Loading...
EQUIPMENT PROPOSAL (4)Delivery by Proposal changes Other: 11/1/23. in response to the the Proposal Acceptance (as and Company's ITTICiiir Equipment Proposal Proposal # 899 IN SERVICE TO SERVE VOL' This Equipment Proposal (the "Proposal") has been prepared by Ten-8 Fire & Safety, LLC ("Company") undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below, Option List, Warranty, and Company's Purchasing Terms and Conditions. Through its signature below or other defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments Purchasing Terms and Conditions. Date: April 19. 2024 ("Proposal Date") Customer: Clearwater Fire Rescue ("Customer") Customer Address: 1140 Court Street, Clearwater, FL 33756 Qty Product Description & Options Price 1 1 1 One (1) Heavy Duty Pierce Pumper Base FSA Contract # FSA23-VEF17.0 Spec#119 Options Selected per "Proposal Option List #899"(Engine-47) Additional Manufacturer and Dealer Discount $761,075.00 $411,482.52 ($20,033.52) Total: ** Pricing is subject to change as follows: (a) Commercial chassis price is an estimate; final chassis price will be determined when chassis is delivered by the manufacturer to the original equipment manufacturer ("OEM"). The OEM will notify Company of its final price, and Company will notify Customer of the final price. (b) Persistent Inflationary Environment: If the Producer Price Index of Components for Manufacturing [www.bls.gov Series ID: WPUID61121 ("PPI") has increased at a compounded annual growth rate of 5.0% or more between the month the OEM accepts this order ("Order Month") and a month 14 months prior to the then predicted "ready for pick up" date ("Evaluation Month"), then Company may update the pricing in an amount equal to the increase in PPI over 5.0% in each year or fractional year between the Order Month and the Evaluation Month. Company will document any such updated price for Customer's approval, and Company will provide to Customer the option to cancel this Order for 45 days if Customer does not accept the updated price. If Customer accepts or fails to respond within such 45 day period, Customer will be obligated to complete the Product purchase at the updated Total price. $1,152,524.00 Timing: The Product described above in the Product Description and Options Section of this document will be built and shipped from the manufacturer approximately 49 (months) after Company receives Customer's acceptance of this as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's control. *Due to the current inflationary environment, a quarterly inflation increase will be effective 5/3/23, 8/1/23, & Increases to be determined 30 days prior to increase. Pricine extensions cannot be granted. Unless accepted within 13 days from date of proposal, the right is reserved to withdraw this proposal. IN WTNESS WHERFOF, the parties hereto have executed this Agreement as of _ day of , 2024, for the Ten -8 Equipment Proposal dated April 19,02024 for the purchase of one Heavy Duty Pierce Pumper. Countersigned: Bruce Mayor Apprr ed as to form: wen Kohler Assistant City Attorney CITY OF CLEARWATER, FLORIDA By: Attest: Jenifer/Poirier City Manager Rosemarie Call City Clerk etA- Date Order continues on immediately following page. 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: Dustin Bouwer Date: Date: 4/19/2024 EXHIBIT A PROPOSAL OPTION LIST Pietce. Customer: Representative Organization: Requirements Manager: Description: Body: Chassis: Option List Clearwater Bouwer, Dustin Ten -8 Fire & Safety 2024 - Clearwater FY28 - Velocity Pumper Pumper, Medium, Aluminum, 2nd Gen Velocity Chassis (Med Block), 2010 Bid Number: Job Number: Number of Units: Bid Date: Stock Number: Price Level: Lane: 2/15/2024 899 1 01/31/2024 48 (Current: 48) Line Option Type Option Description Qty 1 0010012 2 0661794 3 0584456 4 0584452 5 0588609 6 0520877 7 0816491 8 0533347 9 0588611 10 0661778 11 0816495 12 0000114 13 0620357 14 0537375 15 0030006 16 0816569 17 0000007 18 0002928 19 0597598 20 0000110 21 0000070 22 0000203 23 0020018 24 0508848 25 0030264 26 0087572 27 0000322 28 0582936 29 0019575 30 0530464 31 0544253 32 0122076 33 0000485 34 0585004 35 0654750 36 0568081 37 0620570 38 0002045 39 0544802 40 0544806 41 0820509 42 0030185 No Boiler Plates requested Single Source Compliance Manufacture Location, Appleton, Wisconsin RFP Location: Appleton, Wisconsin Vehicle Destination, US Comparison Report Required Fill in Blank - 38965 Comply NFPA 1900 Changes Effective Jan 1, 2024, With Exceptions Pumper/Pumper with Aerial Device Fire Apparatus Vehicle Certification, Pumper Agency, Apparatus Certification, Pumper/Tanker, U.L. Certification, Vehicle Inspection Program, NFPA 1900 Inspection Trip(s) Qty, - 02 Fill in Blank - five (5) travel, lodging and meals for the Consortium, Florida Sheriffs Unit of Measure, US Gallons Bid Bond Not Requested Performance Bond, Not Requested, PPI Terms Approval Drawing Electrical Diagrams Velocity Chassis (Med Block), 2010 Wheelbase Wheelbase - 184.50 inches GVW Rating GVW rating - 43500 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/ImpNel/DCF Frame Liner Not Req'd Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 Ib, ImpNel Suspension, Front TAK-4, 19,500 Ib, Qtm/AXT/ImpNel/Enf/SFR Shock Absorbers, KONI, TAK-4, Qtm/AXT/ImpNel/DCF/Enf Oil Seals, Front Axle Tires, Front, Goodyear, G289 WHA, 315/80R22.50, 20 ply Wheels, Front, Alcoa, 22.50" x 9.00", Aluminum, Hub Pilot Axle, Rear, Meritor RS24-160, 24,000 Ib, ImpNel/Dash CF Top Speed of Vehicle, 68 MPH /109 KPH Suspen, Rear, Standens, Spring, 24,000 Ib, ImpNel Oil Seals, Rear Axle Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 ply, Single Wheels, Rear, Alcoa-Accuride, 22.50" x 9.00", Aluminum -Steel, Hub Pilot, Single Tire Balancing, Counteract Beads Tire Pressure Monitoring, RealWheels, AirSecure, Valve Cap, Single Axle Qty, Tire Pressure Ind - 6 Mud Flap, Front and Rear, Pierce Logo Chocks, Wheel, SAC -44-E, Folding, (Up to 44" Diameter Tires) Qty, Pair - 01 Mounting Brackets, Chocks, SAC -44-E, Folding, Horizontal Qty, Pair - 01 Location, Wheel Chocks - Left Side Rear Tire, Forward and Rearward ESC/ABS/ATC Wabco Brake System, Single Rear Axle, NFPA 1900 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2/15/2024 4:58 PM Bid #: 899 Page 1 Line Option Type Option Description Qty 43 0000730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00" 1 44 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 1 45 0000785 Brake Reservoirs, Three 1 Paint Color, Air Tanks - Frame color 46 0568012 Air Dryer, Wabco System Saver 1200, Heater, 2010 1 47 0000790 Brake Lines, Nylon 1 48 0813346 Inlet/Outlet, Air, w/Disconnect Fitting 1 Location, Air Coupling(s) - a) DS Step Well Qty, Air Coupling (s) - 1 49 0012034 Moisture Ejector, Manual, Remote Mounted 3 Location - Under LS3 Qty, Man. Moist Ejector - 3 50 0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle 1 51 0808533 Engine, Cummins X10, 450 hp, 1250 lb-ft, W/OBD, EPA 2027, ImpNel 1 52 0811409 Not Required, Engine Contingency Adjustment 1 53 0001244 High Idle w/Electronic Engine, Custom 1 54 0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine 1 Switch, Engine Brake - e) ISC/ISM/ISL9/ISX Hi Med Lo 55 0552334 Clutch, Fan, Air Actuated, Horton Drive Master 1 56 0123135 Air Intake, w/Ember separator, ImpNel 1 57 0814375 Exhaust System, Horizontal, Right Side 1 Exhaust, Diffuser - Aluminized Steel (Standard) Exhaust, Material/Finish - Aluminized Steel (Standard) Location, Diffuser Termination - Flush With Rub Rail Tip, Exhaust - Curved Down (4" exhaust only) (Premium) 58 0787999 Radiator, ImpelNelocity 1 59 0722487 Cooling Hoses, Gates Silicone and Rubber Combination, Velocity 1 60 0788718 Radiator Coolant, Peak Final Charge Global OAT, Red 1 61 0051125 Fuel Tank, 75 Gallon, Left Side Fill, Qtm/AXTNeI/Imp/DCF/SFR/Enf 1 Finish - Polished Stainless 62 0001129 Lines, Fuel 1 63 0692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring Flip Door 1 Door, Material & Finish, DEF Tank - Polished Stainless 64 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd 1 65 0582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1 66 0699437 Cooler, Chassis Fuel, Not Req'd. 1 67 0698720 Fuel Cap Retaining Chain With Holder 1 68 0606925 SP Access, With Cab Raised, Fuel Filter and Shutoff Valves 1 69 0887559 Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, ImpNel/SFR/Enf 1 70 0625329 Transmission, Shifter, 5-Spd, Push Button, 3000 EVS 1 71 0684459 Transmission Oil Cooler, Modine, External 1 72 0090176 Mode, Downshift, Aggressive downshift to 3rd, w/engine brake, 5 speed 1 73 0801878 Fluid, 3000 Series Trans, Allison Approved TES-668 Synthetic, IPOS, Custom 1 74 0001370 Driveline, Spicer 1710 1 75 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1 76 0001544 Not Required, Steering Assist Cylinder on Front Axle 1 77 0509230 Steering Wheel, 4 Spoke without Controls 1 78 0690274 Logo/Emblem, on Dash 1 Text, Row (1) One - Clearwater Text, Row (2) Two - Fire Text, Row (3) Three - Rescue 79 0524744 Bumper, 22" Extended, Steel, Painted, ImpNel 1 80 0616489 Tray, Hose, Center, 22" Bumper, Inside Air Horns, 13" Deep, ImpNel 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 