EQUIPMENT PROPOSAL (2)Equipment Proposal Proposal #
IN SERVICE TO SERVE 1 OU
This Equipment Proposal (the "Proposal") has been prepared by Ten -8 Fire & Safety, LLC ("Company") in response to the
undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal
Option List, Warranty, and Company's Purchasing Terms and Conditions. Through its signature below or other Acceptance (as
defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company's
Purchasing Terms and Conditions.
Date: August 23, 2023 ("Proposal Date") Customer: Clearwater Fire Rescue ("Customer")
Customer Address: 1140 Court Street Clearwater, FL 33756
Qty
Product Description & Options
Price
1
Osage Warrior on F450 412 Extended cab
$237,398
l
Clearwater FD options
$94,510
1
Discount Florida Sheriffs Contract
($4,260)
Per FSA 23-VEF 17.0
**Commercial chassis price is an estimate; final price is net price charged by the chassis manufacturer. Total:
$327,648
Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built
by and shipped from the manufacturer approximately 24-30 (months) after Company receives Customer's acceptance of this
Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer,
changes to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's control.
Other: Contingent on chassis reciept
Unless accepted within 25 days from date of proposal, the right is reserved to withdraw this proposal.
ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY
AND CUSTOMER. "ACCEPTANCE" MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL
SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS
PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER'S GOVERNING
BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS
PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT
TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT
ANY TIME, ARE HEREBY REJECTED.
INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be
executed by their duly authorized representatives as of date of the last signature below.
Customer: Clearwater Fire Rescue
Ten -8 Fire & Safety, LLC
By: By:
Title: Title: Authorized Sales Representative
Print: Print: Jason Adair
Date: Date: 8/23/2023
IN WITSS WHEREOF, the parties hereto have executed this Agreement as of
day of l , 2023, for the Ten -8 Equipment Proposal dated
August 23, 2023 for the purchase of one Osage, F-450 Warrior.
Countersigned:
Brian J. Au,n t,
Mayor
Assistant City Attorney
CITY OF CLEARWATER, FLORIDA
By:
Attest:
City Manager
(Li -et
Rosemarie Call
City Clerk
g1A5`A 0A3
Date
EXHIBIT A
PROPOSAL OPTION LIST
2025 OSAGE "2148 WARRIOR" TYPE I
2024 FORD "F-450" DIESEL
"STANDARD FEATURES"
• CERTIFIED KKK -1822-F & ALL REVISIONS •
• MEMBER FORD "QVM" PROGRAM •
• MEMBER AMD / NTEA •
• 2024 Ford F-450 w/ 47A Amb Prep Pkg
• 169" Wheel Base w/ Dual Rear Wheels
• GVWR: 16,500 LBS
• Front & Rear Stabilizer Bar
• 6.7 L Turbo Diesel w/ Ford Block Heater
• Ford Engine Hour Meter
• Ford Auxiliary Idler Control Unit
• TorgshiftTM w/ SelectShift 10 -Speed
Automatic Transmission
• 4 -Wheel Disc Brakes w/ ABS
• Stainless Steel Wheel Inserts
• Aluminum Diamond Plate Running Boards
• Module Dimensions:
148" L x 83" H x 96" W
• Totally "Seamless" Body Construction
• Exterior Side & Roof Panels .125" Aluminum
• One -Piece Exterior Side Panels
• One -Piece Crowned Roof
• Frame Members 2" x 2" Aluminum Tubing
• Frame Members on 12" Centers
• Diamond Plate Shields:
* Across Lower Rear of Body
* Across Lower Front of Body
* Lower 1/3 of Entry Doors
• All Exterior Doors "Pan -Formed" / Extruded
Double Break Construction
CHASSIS
• Rear Mud Flaps
• Dual Air Bags
• Dual Map Lights
• Tilt Steering Wheel & Cruise Control
• Electric Windows & Door Locks
• Keyless Remote Entry
• AM/FM Stereo MP3 / Clock Radio
• Deluxe Cloth High Back Captain's Chairs
• Rubber Floor Mat I.L.O. Carpet
• Ford OEM Mirrors, Heated and Power Adjust
• Daytime Running Lights
• Choice of 2WD or 4WD
MODULE
• All Body Openings "Seamless"
• All Door Latches Mounted Behind Gaskets
• Exterior Compartment @ Front Left for
Storage of Oxygen Tank and Back Boards
• Optional Curbside Backboard Storage
• Exterior Compartment Adjustable Shelving
• Exterior Compartment LED Lighting
• Cast "Grabber" Door Holders
• Lower Body Impact Rub Rails
• Polished Stainless Steel Fenderettes
• Grip Strut Rear Step Bumper w/ Flip -up Center
Section 4" x 18" Dock Bumpers
• Automotive Undercoating
WARNING SYSTEM
• Six Red Whelen ION -T LED's Mounted in
Chrome Flanges: Two in Grill, Two in Front
Fenders, Two on Side of Modular Body above
Rear Wheels.
