). All notices intended for parties shall be effective if sent to their respective addresses above, if to Simvay LLC, attention Management; if Customer, attention: Management (“Notice”). Service Provider: Simvay LLC Client: City of Fairview Park Representative: Kristoffer Oswald Representative: Title: Partner Title: Date: Date: Signature: Signature: Purchase Order Number: Upon acceptance of this contract, sign this page and mail to Simvay LLC, c/o Service Contracts. Please include your purchase order with this signature sheet.
20777 Lorain Road Bill Schneider Fairview Park, Ohio 44126 Mayor 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Mayor Bill Schneider RE: Computer Services Contract with Simvay LLC DATE: January 5, 2026 The Administration of the City of Fairview Park (“City”) requests the passage of the following Ordinance with three readings with emergency enactment: AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO A CONTRACT WITH SIMVAY LLC FOR MANAGED IT SERVICES FOR THE CITY OF FAIRVIEW PARK AND DECLARING AN EMERGENCY Simvay LLC has been selected to provide manage IT services from January 1, 2026 to December 31, 2028. Simvay LLC will provide Enterprise Managed Technology Services (EMTS), Fractional Information Security Officer (FISM), and Enterprise Managed Detection and Response (EMDR) proactive support services which includes anticipating and preventing IT problems, successful installation and configuration of necessary technologies to monitor and maintain critical technology systems. The City agrees to pay Simvay LLC hundred fifty-nine thousand dollars ($159,000) per year for professional computer maintenance and support services, managed cybersecurity and anti-virus services, data backup services, and related software, security, and cloud service. A copy of the pricing is attached hereto as Exhibits “A” and “B”. The cost of the professional services contract with Simvay LLC will be paid from the General Fund (100), the Recreation Fund (230), the Permanent Improvement Fund (260) or other funds as determined by the Finance Director. After review of the Terms and Conditions of the contract by the Law Department, a few additions were made and have been submitted to Simvay LLC for review. Prior to passage, the final contract will be presented to Council.. cc: A. Steven Dever, Law Director Liz Westbrooks, City Council Clerk Jennifer Pae, Finance Director Kerry Kemp, Parks and Recreation Director
Ordinance 26-02 | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26-02 REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN GREENFIELD AN ORDINANCE AUTHORIZING THE MAYOR TO PURCHASE A TRAILER- MOUNTED MESSAGE SIGN AND A TRAILER-MOUNTED ARROWBOARD FOR THE SERVICE DEPARTMENT AND DECLARING AN EMERGENCY WHEREAS, the City of Fairview Park (“City”) needs better signage for traffic detours around construction sites and other traffic changing events to maintain traffic flow and to ensure public safety. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. The Ver-Mac PCMS 1500 Full Matrix Message Sign is a portable changeable message sign and will provide a means for the Service Department to communicate traffic pattern changes to the public. (Exhibit B) SECTION 2. The Ver-Mac ST-4815 15 Light Solar Connected Arrow Board Trailer is a portable arrow board which will be used to direct traffic when needed in the City. (Exhibit C) SECTION 3. That the Mayor is hereby authorized to purchase the Ver-Mac PCMS 1500 Full Matrix Message Sign for eighteen thousand seven hundred dollars ($18,700.00) and the Ver- Mac ST-4815 15 Light Solar Connected Arrow Board Trailer for four thousand nine hundred fifty dollars ($4,950.00). (Exhibit “A”) SECTION 4. Both items will be purchase from A&A Safety. The Service Department is requesting an additional five percent (5%) above the quoted price to cover a potential price increase due to the quote being provided in 2025 and the purchase being in 2026. The total cost for the equipment shall not exceed twenty-four thousand eight hundred thirty-two dollars and fifty cents ($24,832.50) and will be payable from the Permanent Improvement Fund (Fund 260). SECTION 5. It is found and determined that all formal actions of this Council concerning and relating to adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that result in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 6. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of public peace, health, safety and welfare; and provided it receives an affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor; otherwise from and after the earliest period allowed by law.