20) 125' of 1.75" 81 0728443 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Passenger Side Mount, Fasteners 1 Type of fastener - 1" side release 82 0760795 SP Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, Radius Lip 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 21) 150' of 1.75" 83 0728504 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Outboard Mounted, Fasteners 1 Type of fastener - 1" side release 2/15/2024 4:58 PM Bid #: 899 Page 2 Line Option Type Option Description Qty 84 0510226 Lift & Tow Package, ImpNel, AXT, Dash CF 1 85 0522573 Tow Hooks Not Required, Due to Lift and Tow Package 1 86 0698960 Coating, Top Flange, Front Bumper, Outside Exterior, UL -LX Coating, Black 1 87 0668315 Cab, Velocity FR, 7010 Raised Roof 1 88 0724237 Engine Tunnel, ISL, Mech Fasteners, ImpelNelocity FR 1 89 0818272 Cab Insulation, Extreme Climate, ImpelNelocity 1 90 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 1 91 0122465 Cab Lift, Elec/Hyd, ImpNel 1 92 0123176 Grille, Bright Finished, Front of Cab, Velocity 1 93 0752555 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each 2 Location - DS and PS EMS compartment exterior access doors Qty, - 02 Material Trim/Scuffplate - c) S/S, Polished 94 0029007 SP Scuffplates, On Rear Corners of Cab 1 Material Trim/Scuffplate - c) S/S, Polished 95 0002224 Scuffplates, S/S At Cab Door Jambs, 4 -Door Cab 1 Material Trim/Scuffplate - c) S/S, Polished 96 0527032 Trim, S/S Band, Across Cab Face, Rect Lights, Velocity 1 Material Trim/Scuffplate - c) S/S, Polished Turnsignal Covers - No Covers 97 0015440 No Chrome Molding, On side of cab 1 98 0559131 Mirrors, Forward Mtd, Remote, Pierce One -Eleven, LED Turn Signal 1 Finish, Arm Cover - Chrome Finish, Mirror Head - Chrome 99 0667921 Door, Half -Height, Velocity FR 4 -Door Cab, Raised Roof 1 Key Model, Cab Doors - 751 Cab, Exterior Door Handle, Finish - 4 -Door, Chrome/Black 100 0655511 Door Panel, Brushed Stainless Steel, ImpelNelocity 4 -Door Cab 1 101 0667905 Storage Pockets w/ Elastic Cover, Recessed, Overhead, ImpelNelocity FR 1 102 0667902 Controls, Electric Windows, All Cab Doors, ImpelNelocity FR 1 103 0606691 Steps, 4 -Door Cab, Dual, 2" Larger Middle and Bottom Steps, ImpNel 1 Light, Step, Additional - P25 LED 104 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Backlit, 4 -Door Cab 1 Color, Handrail Light - Red Control, Handrail Light - Cab Switch and Parking Brake 105 0892637 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1 Lt Per Step ** 1 Color, Trim - Chrome Housing 106 0002140 Fenders, S/S on Cab 1 107 0592071 No Windows, Side of Crew Cab, Vel/Imp 1 108 0568605 Not Required, Interior Trim, No Cab Side Windows 1 109 0012090 Not Required, Windows, Front/Side of raised roof 1 110 0509286 Not Required, Windows Rear of Crew Cab, ImpNel 1 111 0558334 Not Required, Trim, Cab Rear Windows, No Rear Windows 1 112 0887710 Window Coatings, Solar Film 1 113 0814268 SP Fasteners, S/S, Rain Drip, IATS 1 114 0123686 Drip Rail, Cab Roof, ImpelNelocityNelocity SLT 1 115 0803382 SP Guard, Radiator, S/S, Below Cab Grille, Lettering, Laser Cut, AXT/ImpNel 1 Fill in Blank - CLEARWATER 116 0773956 SP Work Surface, 3/16" Alum, Full Engine Tunnel, Upper 36.5, Lower Lip, Vel/Imp FR 1 Material Finish, Cab Interior - Painted Lip - 2.00" 117 0748671 Cab Interior, Vinyl, Velocity FR, CARE 1 Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Black 118 0667943 Cab Interior, Paint Color, ImpelNelocity FR 1 Color, Cab Interior Paint - b) black 119 0509532 Floor, Rubber Padded Cab & Crew Cab, ImpNel, Dash CF 1 120 0819169 HVAC, Extreme -Duty, ImpelNelocity FR, CARE 1 Paint Color, NC Condenser - Painted White #10 HVAC System, Filter Access - Tool Free Panel Auxiliary Cab Heater - None 121 0639675 Sun Visor, Smoked Lexan, AXT, ImpNel, Saber FR/Enforcer 1 Sun Visor Retention - No Retention 2/15/2024 4:58 PM Bid #: 899 Page 3 Line Option Type Option Description Qty 122 0567443 Grab Handles, DS & PS Door Post & Passenger Dash panel, ImpNel 1 123 0002526 Light, Engine Compt, All Custom Chassis 1 124 0122516 Fluid Check Access, ImpNel 1 Latch, Door, Storage - Southco C2 Black Raised 125 0583040 Frontal Impact Protection 1 126 0622618 Seating Capacity, 5 Seats 1 127 0697006 Seat, Driver, Pierce PS6, Premium, Air Ride, High Back, Frontal Impact, PRIMARY 1 128 0696991 Seat, Officer, Pierce PS6, Premium, Air Ride, SCBA, Frontal, PRIMARY 1 129 0002517 Not Required, Radio Compartment 1 130 0754652 Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, Roll, Ext Acc, ImpNel 1 Light, Short Cabinet - Pierce, Interior, Left Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap Door, Cab Interior Cabinet - Rollup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0 -No Louvers 131 0102783 Not Required, Seat, Rr Facing C/C, Center 1 132 0752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Roll, Ext Acc, ImpNel 1 Light, Short Cabinet - Pierce, Interior, Right Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap Door, Cab Interior Cabinet - Rollup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0 -No Louvers 133 0740001 SP Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" 1 Inbrd,SECONDARY 134 0649764 Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, SCBA, 17" Btm, SECONDARY 1 135 0739999 SP Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" 1 Inbrd,SECONDARY 136 0651182 Scuffplate, Cabinet, Interior Door Pan, Cab 2 Location - DS and PS EMS cabinets external doors Qty, - 02 Material Trim/Scuffplate - b) S/S, Brushed 137 0566653 Upholstery, Seats In Cab, Turnout Tuff 1 Color, Cab Interior Vinyl/Fabric - c) Black 138 0543991 Bracket, Air Bottle, Hands -Free 11, Cab Seats 4 Qty, - 04 139 0690610 Embroidery, Seats, Cab and Crew Cab 1 Qty, Seats Embroidery - 5 Seats 140 0734952 Door, Access, Front, (2) Rear Facing Seat Risers, No Heater 1 Latch, Door, Storage - Southco C2 Black Raised Material Finish, Cab Interior - Black Louvers, Cabinet - Louvers, Door 141 0678689 Compt, Enclose, Forward Facing Seat Riser, VEUIMP/Qtm/SFR/Enf 1 Location - under center forward facing rear crew seat Qty, - 1 142 0603867 Seat Belt, ReadyReach 1 Seat Belt Color - Red 143 0604864 Seat Belt Height Adjustment, 5 Seats, ImpNel, Dash CF 1 144 0627014 Pick Not Required, Seat Belt Color Selected in Seat Belt Category 1 145 0817557 Helmet Storage, Provided by Fire Department, NFPA 2024 1 146 0647647 Lights, Dome, FRP Dual LED 4 Lts 1 Color, Dome Lt - Red & White Color, Dome Lt Bzl - Black Control, Dome Lt White - Door Switches and Lens Switch Control, Dome Lt Color - Lens Switch 147 0896451 Enhanced Software for Cab and Crew Cab Dome Lts 1 148 0631779 Light, Map, Overhead, Round Halogen, AXT/ImpNel 1 12vdc power from - Battery switched 2/15/2024 4:58 PM Bid #: 899 Page 4 Line Option Type Option Description Qty 149 0727858 150 0816997 151 0554191 152 0568369 153 0509511 154 0543751 155 0509042 156 0611681 157 0555915 158 0820894 159 0821674 160 0583273 161 0821325 162 0790556 163 0820897 164 0743033 165 0814201 166 0816633 167 0606247 168 0665245 169 0692961 170 0616382 171 0694166 SP Light, Map, Sunnex SL9-200*25L LED Clear Lens, Swivel Joint, 25 Deg Optics 1 Location - over Officer left shoulder Qty, - 01 12vdc power from - Battery switched Color, Trim - Black Housing Portable Hand Light, Provided by Fire Dept, NFPA 2024 1 Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Tail Lights, 12v, Orange 2 Qty, Lights - 02 Location, Lights - to be installed at final inspection. wiring location to be at either side of the rear engine tunnel Cab Instruments, Ivory Gauges, Chrome Bezels, Impel/Velocity 2010 1 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf MUX 1 Light, Do Not Move Apparatus 1 Alarm, Do Not Move Truck - Pulsing Alarm Messages, Open Dr/DNMT, Color Dsply, 1 Switching, Cab, Membrane, ImpelNelocity/Quantum, Dash CF, AXT WiFi MUX 1 Location, Emerg Sw Pnls - Driver's Side Overhead Wiper Control, 2 -Speed with Intermittent, MUX, ImpelNelocity 1 Wiring, Spare, 15 A 12V DC, Batt Dir, 1st NFPA1900 1 Location, Wiring - PS RF interior compartment. lower outboard wall (for suction charger) 12vdc power from - Battery direct Wire termination - Butt Splice Wiring, Spare, 60A 12V DC 1st NFPA1900 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Stud Location - behind driver's seat Wire, 18-ga. Spare, Dual Wire 1st 1 Qty, - 01 Location 2 - Behind driver's seat Location - behind panel #10 (wrap around console) Wiring, Spare, 10 A 12V DC 1st NFPA1900 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Butt Splice Location - behind driver's seat Wire, CAT 6, terminated, Spare, Qty, 1st 1 Qty, - 01 Location 2 - in wrap around center console behind panel #10 Location - behind driver's seat Wiring, Spare, 15 A 12V DC, Batt Dir, 2nd NFPA1900 1 Location, Wiring - behind panel location #10 in center dash extension 12vdc power from - Battery direct Wire termination - Butt Splice Bin, Center Dash Console 1 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 1 System Of Measurement - US Customary Collision Mitigation, HAAS Alert (R2V), HA7 1 Subscription, HAAS R2V - R2V - 10 Year Data Plan Subscription Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, Remote Head 