• Eight Red LED Whelen 9x7 Modular Lights
• One Clear LED Whelen 9x7 Front Modular Light
• One Amber LED Whelen 9x7 Rear Modular Light
• Two Optic LED Whelen 9x7 Scene Lights per Side
• 8" Belt Line Paint Stripe
• Base Coat / Clear Coat Modular Paint
• Two Optic LED Whelen 9x7 Rear Load Lights
• Primary / Secondary Switching
• Whelen 295 SLSA1 Siren w/ Siren / Horn Switch
• Cast Siren Speaker
• Rear DOT Lighting Whelen LED 4x6 w/
Chrome Flanges: Red Tail / Brake,
Amber Arrow Turn, Reverse
• LED Clearance / Marker Lights
PAINT & MARKINGS
• "No Smoking" & "Fasten Seat Belt" Signs
• Ambulance / Star -of -Life Decals
Page 1 of 2 2/01/23
2025 Osage "2148 Warrior" Type I - 2024 Ford "F-450" Diesel
"Standard Features"
• Ford OEM Dual Alternators, Total 397 Amps.
• Digital Voltmeter
• Audible Low -Voltage Alarm
• Bosch, Varner, Cole -Herne & Weldon
Components
• Weldon V -Mux 100% Solid State Microprocessor
Based Multiplex Electrical System
• Wiring Color -Coded and Heat Embossed
Every 6" w/ Function
• Power Distribution Panel Easily Accessible
Via Hinged Access Door in Action Area
• Front Switch Console Mounted on the Floor
ELECTRICAL
• Hinge Mounted Attendant Switch Console
• Control Console Backlighting Dimmer
• Battery Switch Activated via Ignition Switch
• Open Door Warning Light
• Handheld LED Spotlight, Hardwired
• Whelen Dual Intensity LED Patient
Compartment Dome Lights
• Exterior Weatherproof Shoreline Receptacle
• Two Interior 110V Duplex Receptacles
• Two Interior 12V Cigar Style Receptacles
• One Pre -Wire Antenna Cable
• Electrical Back-up Alarm w/ Auto Re -set
INTERIOR
• 68" Interior Headroom
• 49" Aisle Width
• All Vertical Corners 1" Radii
• Stainless Steel Aisle Panel, Left Side,
Full Length x 18" x .060"
• Lon -Plate nonskid Vinyl Flooring
Rolled 3" Up Both Sides of Aisle
• EMT Seat, Pedestal Mounted, Deluxe Vinyl
Captains Chair W/ 3 -Point Restraint
• CPR Seat, Three Piece Molded, Contoured Cushions
• Squad Bench w/ Second Patient Capability
• All Seat Cushions Seamless
• Retractable Seat Belts for All Locations
• Handicap Style, 1 %2" Diameter, Full Length,
Stainless Steel Overhead Grab Rail. This Rail shall
be treated with Agion Anti -Bacterial Coating.
• Handicap Style, 1 %z" Diameter, Stainless Steel
Door Pulls on Patient Compartment Doors. These
Bars shall be treated with Agion
Anti -Bacterial Coating.
• Double entry step on curbside entry door.