Ordinance 26-02 | Page 2 PASSED: 1st reading: 01.05.26 APPROVED: 2nd reading: 01.20.26 3rd reading: ____________________________________ Bridget C. King, President of Council ____________________________________ Bill Schneider, Mayor ____________________________________ Liz L. Westbrooks, Clerk of Council
QUOTE QUOTE NO 27630 1126 Ferris Road, Amelia, OH 45102 Phone: (513) 943-6100 Fax: (513) 943-6106 4080 Industrial Lane, Beavercreek, OH 45430 Phone: (937) 912-9590 Fax: (937) 912-9593 16000 Miles Road, Cleveland, OH 44128 Phone: (216) 283-8040 Fax: (216) 283-8041 TO: Henry Chaski City of Fairview Park OH 20777 Lorain Road Fairview Park, OH 44126-2018 QUOTE DATE VALID THRU FOR PAGE 12/17/2025 1/15/2026 Message Board, Arrow Board * means item is non-taxable 1 ITEM NO QUANTITY DESCRIPTION UNIT PRICE EXTENDED 1 Ver-Mac PCMS 1500 Full Matrix Message Sign - 75" x 132" display panel - 3 x 85W solar panels, Stealth technology, Jamlogic refresh and alerts - V-Touch controller with V-sync Wi-Fi - 4G Modem and 10 yr cell plan PER ODOT PURCHASE CONTRACT 041- 25 18,700.00 18,700.00* 1 Ver-Mac ST-4815 15 Light Solar Connected Arrow Board Trailer - 1 50W solar, stealth technology and V- Switch controller - connected module w/ 4G modem, 10-yr cell plan, push to Waze, basic WZDx feed and GPS mapping PER ODOT PURCHASE CONTRACT 041- 25 4,950.00 4,950.00* TOTAL AMOUNT 23,650.00 NOTES: 3% administrative fee will be added to all credit/debit card transactions. If you have any questions please contact me via cell or email. Thank you,
QUOTE QUOTE NO 27630 1126 Ferris Road, Amelia, OH 45102 Phone: (513) 943-6100 Fax: (513) 943-6106 4080 Industrial Lane, Beavercreek, OH 45430 Phone: (937) 912-9590 Fax: (937) 912-9593 16000 Miles Road, Cleveland, OH 44128 Phone: (216) 283-8040 Fax: (216) 283-8041 TO: Henry Chaski City of Fairview Park OH 20777 Lorain Road Fairview Park, OH 44126-2018 QUOTE DATE VALID THRU FOR PAGE 12/17/2025 1/15/2026 Message Board, Arrow Board * means item is non-taxable 2 Ethan C: (216) 854-0344 Email: ethanr@aasafetyinc.com
PCMS-1500 PCMS-1500 TRAILER-MOUNTED MESSAGE SIGN Ver-Mac’s PCMS-1500 is a full-matrix trailer-mounted portable changeable message sign. It displays 3 lines and 8 characters (18 in.) per line by default, with the ability to display multiple fonts, lines of text and graphics. This unit comes equipped with Stealth Technology, an NTCIP-compliant V-Touch Controller, V-Sync Wi-Fi communication, and JamLogic® Fleet Management Software. The PCMS-1500 combines cutting-edge technology, energy-efficient design and high-quality construction to provide the most reliable, cost-effective and safe to operate message sign on the market. It is the perfect full-matrix model to be used for highway construction. ON THE SIGN Using our V-Touch Controller NEAR THE SIGN Using our V-SYNC Wi-Fi REMOTELY Using JamLogic® web on your smartphone or tablet REMOTELY Using JamLogic® on your computer 4 WAYS TO CHANGE A MESSAGE PRO SERIES FEATURES STEALTH TECHNOLOGY Maintenance-free batteries Anti-theft hidden battery compartment V-SYNC WI-FI TECHNOLOGY Change messages using your smartphone Safely change messages away from traffic ROBUST TRAILER DESIGN Large footprint for greater stability Diamond plate maintenance platform Tongue wheel jack for safe and easy set up Controller located away from the road Rugged indexed rod mast brake FULLY-INTEGRATED CELLULAR 4G LTE MODEM No 3G upgrade needed 10-year fleet cell service SWZ upgrade (optional) JAMLOGIC® SOFTWARE Hourly automated refresh and battery/GPS alerts & reports Interactive map & list view of all equipment Project folders to organize equipment Logs date/time of all activated message • Highway construction • Smart Work Zone • Special events APPLICATIONS