1 Location - behind driver's seat Qty, - 01 Location 2 - behind panel #6 Cable, Motorola HKN6169, 17' Mobile 2 -way Radio, Remote Head 1 Location - behind driver's seat Qty, - 01 Location 2 - behind panel #3 Install Customer Provided GPS/Multimode Antenna(s) 1 Qty, - 01 Antenna Mount, Larsen NMOKHFUDTHK, 0-6000MHz 1 Location - best roof location Qty, - 01 2/15/2024 4:58 PM Bid #: 899 Page 5 Line Option Type Option Description Qty 171 Location 1 - Behind Driver's seat 172 0817058 Camera, Pierce, LS Mux, R Camera, SD, CL714 1 Camera System Audio - Speaker on Ceiling Behind Driver 173 0814831 Not Required, Camera Switcher 1 174 0511071 Guard, 4 -Way, Rear Vision Camera 1 Qty, - 01 Location - above B1 compartment, please match previous 175 0896458 Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT 1 Color, Antenna - White Antenna Module Housings - Black Housing with Power and Status Ind 176 0896456 Prognostics, Electrical System 1 177 0816093 ClearSky Telematics, Remote Fleet & On -scene Management, AT&T Commercial 1 Subscription, Telematics - 5 Year Subscription 178 0730603 Electrical System, Velocity ESP, Cummins, Paccar 1 179 0079166 Batteries, (4) Stryten/Exide Grp 31, 950 CCA ea, Threaded Stud 1 180 0008621 Battery System, Single Start, All Custom Chassis 1 181 0123174 Battery Compartment, ImpNel 1 182 0822649 SP Charger, Sngl Sys, Kussmaul, LPC 80, 091-206-12, 80 Amp 1 183 0814949 Location, Crew Cab, Charger, Forward Facing Seat Riser, Center Position 1 184 0813919 Panel, Charger Display, Kussmaul, Included w/ Charger 1 185 0770460 Shoreline, 20A 120V, Kussmaul Auto Eject, 091-55-20-120, 091-55-234400( Br Cvr 1 Qty, - 01 Color, Kussmaul Cover - b) red Shoreline Connection - battery charger and cab receptacle 186 0026800 Shoreline Location 1 Location, Shoreline(s) - DS Extd Bumper 187 0647728 Alternator, 430 amp, Delco Remy 55SI 1 188 0676572 SP Switch, Rocker Style, Load Manager 1 189 0532857 SP Programming, Step Lights, Activated w/Prk Brk, IAT 1 190 0627524 SP Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear. 1 191 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi -Idle - d)High Idle disable 192 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/DCF/Enf/Imp/SabNel 1 Color, Headlight Bez - Chrome Bezel 193 0648425 Light, Directional, Win 600 Cmb, Cab Crn, ImpNel/AXT/Qtm/DCF 1 Color, Lens, LED's - m)match LED's 194 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts 1 195 0736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others With Visor Lt 1 196 0627282 Lights, Clearance/Marker/ID, Rear, FRP LED Bar & P25 LED 4Lts 1 197 0815852 SP Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Turn & Backup LED, Quad 1 Color, Trim - Chrome Housing 198 0085910 Lights, Backup Included in Signal Cluster 1 199 0889577 Bracket, License Plate & Light, P25 LED, Stainless Brkt ** 1 Color, Trim - Chrome Housing 200 0589905 Alarm, Back-up Warning, PRECO 1040 1 201 0763285 SP Alarm, Floyd Bell, Announcer, Fasten Seatbelts, 3Sec, 85 to 90dB 1 Location, Alarm - Crew Cab 202 0769569 Lights, Perimeter Cab, Amdor AY-LB-12HW012 LED 4Dr 1 203 0769572 Lights, Perimeter Pump House, Amdor AY-LB-12HW020 LED 2lts 1 204 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Rear Step 1 Control, Perimeter Lts - DS Switch Panel and Ignition Switch 205 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt 2 Qty, Lights - 02 Location, Additional Perimeter Lights - Under Compt D1, lit and Under Compt P1, lit 206 0896454 Enhanced Software for Perimeter Lts 1 207 0622040 SP Lights, Step, P25 LED 4Its, Pump Pnl Sw, Cab Sw 1 208 0609064 SP Trim, SS Polished Arround Recessed Light At the Rear of the Apparatus. 2 Location - DS and PS rear Qty, - 02 209 0749399 Light, Visor Mt, Win S72M**, 72" Cnt Feature 1 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS 2/15/2024 4:58 PM Bid #: 899 Page 6 Line Option Type Option Description Qty 209 LED Module Type - 4 White Spot 210 0774948 Lights, Win, P*H1* Pioneer, 12 VDC, 2nd 1 Location - High and rear of PS crew door Qty, - 01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, PS and PS Flood Lts Scene Light Optics - flood Mount, Win 11 - Semi -recessed 15 deg P**1 211 0775524 Lights, Win, P*H1* Pioneer, 12 VDC, 1st 1 Location - High and rear of DS crew door Qty, - 01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, DS and DS Flood Lts Scene Light Optics - flood Mount, Win 11 - Semi -recessed 15 deg P**1 212 0728517 SP Lights, Win, S72M** 72" 12VDC, RS Body 1 Location - center over RS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 213 0774017 Lights, Win, P*H1* Pioneer, 12 VDC, 3rd 2 Location - One DS and one PS rear Match 33243 Qty, - 02 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS Scene Light Optics - Flood Mount, Win 11- Semi -recessed 15 deg P**1 214 0728518 SP Lights, Win, S72M** 72" 12VDC, LS Body 1 Location - center over LS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 215 0532358 Not Required, Deck Lights, Other Hose Bed & Rear Lighting 1 216 0645668 Lights, Front of Hose Bed, Win 7000ELZR LED 1 Location - mounted high and centered on cross divider Qty, - 01 Light Guard - Without Guard Control, Hose Bed Lts - DS Pump Panel Sw Light Bracket - No Bracket 217 0645677 Lights, Not Required, Rear Work, Alt. 12 Volt Lights At Rear Body 1 218 0787447 Lights, Walk Surf, Dual LED Light Strips, Cargo Area, Bdy Stp Lt 1 219 0007883 Switch, Master, Pump Panel Lights 1 220 0060115 Pumper, Medium, Aluminum, 2nd Gen 1 221 0554271 Body Skirt Height, 20" 1 222 0013303 Tank, Water, 500 Gallon, Poly, Med, New York Style 1 223 0003405 Overflow, 4.00" Water Tank, Poly 1 224 0541296 SP Dome, Foam Fill, Location 1 Location - Match 33243. On the DS front corner of upper portion of water tank 225 0010011 Fill Dome Special Location 1 Location, Tank Dome - Match 33243 - in line and rearward of foam dome 226 0635329 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper 1 227 0553725 Restraint, Water Tank, Heavy Duty, Special Type Tank, 4x4, or Export 1 228 0003429 Not Required, Direct Tank Fill 1 229 0003424 Not Required, Dump Valve 1 230 0048710 Not Required, Jet Assist 1 231 0030007 Not Required, Dump Valve Chute 1 232 0514778 Not Required, Switch, Tank Dump Master 1 233 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height 1 Fill in Blank - 62" 2/15/2024 4:58 PM Bid #: 899 Page 7 Line Option Type Option Description Qty 233 Material Trim/Scuffplate - b) S/S, Brushed 234 0723545 Unpainted/Dual Action Finished Aluminum Hose Bed, 2G Pumper/Tankers 1 235 0003481 Hose Bed Capacity, Special 1 Capacity, Hosebed - starting from the driver's side: 400' of 2.5", 300' of 3", 300' of 3", 1100' of 5", 150' of 1.75" and 200' of 1.75" 236 0083488 Divider, Hose Bed, .25" Unpainted 3 Qty, Hosebed Dividers - 3 237 0807436 Hose Restraint, Hose Bed, Web, Top, Separate From Rear 1 Fastener, Top Restraint, Front - Velcro Fastener, Top Restraint, Sides - Velcro Straps Fastener, Top Restraint, Rear - Velcro with Bungee Cord and Hook 238 0807424 Hose Restraint, Hose Bed, Web, Rear, Separate From Top 1 Fastener, Rear Restraint, Top - Velcro Straps Fastener, Rear Restraint, Bottom - Velcro Straps/Footman Loops 239 0010133 Cross -Divider, Hose Bed 1 240 0040083 SP Divider, Unpainted, Extruded, Additional 2 Location - Install two in the center of the hose bed Match previous unit 33243 Qty, - 02 241 0695401 Running Boards, 14.75" Deep, Rear 45 Degree Corner 1 242 0681766 Tailboard, 16" Deep, Full Width, Extended Substructure, Angled Corners 1 243 0690027 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall 1 244 0889214 Tow Eyes, w/Tow Bar, 2G Pumper ** 1 245 0590926 Hose Restraint, Running Board, Velcro Straps 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 246 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 247 0895820 Construction, Compt, Alum, 2G Pumper 1 248 0023650 LS 152" Rollup, Full Height Front & Rear, FDLER 1 249 0063658 RS 152" Rollup, Full Height Front & Rear, FDLER 1 250 0692733 Doors, Rollup, Gortite, Side Compartments 6 Qty, Door Accessory - 06 Color, Roll -up Door, Gortite - Painted to Match Lower Body Latch, Roll -up Door, Gortite - Non -Locking Liftbar 251 0098470 Compt, Flush Rear, Rollup, 30.75" FF, 25.88" D 1 252 0692746 Door, Gortite, Rollup, Rear Compartment 1 Color, Roll -up Door, Gortite - Satin finish Latch, Roll -up Door, Gortite - Locking, 751, AXT/Qtm/Dash CF/Saber Cab 253 0554995 No Body Modification Required 1 254 0509489 Scuffplate, S/S, Rear Ladder Rack Arm 1 Location - DS Qty, Scuffplates - 01 255 0016023 Scuffplate, Polished S/S On Rear Outside Edge of Body 1 256 0618000 SP Guard, S/S for "D" Latch Handle on Access Door, Each 2 Location - Each door at pump panel next to crosslays Mount on inside of slam latch so back boards cannot hit lock and unlock Qty, - 02 257 0019845 Guard, Drip Pan, S/S, Rollup Door 7 Qty, Door Accessory - 07 Location, Door Accessory - all body compartment doors 258 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 5 Qty, - 05 Location, Compartment Lights - LS1, LS3, RS1, RS3 and B1 259 0689538 Lights, Compt, Pierce, LED Light Strip, 54", Additional 2 Location, Lights - P2 and D2 mounted horizontal on ceiling Qty, - 02 260 0687146 Shelf