• Sliding "Pass-thru" Window between Cab
and Patient Compartment
• Padded Bulk -Head Cabinet Doors
• Headliner Thermoplastic Sandwiched Between Two
Sheets of Aluminum Finished in Semi -Gloss White
• ALS Compartment w/ hi/Out Access
• 2 Adjustable & 1 Fixed Shelf in ALS
• R-29 Reflectix Insulation throughout Module
• Thermostatically Controlled Patient
Compartment Heat & Cool System
• 3 -Speed Manual Fan Control
• Rear Heat & Cool Unit Mounted Floor Level;
* Moisture Drains Directly Through Floor
* Short Coolant Circulation Distance
* Eliminates Vertical Circulation of Coolant
* Unit Easily Accessible for Maintenance
• Overhead Air Distribution w/ Floor Level Filtered
Air Return for Optimum Circulation
• Two Recessed, Swing -up Dual IV Hangers
• "Zico" Retaining Bracket for Oxygen "M" Cyl
• Three "Ohio" Oxygen Outlets
• SSCOR Suction System
• Locking Sharps Container (Shipped Loose)
• Locking Drug Compartment
• Digital "Atomic" Clock w/ Seconds
• Stryker "Universal Floor Plate"
WARRANTY
• Three Year / 36,000 Mile Product Conversion • Five Year / 100,000 Mile Modular Paint •
• Seven Year / 72,000 Mile Electrical System • Lifetime Modular Body Structure •
"ALL WARRANTIES NON -PRO -RATED"
NOTE: See Warranty Certificate for Details
www.osageambulances. corn
Page 2 of 2 2/01/23
FORD Diesel V8 P -up 4x2 F450 169 WHT US
1 Destination & delivery DEST.
1 Mark up INCL
1 6.7L Power Stroke® Diesel engine 99T
1 Ten -Speed Automatic with Selectable Drive Modes 44G
1 16900 GVWR PKG INCL
1 Oxford White Z1
1 40/20/40 cloth 3
1 Medium Earth Gray S
1 Preferred Equipment Package XLT All XL content, plus: 653A
*1 EXTERIOR INCL
*1 Chrome Front Bumper & Grille INCL
*1 Daytime running Lights (942) INCL
*1 Fuel Tank - 40 gallon aft axle INCL
*1 Glass – solar -tinted INCL
*1 "Three Blink" Lane change signal INCL
*1 Tow hooks – front (2) INCL
*1 Windshield Wipers – intermittent INCL
*1 INTERIOR/COMFORT INCL
*1 4.2" LCD Productivity Screen: includes menus for Gauge Setup, Trip Computer, Fuel Economy and INCL
Towing/Off-Road applications
*1 Air conditioning – single -zone, manual INCL
*1 Air conditioning vents – black w/chrome ring and knob INCL
*1 Cabin Air Particulate Filter INCL
*1 Door -trim – soft armrest, grab handle, power window/lock switches and reflector; front map pockets on INCL
Regular Cab and SuperCab; front and rear map pockets on Crew Cab
*1 Floor covering – color -coordinated full carpet INCL
*1 Mirror– rearview 11.5" day/night INCL
*1 Outside Temperature Display INCL
*1 Overhead console w/dual storage bins and map fights INCL
*1 Power Equipment Group – 1st row (front -seat) windows w/one-touch up/down, INCL
*1 Seats, Front: — Front, high -series cloth 40/20/40 split bench, w/center armrest, cupholder and storage INCL
Two-way adjustable driver/passenger headrests
*1 Steering – power INCL
*1 Steering wheel – black urethane with tilt and telescoping steering wheel/column; includes INCL
three (3) button message control
*1 Four-way adjustable driver/passenger headrests INCL
*1 Sun visors – Color -coordinated cloth, both driver and passenger w/covered mirrors INCL
*1 Upfitter switches – 6 located in Overhead Console INCL
*1 Window– rear, fixed privacy glass INCL
*1 120V/400W outlets; (1) dash mounted and (1) in rear console with 40/Console/40 seats INCL
*1 SAFETY/SECURITY INCL
*1 Advance Trac® with RSC® (Roll Stability ControlTM) INCL
*1 Belt -Minder® (front safety belt reminder) INCL
*1 Driver and passenger frontal airbag; passenger side deactivation switch INCL
*1 Headlamps – Quad beam jewel effect halogen INCL