QUEBEC, CANADA OFFICE: 1781 BRESSE STREET, QUEBEC CITY, QC, G2G 2V2, CANADA CONROE, TX OFFICE: 3479 POLLOK DRIVE, CONROE, TX, 77303, USA T: 418-654-1303 TF: 888-488-7446 F: 418-654-0517 VER-MAC.COM PCMS-1500 05/04 © 2022, Signalisation Ver-Mac inc. All rights reserved. : ISO 9001 2015 C E R T I F I E D S Y S T E M PCMS-1500 ENERGY-EFFICIENT DESIGN HIGH PERFORMANCE SURFACE MOUNT LED’S Create bold and bright characters with greater angularity SOLAR PANELS Provide maximum solar recharging year-round • Designed to run 12 months in most regions without manual charging • Optional tilt & rotate solar panels SOLAR REGULATOR Protects the batteries against overcharge, over-discharge and short circuits HIGH-QUALITY CONSTRUCTION SUPERIOR POWDER COATING FINISH Impact, humidity, salt spray and rust resistant 4 LEVELING JACKS Stabilization and easy transportation TONGUE WHEEL JACK Easy and safe trailer set up ELECTRO-HYDRAULIC LIFT MECHANISM Quick and effortless deployment RUGGED INDEXED ROD MAST BRAKE 360o rotation (6o increments combined with infinite position using manual hand brake) LOCKABLE PLASTIC BOX Protection for controller, modem, pump, and other components 2-IN. (51 MM) COUPLER OR 3-IN. (76 MM) PINTLE EYE Easy towing V-TOUCH CONTROLLER NTCIP COMPLIANT EASY-TO-READ 7-inch (178 mm) color LCD touchscreen display USER-FRIENDLY One-click icon-based menu items TIME-SAVING Create your own library of messages SIMPLE TO OPERATE Intuitive point-and-go icons make displaying and editing messages quick and easy to display ADDITIONAL FUNCTIONALITIES Scheduling, sign diagnostics, pin-protected security, and much more DISPLAY • Display panel: 131 x 75 in. (3331 x 1917 mm) • Full-matrix of 28 x 48 pixels • 4 LEDs per pixel • 3 lines of 8 characters per line (default) & graphics capability • 5 x 7 pixels (18 in.) characters (default) • Display sign rotates 360 degrees for perfect setting • Improved plug-and-play display modules for simplified maintenance DIMENSIONS AND WEIGHT • Operating height: 165 in. (4196 mm) • Overall length: 183 in. (4637 mm) • Traveling height: 106 in. (2707 mm) • Traveling width: 87 in. (2197 mm) • Weight (approx.): 790 kg (1,740 lb.) • Axle/suspension: 1588 kg (3,500 lb.) OPTIONS • Battery charger • Radar • Statistics (requires radar) • Fixed camera • Tilt-and-rotate solar panels Other options are available to meet your needs. WARRANTY • 1 year on complete unit • 2 years on electronic components manufactured by Ver-Mac Transport position
ST-4815 STEALTH TECHNOLOGY Maintenance-Free Battery Anti-Theft Hidden Battery Compartment OPTIBRIGHT TECHNOLOGY Exclusive Energy-Efficient Lens Mold Easier Replacement of Lamps Autonomous No Hassle Performance. IMPROVED SINGLE MAST DESIGN Diamond Plate Maintenance Platform Rugged Indexed Rod Mast Brake Tongue Wheel Jack for easy and safe set up Secure Support of Arrowboard for Transport Safely Set and Turn Arrowboard to Traffic V-SWITCH CONTROLLER Easy-to-use rotary switch to quickly select arrow patterns/mode Real-time arrow, solar & battery status Lockable control box for more security Photocell with automatic adjustment SMART ARROWBOARD OPTION Plug & Play Set up Lane Closure Start Location Mode Displayed on Arrow Sign Road Name & Mile Marker Where Deployed Direction of Traffic Side of Road Where Deployed Ability to retrofit existing arrowboards ST-4815 TRAILER-MOUNTED ARROWBOARD Ver-Mac’s ST-4815 Pro Series is a trailer-mounted arrowboard with 15 LED lamps. It features our innovative Single-Mast Design, V-Switch controller, Stealth Technology, OptiBright technology and is wired to integrate the Smart Arrowboard option. The unit combines energy-efficient design and high-quality construction to provide the most reliable, cost-effective and safe to operate arrowboard on the market. PRO SERIES FEATURES V-Switch Controller