Tracks, Painted 1 Qty, Shelf Track - 01 Location, Shelf Track - RS3 261 0600350 Shelves, Adj, 500 Ib Capacity, Full Width/Depth, Predefined Locations 1 Qty, Shelf - 01 2/15/2024 4:58 PM Bid #: 899 Page 8 Line Option Type Option Description Qty 261 Material Finish, Shelf - Painted - Nightspots Location, Shelves/Trays, Predefined - RS3-Centered 262 0726394 Partition, Trans Rear Compt, Notched 2 Qty, Partition - 02 Location, Partition - c) both sides Fill in Blank - a pike pole tube (broom storage) w/ open ends to pass through from RS1 to LS1 Location - upper/forward (of body) corner 263 0003995 Grating, Alum in Compt 1 Location - LS3 Qty, Comp. Accessory - 01 264 0820754 No Louvers, Delete Standard Compt Louvers, Per Compt, Non-NFPA 2024 1 Location - B1 Qty, Comp. Accessory - 1 265 0009729 Pac Trac, Installed on Compartment Walls 4 Location - rear upper tank wall of RS2, LS1, LS2 and LS3 Qty, Comp. Accessory - 04 266 0696950 High Rise Pack Storage, Curved Mount, Inside Compt, Each 2 Location - RS1 Qty, Comp. Accessory - 02 Location, Bracket/comp. - Match 33243 - the mounts will be positioned 49.25" off the compartment floor to the top of curve. One (1) bracket to be 11" to center of bracket off rear wall and one (1) 31" to center off rear wall. Size - 9.25" Dimensions - 7.25" by 3" high. 267 0004016 Rub Rail, Aluminum Extruded, Side of Body 1 268 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner 1 Material Finish, Fender Liner - Painted Lower Body 269 0519849 Not Required, Hose, Hard Suction 1 270 0621021 Handrails, Side Pump Panels, Per Print, Hansen Knurled Alum Tubing, LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 271 0778825 SP Handrails, Beavertail, Hansen Tubing, Knurled Aluminum, LED Backlit, RS Only 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 272 0739825 SP Handrails, Rear, (3), (1) Above (2) Below, Hansen,Below Knurled Alum LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 273 0749600 SP Compt, Air Bottle, Fender Panel, Double, Vertical, SouthCo C2 Latch 1 Location, Bracket/comp. - RS rear fender Qty, Air Bottle Comp - 1 274 0657651 Compt, Air Bottle, Double, Fender Panel 2 Qty, Air Bottle Comp - 2 Door Finish, Fender Compt - Polished Location, Fender Compt - Double - LS Fwd and Double - RS Fwd Latch, Air Bottle Compt - Southco C2 Chrome Raised Insert, Air Bottle Compt - Rubber Matting and W -Shaped Insert 275 0004225 Ladder, 24' Duo -Safety 900A 2 -Section 1 276 0004230 Ladder, 14' Duo -Safety 775A Roof 1 277 0028934 Rack, Ladders, Hydraulic, LS, Air Clamps 1 Ladder Rack Lock Enclosure/Light Mounting Bracket - LS Front & Rear S/S Enclosure Location, Hydraulic Ladder Rack Controls - Pump Panel 278 0756375 Lights, Hyd Lad Rack Deployed, Truck -Lite 15**** 1 Color, Light - Amber Flashing Color, Lens, LED's - Clear Trim, T -L 15 - Chrome 279 0733387 Ladder, 10' Duo -Safety Folding 585A 1 280 0761307 Mounting Clips, Folding Ladder, Hydraulic Ladder Rack 1 Location, Folding Ladder Storage - Hydraulic Rack - Outboard 281 0024499 Arm, Rear, Offset, Hydraulic Rack 2000, Recess Light 1 282 0040714 SP Ladder, Mounting, 2000 Rack Special Arrangement 1 Fill in Blank - They want the 14' ladder to load first so the first one off will be the 24' 2/15/2024 4:58 PM Bid #: 899 Page 9 Line Option Type Option Description Qty 283 0795582 SP Bracket, Mounting, Surf Board, Inboard of Hydraulic Ladder Rack 1 Location - inboard of hydraulic rack similar to when HSH is mounted there Fill in Blank - 11'L x 24"W x 5" thick on the ends; however the board is curved so there is 7" in the center. Also, the fin is 10.75" tall. 284 0725371 Compt w/Door, Backboard, Over Pump 1 Door, Material & Finish, Storage - Polished S/S Latch, Door, Storage - Southco M1 Push Close, Flush Qty, Backboard Troughs - 2 Hinge Location - Rearward Location, BB/Stokes/Long Tool Storage Over Pump - Forward, Cargo Access, Backboard/Stokes/Long Tool Compt - Both Size, Backboard, Predefined - 72"L x 18"W x 3"H 285 0816920 Pike Pole, Provided by Fire Department, NFPA 2024 1 Qty, - 01 Pike Pole Make/Model - Fire Hooks Unlimited 10' All Purpose Hook 286 0816918 Pike Pole, 6', Provided by Fire Department, NFPA 2024 1 Qty, - 01 Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook, RH-6 287 0058193 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head 1 Location - on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes - 01 288 0784210 SP Tubes, Alum, Long Tool Storage, 2.50" Diameter, Trans Through Rr Compt 1 Location - upper front corner of B1, open ends flush with partitions for transverse pass through, per write up at final Qty, - 01 289 0785102 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident 1 Coating, Step - luminescent Location, Steps - Full Height Right Side w/LED Light 290 0592994 Steps, Folding, Rear of Body, w/LED, Trident 1 Coating, Step - luminescent 291 0005496 Pump House, Side Control, 45" 1 292 0035501 Pump House Structure, Std Height 1 293 0004425 Pump, Waterous, CSU, 1500 GPM, Single Stage 1 294 0004481 Seal, Grafoil, Waterous 1 295 0816447 Trans, Pump, Waterous C22 Series 1 296 0635600 Pumping Mode, Stationary Only 1 297 0605126 Pump Shift, Air MnI Override, Split Shaft, Interlocked, Waterous 1 298 0003148 Transmission Lock-up, EVS 1 299 0004547 Auxiliary Cooling System 1 300 0014486 Not Required, Transfer Valve, Single Stage Pump 1 301 0746511 Valve, Relief Intake, TFT 1 Pressure Setting - 125 psig 302 0564941 Controller, Pressure, FRC, Pump Boss, PBA200 1 303 0641743 Primer, Waterous, VPO Motor, (1) VAP Valve, (1) Push Button Control 1 304 0780364 Manuals, Pump, (2) Total, Electronic Copies 1 305 0603129 Plumbing, Stainless Steel and Hose, Single Stage Pump 1 306 0795135 Plumbing, Stainless Steel, w/Foam System 1 307 0004645 Inlets, 6.00" - 1250 GPM or Larger Pump 1 308 0004646 Cap, Main Pump Inlet, Long Handle, NST, VLH 1 309 0084610 Valves, Akron 8000 series- All 1 310 0004686 Valve, Inlet(s) Recess Behind Panel, Side Cntrl 2 Qty, Inlets - 2 311 0004700 Control, Inlet, at Valve 1 312 0004660 Inlet (1), Left Side, 2.50" 1 313 0004680 Inlet, Right Side, 2.50" 1 314 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper 1 Area Inlet, Size - Six Drain, Suction - T Swing Handle Inlet, Front, Valve - Bray 5.00" Inlet, Front, Plumbing - Stainless Steel 2/15/2024 4:58 PM Bid #: 899 Page 10 Line Option Type Option Description Qty 315 0014823 Control, Front Inlet, Electric, w/Indicator Lights 1 316 0737987 Valve, Relief Intake, Front Inlet, TFT 1 Pressure Setting - 125 psig 317 0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain 1 Inlet, Size - 6.00" inlet Inlet Bleeder - Quarter -Turn Style Bleeder Finish, Front Inlet Elbow/Adapter - Chrome 318 0004788 Cap, Front Inlet, Long Handle, VLH 1 319 0092569 No Rear Inlet (Large Dia) Requested 1 320 0064116 No Rear Inlet Actuation Required 1 321 0092696 Not Required, Cap, Rear Inlet 1 322 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1 323 0037897 SP Front Suction, Max Clearance 1 324 0092568 No Rear Auxiliary Inlet Requested 1 325 0723049 Valve, .75" Bleeder, Aux. Side Inlet, "T" Swing Handle 1 326 0029043 Tank to Pump, (1) 3.00" Valve, 3.00" Plumbing 1 327 0004905 Outlet, Tank Fill, 1.50" 1 328 0062133 Control, Outlets, Manual, Pierce HW if applicable 1 329 0004940 Outlet, Left Side, 2.50" 2 Qty, Discharges - 02 330 0005091 Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 331 0092570 Not Required, Outlets, Left Side Additional 1 332 0035094 Not Required, Elbow, Left Side Outlets, Additional 1 333 0004945 Outlet, Right Side, 2.50" 1 Qty, Discharges - 01 334 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 335 0092571 Not Required, Outlets, Right Side Additional 1 336 0089584 Not Required, Elbow, Right Side Outlets, Additional 1 337 0816625 Outlet, Large Diameter, Right Side, Akron Valve 1 Outlet, Large Diameter, Plumbing - 4.00" Outlet, Large Diameter, NST Adapter - 4.00" MNST Outlet, Large Diameter, Valve Actuation - Pierce large handwheel 338 0005097 Elbow, Large Dia Outlet, 30 Deg, 4.00" FNST x 5.00" Storz 1 Qty, - 01 339 0649939 Outlet, Front, 1.50" w/2" Plumbing 1 Fitting, Outlet - 1.50" NST with 90 degree swivel Drain, Front Outlet - Automatic Location, Front, Single - top of left bumper 340 0633403 Front Outlet, Raised, On a Bright Aluminum Treadplate Box 1 341 0004995 Outlet, Rear, 2.50" 2 Qty, Discharges - 02 Location, Outlet - b) left side 342 0040286 Elbow, Rear Outlets, 30 Degree, 2.50" FNST x 2.50" MNST, VLH 1 343 0024930 Outlet, Rear, 1.50", Additional 2 Location - PS Qty, Discharges - 02 344 0065696 Not Required, Elbow, Rear Outlets, 1.50", Additional 1 345 0092573 Not Required, Outlet, Hose Bed/Running Board Tray 1 346 0752097 Caps/Plugs for 1.00" to 3.00" Discharges/Inlets, Chain 1 347 0723042 Valve, 0.75" Bleeder, Discharges, "T" Swing Handle 1 348 0091106 Outlet, 3.00" Deluge w/TFT Extend -a -Gun XG18, Handwheel 1 349 0770359 No Monitor Requested, Customer/Dealer Furnished and Installed 1 Fill in Blank - TFT Crossfire 350 0029304 No Nozzle Req'd 1 351 0046857 Deluge Mount, For TFT Crossfire Monitor, TFT Manual Extend -A -Gun Only 1 352 0723726 Speedlay Module Not Required 1 353 0722432 Hose Restraint Not Required, No Speedlay Module 1 354 0723395 