*1 Individual Tire Pressure Monitoring System (TPMS) – F-350 and F-600 Only INCL
*1 Lamps – Roof marker/clearance – LED INCL
*1 Mirrors – manually telescoping/folding trailer tow with power/heated glass, heated convex INCL
spotter mirror, integrated clearance lamps/turn signals
*1 Remote keyless entry INCL
*1 Safety Belts – w/height adjustment (front -outboard seating positions only) INCL
*1 Safety Canopy® System (incl. side -curtain airbags) INCL
*1 Stationary Elevated idle Control (SE/C) INCL
*1 SecuriLock® Passive Anti -Theft System (PATS) INCL
*1 SOS Post -Crash Alert System TM INCL
*1 FORD CO-PILOT360TM TECHNOLOGY INCL
*1 Audible Lane Departure Warning INCL
*1 AutoLamp – Auto On/Off Headlamps INCL
*1 Cruise Control (Steering wheel -mounted) INCL
*1 Pre -Collision Assist (PCA) with Automatic Emergency Braking (AEB) INCL
*1 FUNCTIONAL INCL
*1 Audio – AM/FM stereo MP3 player & four (4) speakers w/Reg Cab, six (6) speakers w/Super/Crew INCL
Cabs
*1 Connected Upfitter Interface Module INCL
FordPassTM Connect 5G Wi-Fi Modem
— 5G LTE Wi-Fi hotspot connects up to 10 devices
*1 — Remotely start, lock and unlock vehicle INCL
— Schedule specific times to remotely start vehicle
— Locate parked vehicle
— Check vehicle status
*1 Stabilizer bars – front & rear INCL
SYNC® 4
— 8" LCD Capacitive Touchscreen with Swipe Capability
— Wireless Phone Connection
— Cloud Connected
— AppLink® w/App Catalog
— 911 Assist®
— Apple CarPlay® and Android Auto TM Compatibility
— Digital Owner's Manua
*1 Trailer Brake Controller INCL
*1 Dual Battery 68 AH/65 AGM INCL
STD 225/70Rx19.5G BSW A/P * Regular Cab TGJ
1 Amb. Prep. Package W/EPA SPECIAL EMERGENCY VEH EMISSIONS 47L
2 410 Amp Dual Alternator 678
STD 750 CCA, 78 AH, Dual INCL
1 4.10 LTD slip axle X4N
1 Spare tire/whl3 512
1 Carpet delete 166
1 Jack 61J
1 Engine block heater 41H
1 California service vehicle exemption (emissions) 936
1 California Emmissions not required 423
1 Fuel charge Diesel INCL
1 NET INV FLT OPT B4A
1 Transmission Power Take -Off Provision INCL
*1
INCL
1 Operator Commanded Regeneration
1 XLT INTERIOR PACKAGE (Regular Cab)
2 Power Driver's Seat (eight -way)
2 Power Adjustable Pedals
2 Autolock, Auto unlock
2 SecuriCodeTM keyless entry keypad (driver's side)
2 Electrochromic Rear View Mirror
2 Heated Driver Seat (NA w/ Regular Cab)
2 Remote Start
Engine cooling
Transmission cooler
Front axle 7,000 lbs
Rear axle 12,880 lbs
Anti-lock brakes
Power brakes
Heavy duty front and rear shocks
AM/FM radio
Dual electric horns
Interior dome light
Daytime running lights
INCL
17V
INCL
62M
INCL
INCL
INCL
INCL
INCL
1 Operator Commanded Regeneration
1 XLT INTERIOR PACKAGE (Regular Cab)
2 Power Driver's Seat (eight -way)
2 Power Adjustable Pedals
2 Autolock, Auto unlock
2 SecuriCodeTM keyless entry keypad (driver's side)
2 Electrochromic Rear View Mirror
2 Heated Driver Seat (NA WI Regular Cab)
2 Remote Start
Engine cooling
Transmission cooler
Front axle 7,000 lbs
Rear axle 12,880 lbs
Anti-lock brakes
Power brakes
Heavy duty front and rear shocks
AM/FM radio
Dual electric horns
Interior dome light
Daytime running lights
INCL
17V
INCL
62M
INCL
INCL
INCL
INCL
INCL
940 4.62 3 / 3
Op rs
opt" ix%) 3 3 0 • 0
distomt-
3 2 '1 ; c3 ".•• •U J 1
Bid Award
Contract: FSA23-VEF17.0, Fire & Rescue Vehicles, Boats, and Equipment
Group: Ambulance Type 1 - 4x2 Regular Cab Diesel Engine
Item: 572, Osage, Ford F-450 Warrior/148" x 96" x 68HR
Zone
Rank Vendor Price Build File
Nationwide Primary Ten -8 Fire & Safety, LLC $237,398.00 Build
Crearwatew FD option list
I I Rear: l5Olbs)
Add extended cab
Chrome flanges for M9