1781, BRESSE STREET, QUÉBEC, QUÉBEC, G2G 2V2, CANADA T: 418-654-1303 TF: 888-488-7446 F: 418-654-0517 VER-MAC.COM ST-4815 PRO SERIES 05/07 © 2019, Signalisation Ver-Mac inc. All rights reserved. : ISO 9001 2015 C E R T I F I E D S Y S T E M ST-4815 SINGLE-MAST DESIGN ARROWBOARD PROTECTED IN TRAVEL POSITION Safer to use and more efficient to store and transport LOW CENTER OF GRAVITY REDUCES WIND DRAG Saving fuel costs QUICK AND EASY TO SET UP IN TIGHT WORK ZONES Saving time ANGLE THE ARROWBOARD INDEPENDENTLY TOWARDS TRAFFIC Safely set and turn arrowboard to traffic EASY MAINTENANCE PLATFORM Diamond plates make it easy and safe to perform maintenance HIGH-QUALITY CONSTRUCTION POWDER COATING SUPERIOR FINISH Impact, humidity, salt spray and rust resistant 4 ADJUSTABLE STABILIZER LEGS For trailer stabilization and easy transportation TONGUE WHEEL JACK For easy and safe trailer set up REMOVABLE TONGUE Saves space for storage MANUAL LIFT MECHANISM For quick deployment U-SHAPED CRADLE FOR ARROWBOARD For better support during transportation RUGGED INDEXED ROD MAST BRAKE The arrow can be positioned on 209 degrees (17 deg. increments) HEAVY-DUTY PLASTIC FENDERS For durability and easy replacement 2-IN. (51 MM) COUPLER OR 3-IN. (76 MM) PINTLE EYE For easy towing DISPLAY • Arrowboard panel: 48 in. x 96 in. (1219 mm x 2438 mm) • 15 LED lamps with OptiBright Technology • 2 back LED lights • 28 LEDs per lamp DIMENSIONS AND WEIGHT • Overall length: 134 in. (3415 mm) • Overall width: 96 in. (2438 mm) • Operating height : 135.5 in. (3442 mm) • Travelling width: 70 in. (1788 mm) • Travelling height: 93 in. (2362 mm) • Weight (approx.): 420 kg (920 lb.) OPTIONS • Weatherproof battery charger • Smart arrowboard • Smart arrowboard retrofit Other options are available to meet your needs. WARRANTY • 1 year on complete trailer • 2 years on electronic components manufactured by Ver-Mac ENERGY-EFFICIENT DESIGN OPTIBRIGHT TECHNOLOGY Exclusive lens mold designed for super efficient energy consumption SOLAR PANEL Provides maximum solar recharging during all four seasons. SOLAR REGULATOR Protects the batteries against overcharge, over-discharge and short circuits • Designed to run 12 months in most regions without manual charging. APPLICATIONS • Highway construction • Department of Transportation (DOT) • City and county • Utility • Smart Work Zone
20777 Lorain Road Fairview Park, OH 44126 Mayor Bill Schneider 440-333-2200 (City Hall) www.fairviewparkohio.gov MEMORANDUM TO: Council President King and Members of City Council FROM: Bryan Hitch, Service Director RE: Purchase Two Trailer-Mounted Traffic Signs DATE: January 5, 2026 The Administration of the City of Fairview Park requests passage of the following legislation on three readings with emergency enactment: AN ORDINANCE AUTHORIZING THE MAYOR TO PURCHASE A TRAILER-MOUNTED MESSAGE SIGN AND A TRAILER-MOUNTED ARROWBOARD FOR THE SERVICE DEPARTMENT AND DECLARING AN EMERGENCY The City of Fairview Park (“City”) needs better signage for traffic detours around construction sites and other traffic changing events to maintain traffic flow and to ensure public safety. The City will use the Ver-Mac PCMS 1500 Full Matrix Message Sign and the Ver-Mac ST-4815 15 Light Solar Connected Arrow Board Trailer to communicate upcoming changes in traffic patterns and current traffic detours and to help direct the flow of traffic. The 2025 quoted cost from A&A Safety for the Ver-Mac PCMS 1500 Full Matrix Message Sign is eighteen thousand seven hundred dollars ($18,700.00) and the Ver-Mac ST-4815 15 Light Solar Connected Arrow Board Trailer is four thousand nine hundred fifty dollars ($4,950.00) for a total of twenty-three thousand six hundred fifty dollars ($23,650.00). (Exhibit “A”) The Service Department is requesting and additional five percent (5%) above the quoted price to cover a potential price increase due to the quote being provided in 2025 and the purchase being in 2026. The total cost for the equipment shall not exceed twenty-four thousand eight hundred thirty-two dollars and fifty cents ($24,832.50) payable from the Permanent Improvement Fund (Fund 260). Cc: Mayor Bill Schneider Jennifer Pae, Finance Director/HR Manager Liz Westbrooks, Clerk of Council