Speedlays, Not Required 1 355 0723394 Speedlays, Not Required 1 356 0029167 Crosslays Sngl Sheet Unpainted, (2+) 1.50", Std. Cap 2 Qty, Crosslays - 2 357 0029196 Not Required, 2.50" Crosslay 1 2/15/2024 4:58 PM Bid #: 899 Page 11 Line Option Type Option Description Qty 358 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting 1 Qty, - 01 359 0029260 Not Required, Speedlays 1 360 0750536 Hose Restr, Spdly, Not Required, No Spdly 1 361 0034554 SP Crosslays, 6.00" Lower Than Standard 1 362 0764515 SP Scuffplate, Brushed S/S, Front & Rear Wall of Crosslay 2 Location - on the painted surfaces of the crosslays Qty, - 02 363 0015412 Foam Sys, Akron Eductor 3126-125 (Single Agent) 1 Discharge - Forward crosslay 364 0012126 Not Required, CAF Compressor 1 365 0552517 Not Required, Refill, Foam Tank 1 366 0031896 Demonstration, Foam System, Dealer Provided 1 367 0005448 Foam Cell, 40 Gallon, Not Reduce Water 1 Type of Foam - Class "A" Foam, Brand Name - national 368 0091036 Drain, 1.00" Foam Tank #1 1 369 0091079 Not Required, Foam Tank #2 1 370 0091112 Not Required, Foam Tank #2 Drain 1 371 0746445 Approval Dwg, Pump Operator's Panel, Includes Color And Label Tags 1 Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg - 33243 372 0035570 Pump Panel Configuration, No Match Required 1 373 0629224 Material, Pump Panels, Side Control Black UL -LX 1 Material Finish, Pump Panel, Side Control - Black UL -LX Material, Pump Panel, Side Control - Aluminum 374 0721765 Panel, Pump Access - Right Side Only, Side Control 1 Latch, Pump Panel Access, Side Mount - Raised Trigger, Black 375 0005945 Light, Pump Compt 1 376 0586382 Gauges, Engine, Included With Pressure Controller 1 377 0005601 Throttle, Engine, Incl'd w/Press Controller 1 378 0739224 Indicator Light @ Pump Panel, Throttle Ready, Incl w/Pressure Gov/Throttle,Green 1 379 0549333 Indicators, Engine, Included with Pressure Controller 1 380 0745568 Indicator Light, Pump Panel, Ok To Pump, Green 1 381 0763096 Fittings, Compression IPO PTC, All Pump Panel Gauges 1 382 0069390 Control, Air Horn At Pmp Pnl, Red Button 1 383 0511078 Gauges, 4.00" Master, Class 1, 30"-0-600psi 1 384 0511100 Gauge, 2.00" Pressure, Class 1, 30"-0-400psi 1 385 0032297 Gauge, Flowmeter, Class 1, IAT 1 Qty, Gauges/Disc. - 01 Discharge w/Flowmeter - 4" PS LD discharge 386 0604123 Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro, w/Remote Light Driver 1 387 0750438 Water Level Gauge, Win PSTANK2, LED 1 -Light, 4 -Level 2 Qty, - 02 Activation, Water Level G - pg) pump in gear Location, Water Level Gauge, Multi -Select - Each Side Custom Cab Color, Trim - Chrome Trim 388 0604354 Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360-A00, Class "A" 1 389 0593161 Light Shield, S/S LED 1 390 0682261 Light Shield/Step 8", DS LED, P25 LED Step Lt 1 391 0682498 Light Shield/Step 8", PS LED, P25 LED Stp Lt 1 392 0606694 Air Horns, (2) Hadley, 6" Round, eTone, In Bumper 1 393 0606833 Location, Air Horns, Bumper, Each Side, Inside Frame (Pos #3 & #5) 1 394 0757092 Control, Air Horn, Multi Select 1 395 0898102 SP Control, Air Horn, Ft Sw, RS Prk Brk Interlocked 1 396 0757084 Control, Air Horn, Horn Ring 1 397 0039791 Switch, Disable Air Horn Foot Switches 1 Location - Driver side switch panel 398 0006133 Siren, Code 3 3692 100W or 200W 1 399 0510206 Location, Elect Siren, Recessed Overhead In Console 1 Location, Elec Siren - Overhead, PS Inside Sw Pnl 400 0748306 Control, Elec Siren, Multi Select 1 2/15/2024 4:58 PM Bid #: 899 Page 12 Line Option Type Option Description Qty 401 0805709 Control, Elec Siren, Horn Ring, Interlock 1 Control, Interlocks - No Interlocks 402 0601375 Speaker, (1) Code 3, PB100C, Chrome 1 Connection, Speaker - siren head 403 0601551 Location, Speaker, Frt Bumper, Recessed, Right Side, Outside Frame,Outbrd(Pos 1 1) 404 0895310 Siren, Federal Q2B 1 Finish, Q2B Siren - Chrome 405 0006095 Siren, Mechanical, Mounted Above Deckplate 1 Location, Siren, Mech - a) Left 406 0748305 Control, Mech Siren, Multi Select 1 407 0748280 Control Mech Siren, Horn Ring 1 408 0740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw Pnl 1 409 0746353 Not Required, Warning Lights Intensity 1 410 0812509 SP Lightbar, Hiviz,FT-HVC-OMEN-84, 84" , HVC 1 411 0641779 Bracket, Lightbar, Forward Offset, FR Raised Roof Cab 1 412 0815377 SP Lightbar, Hiviz,FT-HVC-OMEN-24, 2-24" , HVC 1 Lightbar Location, Cab/Crew Cab - c)over the cab doors 413 0812499 SP Light, Front Zone, Hiviz FT-HVC-GSMJR-WN-"*, Q BzI 4Its, HVC 1 Color, Lt DS Frnt Outside - Left Red Color, Lt PS Frnt Outside - Right Red Color, Lt DS Front Inside - Left Red Color, Lt PS Front Inside - Right Red Color, Q Bezel and Trim - Polished Chrome 414 0620063 Light, Front, Win Dominator Plus DP8 30.36", 8 -Red, Behind Low Grl Mt 1 415 0756747 SP Flash Pattern,WIn Dominator To Phasing In/Out 1 416 0812500 Lights, Side Zone Lower, HiViz, Separated into Front, Middle, Rear, HVC 1 417 0896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401-0000-20 Strip Light 1 Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Over Window 418 0895060 Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR Strip Light 1 Color, Trim - Chrome Trim Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Low and Outside 419 0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof 1 420 0819486 SP Lights, Side, Hiviz FT-HVC-GSMJR-WN-**, HVC 8 Location, Lights - each side of bumper, behind crew cab door, over rear wheel. 2 on each side of the body in the upper area spaced half way between the front and middle floodlights and halfway between the rear and middle floodlights ref J#26472 Qty, - 08 Color, Lights, Warning - Red and White Control, Light - b) side warning Color, Trim - Chrome Trim 421 0815499 SP Lights, Side, HiViz FT -G14-* LED, Mounted In Rub Rail, 1st 4 Location, Lights - Center of each rub rail Total 6 Qty, - 04 Color, Lights, Warning - gia) red Control, Light - b) side warning Color, Trim - Chrome Trim 422 0815854 SP Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN-**, HVC For Housing 1 Color, Lt DS Rear - Left Red Color, Lt PS Rear - Right Red Color, Trim - Chrome Trim 423 0815482 SP Lights, Rear, Hiviz FT-HVC-GSMJR-WN-**, 1st, HVC 2 Location - rear body Qty, - 02 Color, Lights, Warning - Amber Flashing Control, Light - f) emerg master Color, Trim - Chrome Trim 424 0006700 Mounting, Lights, Recess In Rear Bulkhead (pair) 1 Location - one (1) each side on upper corners of bulkheads Qty, Lights, Pair - 1 2/15/2024 4:58 PM Bid #: 899 Page 13 Line Option Type Option Description Qty 425 0820200 SP Lights, Rear/Side Up Zone, Hiviz FT-HVC-GSMJR-WN-"', 4Its, HVC 1 Color, Lt, Side Rear Upper DS - Red Color, Lt, Side Rear Upper PS - Red Color, Lt, Rear Upper DS - Red Color, Lt, Rear Upper PS - Red Color, Trim - Chrome Trim 426 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 427 0537807 Mounting, Rear Warn Lights, Side Sheets & On Rear Bulkheads 1 428 0781579 Receptacle, 15/20A 120V 3 -Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Cab 1 Qty, - 01 Location 1 - DS RF EMS compartment. Lower inboard corner AC Power Source - Shoreline Cover, Receptacle - Interior SS Wall Plate(s) 429 0519934 Not Required, Brand, Hydraulic Tool System 1 430 0007150 Bag of Nuts and Bolts 1 Qty, Bag Nuts and Bolts - 1 431 0816508 NFPA Required Loose Equipment, Pumper, NFPA 2024, Provided by Fire 1 Department 432 0816941 Soft Suction Hose, Provided by Fire Department, NFPA 2024 1 433 0027023 No Strainer Required 1 434 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department 1 435 0816937 Extinguisher, 2.5 Gal. Pressurized Water, NFPA 2024, Provided by Fire Department 1 436 0816998 Axe, Flathead, Provided by Fire Department 1 437 0817000 Axe, Pickhead, Provided by Fire Department 1 438 0741569 Paint Process / Environmental Requirements, Appleton 1 439 0709846 Paint, Two -Tone Color, Velocity/Impel 1 Paint Color, Upper Area, Predefined - #10 White Shield, Cab - High Shield-Velocity/Impel Paint Color, Lower Area, Predefined - #90 Red Paint Break, Cab - Standard Two -Tone Cab Break 440 0709845 Paint, Single Color, Body 1 Paint, Body - Match Lower Cab 441 0646897 Paint Chassis Frame Assy, E -Coat, Standard 1 Paint Color, Frame Assembly, Predefined - Standard Black 442 0693797 No Paint Required, Aluminum Front Wheels 1 443 0687653 Paint, Rear Wheels, Single Axle, Alum -SU 1 Paint, Wheels - Powder Coat Black #101 444 0733739 Paint, Axle Hubs 1 Paint, Axle Hub - Lower Job Color 445 0639088 Compartment Paint, 909017, Nightspots 1 446 0544087 Reflective Band, 6" 1 Color, Reflect Band - A - a) white 447 0510041 Reflective across Cab Face, ImpNel 1 448 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper 1 Color, Rear Chevron DG - yellow 449 0027341 Jog, In Reflective Stripe, Single or Multiple 1 Qty, - 1 450 0679885 Stripe, Sign Gold Outline Above & Below Reflective Band 1 Qty, - 01 451 0567374 Stripe, Black Outline each Chevron Stripe @ Rear (Not Warranted) 1 452 0087355 Stripe, Reflective, 6" Inside Compt Door 2 Location - each exterior access EMS compt door Color, Reflect Band - A - e) black Qty, - 02 453 0065687 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective - e) black 454 0679822 Stripe, Sign Gold, Two -Tone Paint Break with Shield, IPO Chrome Molding 1 455 0594559 Lettering Specifications, (Sign Gold Process) 1 456 0685932 Lettering, Sign Gold, 3.00", (41-60) 1 Outline, Lettering - Outline and Shade 457 0686084 Lettering, Reflective, 3.