Chrome Flanges for M6 or M7
$13,650.00
$2,950.00
$570.00
$100.00
1\40tcvolm f.er, MH?, antenna HAF4016A. $440.00
Additional 500 LED, R, B or A
Upgrade 900 to M9 LED, R, B, A, R/B, R/A
Upgiwie 900 to M9, All or 1/2 Clear
Additional M9, Red, B, A, R/B, R/A
Additional M9 (All or 1/2 CLR)
Additional M6 LED, R, B or A
antenna (NO MODEM INCLUDED) $800.00
$220.00
$880.00
$120.00
$395.00
$2,730.00
Add Any Light to Interior of Door (Add to Light Price) (side entry door)
M9 LED Scene, Upgrade
Pioneer Single w/Flange, Upgrade PCPSM1C
Pioneer Spot & Flood w/Flange, Upgrade PCPSM2C
Upgrade Brake/Tail to M6 (Pair)
Upgrade Turn to M6 (Pair)
$1,140.00
$55.00
$1,170.00
$600.00
$2,600.00
$120.00
Upgrade Reverse to M6 (Pair)
295 HFS2 Remote Head
Whelen Howler (Only Available w/ Whelen Siren)
Buell Dual Air Horns Mounted Under Front Bumper
LED Running Board Lights
Zico LED Under Body Lights (Per Pair)
Additional LED Compartment Light to LED
Mount brake/reverse in lower kickplate
Vanner Inverter / Conditioner w/ Remote Switch, Model LSC12-1100
Additional (3rd) Matching Battery (Requires Ordering Exterior Battery Compaitinent
Upgrade to Kussmaul Auto Eject Shoreline Plug, 20 Amp On front of module
2 -OEM batteries stay under hood, only 3rd battery in remote location
$135.00
$155.00
$200.00
$1,785.00
$2,600.00
$505.00
$1,050.00
$140.00
$125.00
$1,995.00
$415.00
$770.00
PO Wei Door Lock Control Head $650.00
Pewee Doer',ock Per Door $1,110.00
11 �' I n c (F C,g} a_ e t)C.!` 1.,t)
( cpat to From V -MUX System)
O 1rotn-ca.1� icl: on Compt. #2, keyed separately
1,n4amni Pre-tW'i-e, (additional per Pre -Wire)
(a ifi?ti 'iF pe'1"Pre- Vire)
A L a diary Condenser
to ' istall Coodensor on Front of Module
Brigade Color reverse camera
Ages rctnote spotlight
6.-12V prcwites coiled in top of exterior compts.
Pa'1� : il`!i'Itlt with res t SVJitC17 in fro; It COnsOIC tO deactivate OpLicom and forward
Horn/siren/air horn 3 -position switch
Air horn foot switch passenger cab floor
$160.00
S165.00
$120.00
$110.00
$ 1785.00
$850.00
$1,600_00
1 850.0Q
$420.00
$175.00
$150.00
$150.00
Tie modular locks to chassis locks
add 1 1/2" conduit from cab to modular box
NOTE F i O Re.fcnee J2437 Lealman; 3rd battery on tray at bottom of ALS
Move shoreline to front of box
Stryker Performance Load Cot Mount with Inductive Charging
02 Regulator for "M" Tank
02 Flow Meter /Tube -Type
F'M" tank mounted in Squad Bench Zico QR -M
Note: Specify Color (If no color is chosen, black will be provided:
Dual Drink Holders
Radio/Notebook Cabinet in Cab (Standard Design) (Standard in T -I's)
Cabinet Over Squad Bench, (Requires 43" Between Bench Cushion & Cabinet)
Interior Access to Exterior Compartment
Track -Type Adjustable Shelves in Interior Cabinets, (per shelf)
Additional Adjustable Shelf & Light in ALS
Glove Storage Over Side Entry Door
Cafe Double Doors, (Warrior)
$0.00
$300.00
$625.00
$100.00
$12,800.00
$135.00
$170.00
$575.00
$1,920.00
$0.00
$315.00
$400.00
$400.00
$80.00
$160.00
$850.00
$315.00
StL.T1J ,arches, (per Latch)
r ra (;cat:e Location)
i
�,•'a �� .:�y i=cir:cis E�ra�E,
11cAiooin hill in 1-Icight
i is .igl ss flip lid for 02 access on squad bench
Move exhaust vent to right side
l:`, t{ 4,�TSrr fl.; (IFCAB
' i r r,- Wheel 7klell w/ Rollout Drawer
L l til,;; I terioi. Compartment Size
'floor17-x ,ritr CorP3�nxntIT O Single Door
" ` ' " 17" from floor
Dry geek All Compartments
!-,
f>.tet �! Corns rtnient w/One Shelf 30"-48" wide
Additional Shelf in Exterior Compartment 30"-48" wide
Aluminum Backboard Divider
Smooth Aluminum Kickplates (3)