Ordinance 26-__ | Page 1 CITY OF FAIRVIEW PARK ORDINANCE NO.: 26- ORIGINATED BY: MEGAN OTTER, ASSISTANT DEVELOPMENT DIRECTOR REQUESTED BY: MAYOR BILL SCHNEIDER SPONSORED BY: COUNCILWOMAN GREENFIELD AN ORDINANCE AUTHORIZING THE MAYOR TO ENTER INTO AN AGREEMENT WITH CUYAHOGA COUNTY COUNCIL TO REALLOCATE THE FUNDS AWARDED TO THE CITY OF FAIRVIEW PARK FOR THE FAIRVIEW PARK PUBLIC FACILITY REGIONAL ENVIRONMENTAL IMPROVEMENT PLAN AND DECLARING AN EMGERENCY WHEREAS, City Council passed Ordinance 22-70 on December 5, 2022 authorizing the Mayor to enter into an agreement with the Cuyahoga County Council accepting Federal ARPA funds totaling one million dollars ($1,000,000.00) for the Fairview Park Public Facility Regional Environmental Improvement Plan; and WHEREAS, the City of Fairview Park (“City”) has changed the scope of the project because the existing service garage and the area surrounding it, located behind City Hall, are no longer suitable for meeting the City of Fairview Park’s operational needs. The City plans to relocate the Service Department and Service Garage to a more functional location; and WHEREAS, the City will request that the one million dollars ($1,000,000.00) awarded to the City by Cuyahoga County Council for the Fairview Park Public Facility Regional Environmental Improvement Plan in 2022 be reallocated to cover the purchase price of a new location, along with design and engineering fees, for the Service Department and Service Garage. NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF FAIRVIEW PARK, COUNTY OF CUYAHOGA AND STATE OF OHIO: SECTION 1. That the Mayor is hereby authorized to enter into an agreement with Cuyahoga County Council to reallocate the one million dollars ($1,000,000.00) previously awarded to the City for the Fairview Park Public Facility Regional Environmental Improvement Plan. The money is in the Permanent Improvement Fund (Fund 260). SECTION 2. That the Mayor and City Administration are authorized to file all documents necessary to receive and administer any grants funds and disperse said grant funds as necessary for the purchase of property regarding the grant if awarded by Cuyahoga County Council. SECTION 3. It is found and determined that all formal actions of this Council concerning and relating to the adoption of this Ordinance were adopted in an open meeting of this Council, and that all deliberations of this Council and any of its Committees that resulted in such formal action were in meetings open to the public in compliance with all legal requirements. SECTION 4. That this Ordinance is hereby declared to be an emergency measure necessary for the preservation of the public peace, health, safety and welfare and provide the
Ordinance 26-__ | Page 2 support to City Administration to present the project to Cuyahoga County Council on February 4, 2026, and provided it receives the affirmative vote of a majority plus one of the members elected to Council, it shall take effect and be in force immediately upon its passage and approval by the Mayor, otherwise from and after the earliest period allowed by law. PASSED: 1st reading: APPROVED: 2nd reading: 3rd reading: ____________________________________ Bridget C. King, Council President ____________________________________ Bill Schneider, Mayor ____________________________________ Liz L. Westbrooks, Clerk of Council