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline 2/15/2024 4:58 PM Bid #: 899 Page 14 Line Option Type Option Description Qty 458 0686082 Lettering, Reflective, 3.00", (1-20) 1 Outline, Lettering - Outline 459 0685732 Lettering, Sign Gold, 14.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline and Shade 460 0685817 Lettering, Sign Gold, 4.00", Each 13 Qty, Lettering - 13 Outline, Lettering - Outline and Shade 461 0776253 SP Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair 1 Qty, - 1 462 0632430 SP Emblem, Helmet Logo w/Sign Gold Lettering America's Bravest 1 Qty, - 1 Location, Emblem - D1/P1 463 0695610 Emblem, Reflective, Per Dept. Submittal, Each 1 Qty, - 01 Location, Emblem - rear roll up door Size, Dept Seal, Reflect - 22" - 24" 464 0654570 Emblem, Vinyl, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - crew cab windows Size, Dept Seal, Vinyl- 13"-15" 465 0657001 SP Emblem, Reflective, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - cab doors Size, Dept Seal, Reflect - 12" - 14" 466 0769765 Lettering, Numerals, Grille, Painted w/ Outline (2) 1 467 0000000 STF Equipment Mounting 1 468 0031972 Manuals, Two (2), Fire Apparatus Parts, Custom Chassis 1 469 0002905 Manuals, (2) Chassis Service, Custom 1 470 0032433 Manuals, Two (2) Chassis Operation, Custom 1 471 0030008 Warranty, Basic, 1 Year, Apparatus, WA0008 1 472 0611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 1 473 0696698 Warranty, Engine, Cummins, 5 Year, WA0181 1 474 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1 475 0595767 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 1 476 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 1 477 0733306 Warranty, Single Axle, 5 Year, Meritor, General Service, WA0384 1 478 0652758 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 1 479 0019914 Warranty, Structure, 10 Year, Custom Cab, WA0012 1 480 0744240 Warranty, Paint, 10 Year, Cab, Pro-Rate, WA0055 1 481 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 1 482 0695416 Warranty, Pierce Camera System, WA0188 1 483 0647720 Warranty, Pierce LED Strip Lights, WA0203 1 484 0046369 Warranty, 5-year EVS Transmission, Standard Custom, WA0187 1 485 0685945 Warranty, Transmission Cooler, WA0216 1 486 0688798 Warranty, Water Tank, Lifetime, UPF, Poly Tank, WA0195 1 487 0596025 Warranty, Structure, 10 Year, Body, WA0009 1 488 0693127 Warranty, Gortite, Roll-up Door, 6 Year, WA0190 1 489 0734463 Warranty, Pump, Waterous, 7 Year Parts, WA0382 1 490 0648675 Warranty, 10 Year S/S Pumbing, WA0035 1 491 0641372 Warranty, Foam System, Not Available 1 492 0595820 Warranty, Paint, 10 Year, Body, Pro-Rate, WA0057 1 493 0595412 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 1 494 0819254 Certification, Vehicle Stability, CD0196 1 495 0808580 Certification, Engine Installation, ImpNel, Cummins X10, 2027 1 496 0686786 Certification, Power Steering, CD0098 1 497 0892701 Certification, Cab Integrity, ImpelNelocity FR, CD0190 1 498 0548950 Certification, Cab Door Durability, Velocity/Impel, CD0001 1 499 0548967 Certification, Windshield Wiper Durability, ImpelNelocity, CD0005 1 500 0667411 Certification, Electric Window Durability, Velocity/Impel FR, CD0004 1 501 0549273 Certification, Seat Belt Anchors and Mounting, ImpNelNel SLT, CD0018 1 2/15/2024 4:58 PM Bid #: 899 Page 15 Line Option Type Option Description Qty 502 0735950 Certification, Cab HVAC System Perf, Vel/Imp FR, 1 C D0166/C D 0168/C D0176/C D 0177 503 0545073 Amp Draw Report, NFPA Current Edition 1 504 0002758 Amp Draw, NFPA/ULC Radio Allowance 1 505 0799248 Appleton/Florida BTO 1 506 0000018 PUMPER, 2ND GEN 1 507 0000012 PIERCE CHASSIS 1 508 0004713 ENGINE, OTHER 1 509 0046395 EVS 3000 Series TRANSMISSION 1 510 0020011 WATEROUS PUMP 1 511 0020009 POLY TANK 1 512 0028087 EDUCTOR FOAM SYSTEM 1 513 0020006 SIDE CONTROL 1 514 0020007 AKRON VALVES 1 515 0020014 FRONT SUCTION 1 516 0020015 ABS SYSTEM 1 517 0658751 PUMPER BASE 1 2/15/2024 4:58 PM Bid #: 899 Page 16 3/13/24, 3:22 PM Bid Award Contract: FSA23-VEF17.0, Fire & Rescue Vehicles, Boats, and Equipment Group: Pumper - Level 2 Custom - Medium 4 Door Item: 119, Pierce Manufacturing Inc., Enforcer Zone Nationwide Award Report 1 VendorLink Rank Vendor Price Build File Primary Ten -8 Fire & Safety, LLC $761,075.00 Build https://www.myvendorlink.com/external/award?s=137262&i=119 2/2 2/15/24, 6:02 PM Legend: Option Not Present in Category Bid 899: 2024 - Clearwater FY28 - Velocity Pumper Velocity Chassis (Med Block), 2010 Clearwater Price Level: 48 Price: 51 ,150,871.87 0520877 Comparison Report Required Fill in Blank 38965 Proposal Comparison 1 Pulse Catego DJp $0.00 Feature Values Differ Showing Differences Only 73.08 % Different Price Difference: $411,482.52 Bid 1160: FSA Spec - Enforcer Level 2 Custom Pumper Enforcer Chassis Price Level: 48 Price: $739,389.35 0816491 Comply NFPA 1900 Changes Effective Jan 1, 5286.41 # ") 0610784 Comply NFPA 1901 Changes Effective Jan 1, $286.41 2024, With Exceptions 2016, With Exceptions 0816495 Certification, Vehicle Inspection Program, NFPA $0.00 0891947 Certification, Vehicle Inspection Program, NFPA $0.00 1901 1900 0000114 Inspection Trip(s) $0.00 0536644 Customer Service Website $0.00 Fill in Blank five (5) travel, lodging and meals for the Qty, two (2) 0816569 Performance Bond, Not Requested, PPI Terms 50.00 0597598 Velocity Chassis (Med Block), 2010 579,374.91 50.00 0000110 Wheelbase Wheelbase 184.50 inches 0000070 GVW Rating GVW rating 43500 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/ImpNel/DCF 50.00 $1,810.56 0508848 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 50.00 Ib, ImpNel 537,417.51 0087572 Shock Absorbers, KONI, TAK-4, 50.00 Qtm/AXT/ImpNel/DCF/Enf 0530464 Axle, Rear, Meritor RS24-160, 24,000 Ib, 513,788.40 ImpNel/Dash CF 0122076 Suspen, Rear, Standens, Spring, 24,000lb, 53,845.16 ImpNel 57,229.41 0654750 Wheels, Rear, Alcoa-Accuride, 22.50" x 9.00", 52,779.61 0030264 Suspension, Front TAK-4, 19,500 Ib, Qtm/AXT/ImpNel/Enf/SFR 0585004 Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 ply, Single Aluminum -Steel, Hub Pilot, Single 0807703 Performance Bond, Not Requested 0649754 Enforcer Chassis 0000110 Wheelbase Wheelbase 184.50 50.00 $18,435.93 50.00 0000070 GVW Rating $0.00 GVW rating 47,000 lbs 0729280 Frame Rails, 13.38 x 3.50 x .375, Enforcer $17,847.81 0637911 Axle, Front, Dana, D -2000F, 20,000 Ib Saber $11,989.95 FR/Enforcer 0637913 Suspension, Front, Standens, Taper Leaf, 20,000 $3,317.46 Ib, Saber FR/Enforcer 0000321 Shock Absorbers on Front Axle, Monroe 50.00 Magnum 65, Saber/Enforcer 0640711 Axle, Rear, Dana S26-190, 27,000 Ib 511,952.62 Saber/Enforcer 0565380 Suspen, Rear, Single Slipper Spring, 27,000 Ib, 54,012.35 Saber/Enforcer 0782552 Tires, Rear, Goodyear, Endurance RSA, 55,824.17 12R22.50, LRH, Single 0665668 Wheels, Rear, Alcoa, 22.50" x 8.25", Alum Dura- 54,840.41 Bright -Alum, Hub Pilot, Single 0801909 Lug Nut, Covers, Chrome 5171.04 0003245 Axle Hub Covers w/center hole, S/S, Front Axle $147.92 https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 1/33 2/15/24, 6:02 PM 0544802 Chocks, Wheel, SAC -44-E, Folding, (Up to 44" Diameter Tires) Qty, Pair one (1) pair $778.59 0544806 Mounting Brackets, Chocks, SAC -44-E, Folding, $543.98 Horizontal Location, Wheel Chocks one (1) forward and one (1) rearward of the left side rear tire Qty, Pair one (1) pair 0820509 ESC/ABS/ATC Wabco Brake System, Single Rear $11,430.71 Axle, NFPA 1900 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 0000730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00" 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 0000785 Brake Reservoirs, Three Paint Color, Air Tanks same as frame color 0813346 Inlet/Outlet, Air, w/Disconnect Fitting Location, Air Coupling(s) in the driver side lower step well of cab Qty, Air Coupling (s) One (1) air inlet/outlet $0.00 $0.00 $0.00 $0.00 $949.59 0012034 Moisture Ejector, Manual, Remote Mounted $667.28 Location Under LS3 Qty, Man. Moist Ejector Three (3) manual moisture ejectors 0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle 0808533 Engine, Cummins X10, 450 hp, 1250 Ib -ft, W/OBD, EPA 2027, ImpNel 0811409 Not Required, Engine Contingency Adjustment 0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine Switch, Engine Brake high, medium and low setting $1,966.96 $243,674.65 $0.00 $8,441.34 0552334 Clutch, Fan, Air Actuated, Horton Drive Master $0.00 0123135 Air Intake, w/Ember separator, ImpNel $0.00 Proposal Comparison 1 Pulse 0001960 Axle Hub Covers, Rear, 5/5, High Hat (Pair) $311.58 0602478 Chocks, Wheel, Pumper, NFPA, Provided by Fire $0.00 Department, NFPA 2016 0544690 Mounting Brackets, Chocks, Provided by Fire $0.00 Department 0010670 ABS Wabco Brake System, Single rear axle 0690932 Brakes, Bendix, ADB -22X, 17" Disc, Front 0627930 Brakes, Bendix, Cam, Rear, 16.50 x 8.63" 0735527 Air Compressor, Brake, Wabco 26.8 CI, Paccar $7,597.45 $883.87 $905.87 $0.00 0637584 Brake Reservoirs, 5,376 Cubic Inch Minimum $0.00 Capacity, Saber FR/Enforcer Paint Color, Air Tanks 0000854 Air Inlet, w/Disconnect Coupling Location, Air Coupling(s) forward in the driver side lower step well of cab Qty, Air Coupling (s) One (1) air inlet $536.81 0805934 Engine, Paccar MX13, 510HP, 1850 lb-ftW/OBD, $165,033.06 EPA 2024, Saber FR/Enforcer 0735687 Engine Brake, Fully Integrated, Paccar MX13 Engine Switch, Engine Brake high, medium and low setting $5,891.45 0607623 Clutch, Fan, Air Actuated, Horton Drive Master, $61.78 Compression Fitting 0640477 Air Intake, Metal Screen, Saber FR/Enforcer $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 2/33 2/15/24, 6:02 PM 0814375 Exhaust System, Horizontal, Right Side Exhaust, Diffuser an aluminized steel exhaust diffuser Exhaust, Material/Finish aluminized steel Location, Diffuser Termination be flush with the body rub rail Tip, Exhaust a curved tip pointed downward on the end 0787999 Radiator, ImpelNelocity 0722487 Cooling Hoses, Gates Silicone and Rubber Combination, Velocity Proposal Comparison 1 Pulse $157.24 0794743 Exhaust System, 5", X12/X15, MX13, Engine, $0.00 Horizontal, Right Side $0.00 ? 