SCBA. reinforcement back of #4 & #1
NOTr: C'omnpi. f/2 shall not be notched in back (Standard in 2017)
NOTE: #2 KEYED DIFFERENTLY THAN OTHER COMPARTMENTS
Full -width fixed shelf for #1 42" from floor exterior compartment 1
Adjustable C -channel for SCBA's
$585.00
$ 1,2.00.00
$750.00
$0.00
$75.00
$1,350.00
$800.00
$1,100.00
$200.00
$675.00
$450.00
$640.00
$470.00
$0.00
$400.00
$0.00
$140.00
$200.00
$600.00
C -channel in #4 for SCBA
Grip Strut Inserts in Running Boards
Stainless Steel Fuel Guard
Fire Extinguisher, 51b
Paint Cab (Door jams included)
Any Color of Paint other than White
Wet Sand & Buff
Paint Roof White
$250.00
$375.00
$85.00
$95.00
$5,500.00
$1,400.00
$3,680.00
$950.00
Total Options $89,795.00
F)t SE TO SERVE YOU
& SAFETY, Y ' LC
BR- -
Phcilc: .'(:-�3-868
Fax: 94-756-2598
original QUOTATION
Quote Number Document Date Page
231013150 06/20/23 1/1
Customer too. Federal Tax ID - Business Partner
C00975
PO Number
STF CLEARWATER AMBU
eie` Employee Email
Madigan, John R jmadiganaten8fire.com
c.ument Owner Email
Snyder, Bryce bsnyder@ten8fire.com
Deliver; Address
TEr _b r'.;:.d & SAFETY, LLC _r:- TEN -8 FIRE & SAFETY, LLC FL
KSt,.:i3-
EQ
Quantity UoM Vendor Price Total
Bl -sr; ; r a £CBA HI CYCLE. 2 EA ZICO ZIAMATIC CORP 104.08 208.16
Yir :4SLDK KIT - BLACK 1 EA PERFORMANCE 343.22 343.22
'T" f`'' ADVANTAGE CO
551.38
YNE i:ALL
1 EA 324.00 324.00
Shipping:
Subtotal: $ 875.38
Freight: $ 39.99
Total Before Tax: $ 915.37
Total Tax Amount: $ 0.00
Total Amount: $ 915.37
t;712.0/2023
info : Signature:
Gate :
A.! re. orbs must be initiated within 30 days of receint of nrnduc- and will be charoed a rectorkina. fee. Contact your
EXHIBIT B
WARRANTY
Emergency Vehicle Limited Warranty
Ambulances ' TYPE I & III MODULARS
Subject to limitations, provisions and conditions set forth in this Warranty, Osage Industries, Inc. does hereby warrant to each
Original Purchaser Only that each new vehicle conversion is free from defects and workmanship and materials used in the
construction of a production model emergency vehicle for a period as follows:
A. PRODUCT CONVERSION WARRANTY
For THREE 3 years or 36,000 miles, whichever comes first, from the date of the original purchase. Osage Industries, Inc. will
repair or replace, at no cost to purchaser, only those components manufactured by Osage Industries, Inc. for use in a production
vehicle and excludes components from other manufacturers used in such conversions; i.e. sirens, inverters, lightbars, oxygen
equipment, auto eject, siren drivers and chassis, etc. Individual warranties are covered by those manufacturers included in the
Owner's Manual as supplied with the vehicle and shall apply as set forth by said manufacturer. Osage will only reimburse labor
up to (3) years on those components with more than a (3) year warranty.
B. ELECTRICAL WARRANTY
For SIX (6) years or 72,000 miles, whichever comes first, from the date of the original purchase, Osage Industries, Inc. will
cover the cost of labor and material, in the repair or replacement of the electrical systems furnished and installed by Osage
Industries, Inc. This warranty shall include switch panels, electrical harnesses (and the installation), printed circuit boards and
general design concept used by Osage Industries, Inc. at the time of manufacture. This warranty shall not apply to any electrical
equipment furnished and warranted by other manufacturers. All other components are excluded from the coverage of this limited
electrical warranty. Extended Warranty if Purchased: For up to Seven 7 years or 100,000 miles on electrical stated above.
C. ALUMINUM MODULE BODY AND INTERIOR ALUMINUM CABINET STRUCTURE
Lifetime warranted to the original purchaser, on the original chassis. This warranty can be transferred onto a new chassis,
providing the remount is performed by Osage. At that time, Osage will thoroughly inspect and repair, if needed. Door Hardware
Cabinet Finish and Latches are warranted for a period of Three (3)years or 36,000 miles, whichever comes first from date of
original purchase for defects under normal use; this does not include adjustments.
D. PAINT WARRANTY 5 YEARS OR 100,000 MILES
Complete, NON -PRO RATED warranty covers paint finish, corrosion and blistering of the ambulance body. Warranty covers the
cost of parts and labor. Unless installed by Osage, lettering and graphics replacement due to paint failure will not be covered.
Warranty is dependent on agreement by both parties (purchaser and seller) that failure is due to a manufacturing defect.
E. GRAPHICS WARRANTY 3 YEARS OR 36,000 MILES
Osage warrants its graphics and lettering package to be free from defects in material and workmanship for three (3) years or
36,000 miles. Warranty covers cost of parts and labor. Osage will not be liable for more than the amount of the purchase price of
the graphics package.
F. BLACK OUT ITEMS - (PARTS SPRAYED WITH SCORPION LINER) 1 year or 12,000 miles
Osage warranties blackout items, for one 1 year or 12,000 miles, whichever comes first, against adhesion failure of the scorpion
liner to the item sprayed. This excludes fading, chipping, rub marks and scratches.
The above warranties are conditioned upon normal use and reasonable maintenance and do not apply to any components, which have been subject to
abuse, accident, alteration, vandalism, and improper or careless use. Any modification of any description made to any components on the conversion,
without written approval by Osage Industries, Inc. shall void the warranty of said system and components parts.
Prompt written notice of all defects or claims against Osage shall be forwarded to Osage Industries, Inc., P.O. Box 718, Linn, Missouri (MO) 65051,
or by calling at 800-822-3634. No repairs or additions shall be performed without prior approval from Osage Industries, Inc. Osage Industries, Inc.
reserves the right to reject unauthorized claims and its decision in these matters shall be final.
If warranty repairs are necessary, all work must be performed by Osage Industries, Inc. or repair center authorized by Osage Industries, Inc. It is the
responsibility of the purchaser to transport vehicle to and from Osage Industries, Inc., Linn, Missouri (MO), or repair center authorized by Osage
Industries, Inc. for warranty repairs. Osage is not responsible for any loss or damage that may occur during said transportation.
Any expressed warranty not provided herein and any remedy for breach of contract which might arise by implication or operation of law, is hereby
excluded and disclaimed. The implied warranties of merchantability and fitness for any particular purpose are expressly limited to the terms stated
above. Some states do not allow limitations on how long an implied warranty lasts. Therefore, the above limitations may not apply to you. Osage is
not responsible for any loss or damage that may occur during said transportation.
Under no circumstances shall Osage Industries, Inc. be liable to purchaser or any other person for any special or consequential damages, whether
arising out of breach of warranty, breach of contract, or otherwise. Some states do not allow the exclusion or limitation of incidental or consequential
damages. Therefore, the above limitations or exclusions may not apply to you.
This Warranty gives you specific legal rights, and you may have other rights, which vary, from state to state.
06/10/19 Document Control Number OM 19-1-34 Rev I
EXHIBIT C
PURCHASING TERMS AND CONDITIONS
PURCHASING TERMS AND CONDITIONS
These Purchasing Terms and Conditions, together with the Equipment Proposal and all attachments (collectively, the
"Agreement") are entered into by and between Ten -8 Fire & Safety, LLC, a Florida company ("Company") and
Customer (as defined in Ten -8 Fire & Safety LLC's Equipment Proposal document) and is effective as of the date
specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred
throughout this document individually as a "party" or collectively as the "parties."
1. Definitions.
a. "Acceptance" has the same meaning set forth in Company's Equipment Proposal.
b. "Company's Equipment Proposal" means the Equipment Proposal provided by Company and prepared in
response to Customer's request for proposal for a fire apparatus, associated equipment or an ambulance.
c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority,
including without limitation, a department, division, agency of a municipal, county or state government
("Public Authority"), that adopts or participates in an existing agreement between Company and another non-
party customer (including, but not limited to such non-party customer's equipment proposal, its applicable
exhibits, attachments and purchasing terms and conditions), often referred to as a "piggyback arrangement,"
which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it
will agree to such a Cooperative Purchasing Contract.
d. "Delivery" means when Company delivers physical possession of the Product to Customer.
e. "Manufacturer" means the Manufacturer of any Product.
f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment
Proposal.
g. "Product" means the fire apparatus and any associated equipment, or ambulance manufactured or furnished
for Customer by Company pursuant to the Specifications.
h. "Purchase Price" means the Total price set forth in the Quotation, adjusted for the final net price for the
chassis charged by the original equipment manufacturer set forth in the final invoice submitted to the
Company by the manufacturer.
i. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the
Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a
Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and
conditions set forth in the applicable Cooperative Purchasing Agreement.
j. "Specifications" means the general specifications, technical specifications, training, and testing
requirements for the Product contained in Company's Equipment Proposal and its Exhibit A (Proposal Option
List or for ambulance sales, the Quotation, or Order Form, as applicable), prepared in response to Customer's
request for such a proposal.
2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer.
3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's
Equipment Proposal ("Effective Date") and, unless earlier terminated pursuant to the terms of this Agreement, it
will terminate upon Delivery and payment in full of the Purchase Price.
4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase
Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender
one or more prepayments to Company, Customer must provide each prepayment within the time frame specified
in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the
extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer
elects to pay the Purchase Price by means of a credit card.
5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the
Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable,
Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly
budgeted and appropriated.
6. Cancellation/Termination.
a. Fire Equipment and Apparatus Sales. In the event this Agreement is cancelled or terminated by
Customer before completion, Company may charge Customer a cancellation fee. The following
charge schedule is based on costs incurred by Manufacturer and Company for the Product,
which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order
for the Product(s) is accepted and entered into Manufacturer's system by Company; (b) 22% of
the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the
Purchase Price upon any material requisition made by the Manufacturer for the Product. The
cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs
are incurred by Manufacturer and Company as the order progresses through engineering and
into the manufacturing process.
b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance
Sales. An order for an ambulance cannot be cancelled or terminated once Company receives
and processes Customer's Acceptance of Company's Equipment Proposal.
7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment
Proposal ("Delivery Timing"), which will be F.O.B. Company's facility. The Delivery Timing is an estimate,
and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for
Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees,
affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss,
shall pass to Customer upon Delivery of the Product(s) to Customer.
8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company's
Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement.
a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY,
INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR
RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR
REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS
OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT,
WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING
THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF
MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED
WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY
EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN
PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES.
9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL,
INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN
ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE
CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT,
STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE
BASED. COMPANY'S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE
TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT.
10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in
performance due to causes which are beyond Company's control or which make Company's performance
impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of
nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company's
control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or
adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting
materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts
of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their
contracts or labor troubles of Company or a manufacturer causing cessation, slowdown, or interruption of work.
11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and
Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation
includes, without limitation, Customer's providing timely information in response to a request from Manufacturer
or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of
the Product.
12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a)
Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its
obligations under this Agreement; (b) Company's failure to perform any of its obligations under this Agreement;
(c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any
representation made by either party to induce the other to enter into this Agreement, which is false in any material
respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property
to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company.
13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin
("MSO") for the Product until the entire Purchase Price has been paid. If more than one Product is covered by
this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that
Product has been paid in full.
14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be
settled by arbitration administered by the American Arbitration Association in accordance with its Commercial
Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having
jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida.
15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors
and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its
rights and obligations under this Agreement without the prior written approval of the other party. This Agreement
and all transactions between Ten -8 Fire & Safety, LLC will be governed by and construed in accordance with the
laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or
other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire
agreement and supersede any prior agreement between the parties concerning the subject matter of this
Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized
representatives of both parties with authority to sign such amendments to this Agreement. In the event of a
conflict between the Ten -8 Proposal and these Terms and Conditions, the Ten -8 Proposal shall control except in
the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (h) of these Purchasing Terms and
Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal
authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to
comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will
remain in full force and effect.