0788765 Radiator, Saber FR/Enforcer $0.00 0788718 Radiator Coolant, Peak Final Charge Global OAT, $781.31 Red 0051125 Fuel Tank, 75 Gallon, Left Side Fill, Qtm/AXTNeI/Imp/DCF/SFR/Enf Finish polished stainless steel 0692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring Flip Door Door, Material & Finish, DEF Tank polished stainless steel 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd $0.00 $279.00 $0.00 0582243 Shutoff Valves, Fuel Line @ Primary Filter, $435.14 Cummins 0699437 Cooler, Chassis Fuel, Not Req'd. $0.00 0698720 Fuel Cap Retaining Chain With Holder $67.94 0606925 Access, With Cab Raised, Fuel Filter and Shutoff $0.00 Valves 0887559 Trans, Allison 6th Gen, 3000 EVS P, $33,507.54 w/Prognostics, ImpNel/SFR/Enf 0625329 Transmission, Shifter, 5-Spd, Push Button, 3000 $0.00 EVS 0090176 Mode, Downshift, Aggressive downshift to 3rd, $196.68 w/engine brake, 5 speed 0801878 Fluid, 3000 Series Trans, Allison Approved TES- $386.19 668 Synthetic, IPOS, Custom 0001370 Driveline, Spicer 1710 $3,623.51 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton $0.00 Pump, w/Cooler 0001544 Not Required, Steering Assist Cylinder on Front $0.00 Axle 0509230 Steering Wheel, 4 Spoke without Controls 0722490 Cooling Hoses, Gates Silicone and Rubber Combination - Custom 0001125 Fuel Tank, 65 Gallon, Left Side Fill $0.00 $1,060.83 $0.00 0889521 DEF Tank, 7.3 Gallon, LS Fill, Under Cab, Paccar, $0.00 Lift Up Fill Dr, Spring, ENF Door, Material & Finish, DEF Tank polished stainless steel 0552777 Fuel Pump for Repriming 0552712 Not Required, Shutoff Valve, Fuel Line 0891206 Cooler, Engine Fuel, Paccar MX13 0690880 No Selection Required From This Category 0887546 Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, ImpNel/SFR/Enf $655.57 $0.00 $1,015.69 $0.00 $48,747.69 0625331 Transmission, Shifter, 6-Spd, Push Button, 4000 $0.00 EVS 0001375 Driveline, Spicer 1810 $3,623.51 0734212 Steering, Dual Gear, TRW TAS -65, w/tilt, Paccar $1,303.38 Pump w/ Cooler, Enf, Paccar $0.00 0509229 Steering Wheel, 2 Spoke $0.00 https://apps.piercemfg.com/Fae. Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesOnl... 3/33 2/15/24, 6:02 PM 0690274 Logo/Emblem, on Dash Text, Row (1) One Clearwater Text, Row (2) Two Fire Text, Row (3) Three Rescue $0.00 0524744 Bumper, 22" Extended, Steel, Painted, ImpNel $3,883.63 0616489 Tray, Hose, Center, 22" Bumper, Inside Air $617.43 Horns, 13" Deep, ImpNel Capacity, Bumper Tray 125' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating 0728443 Hose Restraint, Bumper Tray, 1" Nylon Webbing, $267.14 Passenger Side Mount, Fasteners Type of fastener 1.00" side release 0760795 Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, Radius Lip Capacity, Bumper Tray 150' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating $1,221.05 0728504 Hose Restraint, Bumper Tray, 1" Nylon Webbing, 5234.11 Outboard Mounted, Fasteners Type of fastener 1.00" side release 0510226 Lift & Tow Package, ImpNel, AXT, Dash CF 50.00 0522573 Tow Hooks Not Required, Due to Lift and Tow $0.00 Package 0698960 Coating, Top Flange, Front Bumper, Outside Exterior, UL -LX Coating, Black 0668315 Cab, Velocity FR, 7010 Raised Roof 0724237 Engine Tunnel, ISL, Mech Fasteners, ImpelNelocity FR $601.22 $70,650.35 50.00 0818272 Cab Insulation, Extreme Climate, ImpelNelocity 55,779.24 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate $0.00 0122465 Cab Lift, Elec/Hyd, ImpNel 0123176 Grille, Bright Finished, Front of Cab, Velocity 50.00 50.00 Proposal Comparison Pulse 0559647 Pierce Logo on Horn Button 0012245 Bumper, 19" Extended, Saber FR/Enforcer $0.00 $3,787.81 0640196 Tray, Hose, Center, 19" Bumper, Inside Air Horns $617.43 Capacity, Bumper Tray 100' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating 0633479 Hose Restraint, Bumper Tray, Velcro Straps, Pair $177.77 Qty, Pair one (1) pair 0614646 No Lift & Tow Package, ImpNel, AXT, SFR/Enf 0002270 Tow Hooks, Chrome 0648332 Cab, Enforcer, 7010 0747442 Engine Tunnel, X12, MX13, Enforcer 0633594 Rear Wall, Interior, Adjustable Seating 0632103 Rear Wall, Exterior, Cab, Saber FR/Enforcer Material, Exterior Rear Wall painted job color 0639727 Cab Lift, Elec/Hyd, Manual Override, Saber FR/Enforcer 50.00 $0.00 573,406.82 50.00 50.00 $0.00 $245.20 0695930 Grille, Bright Finished, Front of Cab, Enforcer 50.00 https://apps.piercemfg.com/Fae.Pulse.Web/ProposaVCompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 4/33 2/15/24, 6:02 PM 0752555 Scuffplate, 5/5, Striker Side, Cabinet Door(s), $363.40 Each Location D5 and PS EMS compartment exterior access doors Material Trim/Scuffplate polished stainless steel Qty, two (2) 0029007 Scuffplates, On Rear Corners of Cab Material Trim/Scuffplate polished stainless steel $682.10 0002224 Scuffplates, S/5 At Cab Door Jambs, 4 -Door Cab $986.93 Material Trim/Scuffplate polished stainless steel 0527032 Trim, S/S Band, Across Cab Face, Rect Lights, $0.00 Velocity Material Trim/Scuffplate polished stainless steel Turnsignal Covers no covers 0015440 No Chrome Molding, On side of cab 0559131 Mirrors, Forward Mtd, Remote, Pierce One - Eleven, LED Turn Signal Finish, Arm Cover chrome Finish, Mirror Head chrome 0667921 Door, Half -Height, Velocity FR 4 -Door Cab, Raised Roof Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 0655511 Door Panel, Brushed Stainless Steel, ImpelNelocity 4 -Door Cab $0.00 $3,001.07 $0.00 $463.68 0667905 Storage Pockets w/ Elastic Cover, Recessed, $0.00 Overhead, ImpelNelocity FR 0667902 Controls, Electric Windows, All Cab Doors, ImpelNelocity FR 0606691 Steps, 4 -Door Cab, Dual, 2" Larger Middle and Bottom Steps, ImpNel Light, Step, Additional a white $0.00 $1,610.54 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED $1,156.28 Backlit, 4 -Door Cab Color, Handrail Light red Control, Handrail Light with a separate switch in the cab and when the parking brake is applied Proposal Comparison 1 Pulse 0647932 Not Required, Trim, S/S Band, Across Cab Face, $0.00 AXT/Saber/Enforcer 0087357 Molding, Chrome on Side of Cab 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex $0.00 $1,250.90 0648170 Door, Half -Height, Saber FR/Enforcer 4 -Door $0.00 Cab, Raised Roof Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 0655543 Door Panel, Brushed Stainless Steel, Saber/Enforcer 4 -Door Cab $0.00 0528958 Not Required, Controls, Electric Window, AXT, $0.00 Quantum, Saber, Enforcer 0638310 Steps, 4 -Door Cab, Saber FR/Enforcer Step Well Material aluminum treadplate $302.25 0770194 Handrail, Exterior, Knurled, Alum, 4 -Door Cab $0.00 https://apps.piercemfg.com/Fae. Pulse.Web/ProposaUCompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 5/33 2/15/24, 6:02 PM 0892637 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1 Lt Per Step Color, Trim chrome housing 0002140 Fenders, S/S on Cab 0592071 No Windows, Side of Crew Cab, Vel/Imp 0568605 Not Required, Interior Trim, No Cab Side Windows 0509286 Not Required, Windows Rear of Crew Cab, ImpNel $37.26 $1,084.67 -$150.02 $0.00 $0.00 0558334 Not Required, Trim, Cab Rear Windows, No Rear $0.00 Windows 0887710 Window Coatings, Solar Film 0814268 Fasteners, S/S, Rain Drip, IATS 0123686 Drip Rail, Cab Roof, ImpelNelocityNelocity SLT 0803382 Guard, Radiator, 5/5, Below Cab Grille, Lettering, Laser Cut, AXT/Imp/Vel Fill in Blank CLEARWATER 0773956 Work Surface, 3/16" Alum, Full Engine Tunnel, Upper 36.5, Lower Lip, Vel/Imp FR Lip 2.00" Material Finish, Cab Interior painted to match the cab interior 0748671 Cab Interior, Vinyl, Velocity FR, CARE Color, Cab Interior Vinyl/Fabric 36 oz black vinyl 0667943 Cab Interior, Paint Color, ImpelNelocity FR Color, Cab Interior Paint black, vinyl texture paint $3,625.32 $940.75 $409.65 $1,607.00 $1,101.68 $0.00 $0.00 0509532 Floor, Rubber Padded Cab & Crew Cab, ImpNel, $0.00 Dash CF Proposal Comparison ( Pulse 0892638 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 6Its Color, Trim chrome housing 0002141 Fenders, s/s on cab - Saber/Enforcer 0042105 No Windows, Side of Crew Cab $180.15 $1,084.67 -$328.34 0779033 Not Required, Windows Rear of Crew Cab, Saber $0.00 FR/Enforcer 0722796 Dash, Poly, Saber FR/Enforcer $0.00 0750824 Cab Interior, Vinyl Headliner, Saber FR/Enforcer, $0.00 CARE Cab Interior Rear Wall Material painted aluminum Color, Cab Interior Vinyl/Fabric 36 oz dark silver gray vinyl Engine Tunnel Cover painted aluminum to match the cab interior 0753903 Cab Interior, Paint Color, Saber FR/Enforcer $0.00 Color, Cab Interior Paint gray, vinyl texture paint 0052100 Floor, Rubber Padded, Cab & Crew Cab, Saber/Enforcer $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/ProposaVCompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 6/33 2/15/24, 6:02 PM 0819169 HVAC, Extreme -Duty, ImpelNelocity FR, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers HVAC System, Filter Access hinged with two (2) thumb latches Paint Color, A/C Condenser cover to be painted #10 white $21,672.02 0567443 Grab Handles, DS & P5 Door Post & Passenger $135.86 Dash panel, ImpNel 0122516 Fluid Check Access, ImpNel Latch, Door, Storage Southco C2 black powder coated raised trigger latch 0583040 Frontal Impact Protection 0622618 Seating Capacity, 5 Seats $27.36 $3,379.75 $0.00 0697006 Seat, Driver, Pierce PS6, Premium, Air Ride, High $4,089.24 Back, Frontal Impact, PRIMARY 0696991 Seat, Officer, Pierce P56, Premium, Air Ride, $2,990.81 SCBA, Frontal, PRIMARY 0002517 Not Required, Radio Compartment $0.00 0754652 Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, $4,022.57 Roll, Ext Acc, ImpNel Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D -ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized finish, locking with #751 key Door, Exterior Stop web strap Light, Short Cabinet one (1) white LED strip light installed on the left side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuffplate, Material/Finish a polished stainless steel scuffplate Shelf/Tray, Cabinet two (2) infinitely adjustable shelves with a 0.75" up -turned lip Proposal Comparison 1 Pulse 0722696 HVAC, Standard -Duty, Enforcer, CARE Auxiliary Cab Heater one (1)31,000 BTU auxiliary heater with 560 SCFM of air flow provided in each outboard rear facing seat risers with a dual scroll blower. An aluminum plenum incorporated into the cab structure used to transfer heat to the forward positions HVAC System, Control Loc. within panel position #12 HVAC System, Filter Access secured with four (4) screws Plenum Cover Material a formed plastic cover $17,307.17 0634328 Grab Handles, Driver and Officer Door Posts, $0.00 Saber FR/Enforcer 0631830 Fluid Check Access, Saber FR/Enforcer, Arrow XT $0.00 Latch, Door, Storage flush lift and turn latch 0583039 Not Required, Side Roll and Frontal Impact Protection $0.00 0622617 Seating Capacity, 6 Seats $0.00 0636957 Seat, Driver, Pierce PSV, Air Ride, High Back, $2,387.99 PRIMARY, SFR/Enf 0636946 Seat, Officer, Pierce PSV, Fixed, SCBA, PRIMARY, $1,321.47 SFR/Enf 0620420 Radio Compartment, Below Non -Air Ride Seat, $0.00 Saber FR/Enforcer Latch, Door, Storage flush lift and turn latch 0632852 Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, $1,187.96 PRIMARY, SFR/Enf https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 7/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Roll, Ext Acc, ImpNel Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D -ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized finish, locking with #751 key Door, Exterior Stop web strap Light, Short Cabinet one (1) white LED strip light installed on the right side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuffplate, Material/Finish a polished stainless steel scuffplate Shelf/Tray, Cabinet two (2) infinitely adjustable shelves with a 0.75" up -turned lip $3,965.11 0740001 Seat, Fwd Fcng C/C, LS Otbrd, Pierce P56, Base, $1,792.29 SCBA, 17" Btm,3" Inbrd,SECONDARY 0649764 Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, $1,792.30 SCBA, 17" Btm, SECONDARY 0739999 Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, $1,792.29 SCBA, 17" Btm,3" Inbrd,SECONDARY 0651182 Scuffplate, Cabinet, Interior Door Pan, Cab $378.83 Location D5 and P5 EMS cabinets external doors Material Trim/Scuffplate brushed stainless steel Qty, two (2) 0543991 Bracket, Air Bottle, Hands -Free II, Cab Seats Qty, four (4) $4,199.58 0690610 Embroidery, Seats, Cab and Crew Cab $1,266.03 Qty, Seats Embroidery five (5) seats 0734952 Door, Access, Front, (2) Rear Facing Seat Risers, $428.05 No Heater Latch, Door, Storage Southco C2 black powder coated raised trigger latch Louvers, Cabinet louvers provided on the door of the cabinet for ventilation Material Finish, Cab Interior painted black 0632848 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, $1,187.96 PRIMARY, SFR/Enf 0108189 Not Required, Seat, Forward Facing C/C, LS $0.00 Outboard 0613600 Seat, Fwd Fcng C/C, Ctr, (2) Pierce PSV, SCBA, 11" $2,375.92 Sp, SECONDARY, SFR/Enf 0108190 Not Required, Seat, Forward Facing C/C, RS $0.00 Outboard 0065740 Bracket, Air Bottle, Zico, ULLH, Load & Lock, In $0.00 Cab Seats Qty, five (5) https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesOnl... 8/33 2/15/24, 6:02 PM Proposal Comparison I Pulse 0678689 Compt, Enclose, Forward Facing Seat Riser, $490.47 VEL/IMP/Qtm/SFR/Enf Location under center forward facing rear crew seat Qty, one (1) 0603867 Seat Belt, ReadyReach Seat Belt Color red $0.00 0604864 Seat Belt Height Adjustment, 5 Seats, ImpNel, $341.54 Dash CF 0627014 Pick Not Required, Seat Belt Color Selected in $0.00 Seat Belt Category 0817557 Helmet Storage, Provided by Fire Department, $0.00 NFPA 2024 0896451 Enhanced Software for Cab and Crew Cab Dome $0.00 Lts 0631779 Light, Map, Overhead, Round Halogen, AXT/ImpNel 12vdc power from directly to the battery switched power $0.00 0727858 Light, Map, Sunnex SL9-200*25L LED Clear Lens, $1,033.29 Swivel Joint, 25 Deg Optics 12vdc power from directly to the battery switched power Color, Trim black housing Location over Officer left shoulder Qty, one (1) 0816997 Portable Hand Light, Provided by Fire Dept, $0.00 NFPA 2024 0554191 Handlight, Streamlight, Fire Vulcan, 44451, C4 $673.39 LED, Tail Lights, 12v, Orange Location, Lights to be installed at final inspection. wiring location to be at either side of the rear engine tunnel Qty, Lights two (2) lights 0568369 Cab Instruments, Ivory Gauges, Chrome Bezels, $0.00 ImpelNelocity 2010 0509511 Air Restriction Indicator, ImpNel, AXT, Dash CF, $0.00 Enf MUX 0603866 Seat Belt, Dual Retractor, ReadyReach, Saber $0.00 FR/Enforcer Seat Belt Color red 0602464 Helmet Storage, Provided by Fire Department, $0.00 NFPA 2016 0602637 Portable Hand Light, Provided by Fire Dept, $0.00 Pumper NFPA 2016 Classification 0644187 Cab Instruments, Black Gauges, Black Bezels, Saber FR/Enforcer Emergency Switching multiple individual warning light switches for various groups or areas of emergency warning lights. An Emergency Master switch provided on the instrument panel that enables or disables all individual warning light switches is included $461.22 0002544 Air Restriction Indicator - Pierce Chassis $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/ProposaUCompareProposals/ 104215?compareTo=121847&forReverseJobLookup=False&differencesOnl... 9/33 2/15/24, 6:02 PM 0543751 Light, Do Not Move Apparatus Alarm, Do Not Move Truck activate a pulsing alarm 0509042 Messages, Open Dr/DNMT, Color Dsply, 0611681 Switching, Cab, Membrane, ImpelNelocity/Quantum, Dash CF, AXT WiFi MUX Location, Emerg Sw Pnls driver side overhead $89.54 $0.00 $0.00 0555915 Wiper Control, 2 -Speed with Intermittent, MUX, $293.60 ImpelNelocity 0583273 Wire, 18-ga. Spare, Dual Wire 1st Location behind panel #10 (wrap around console) Location 2 Behind driver's seat Qty. one (1) 0790556 Wire, CAT 6, terminated, Spare, Qty, 1st Location behind driver's seat Location 2 in wrap around center console behind panel #10 Qty, one (1) 0820894 Wiring, Spare, 15 A 12V DC, Batt Dir, 1st NFPA1900 12vdc power from directly to the battery power Location, Wiring PS RF interior compartment. lower outboard wall (for suction charger) Wire termination with heat shrinkable butt splicing 0820897 Wiring, Spare, 15 A 12V DC, Batt Dir, 2nd NFPA1900 12vdc power from directly to the battery power Location, Wiring behind panel location #10 in center dash extension Wire termination with heat shrinkable butt splicing $168.45 $519.17 $188.06 $188.06 Proposal Comparison 1 Pulse 0543751 Light, Do Not Move Apparatus Alarm, Do Not Move Truck activate a steady tone alarm $10.79 0637359 Not Required, Door Open Indicator w/Do Not $0.00 Move Truck Light, Enf/Saber FR 0632738 Switching, Cab Instrument Lower Console & $0.00 Overhead, Rocker, Enforcer 0802940 Wiper Control, 2 -Speed with Intermittent, Saber FR/Enforcer Location, Wiper Control located on the left side of the center instrument panel $0.00 https://apps.piercemfg.com/Fae. Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 10/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900 5137.06 m 12vdc power from directly to the battery switched power Location behind driver's seat Qty, one (1) Wire termination with heat shrinkable butt splicing 0821674 Wiring, Spare, 60A 12V DC 1st NFPA1900 $282.29 12vdc power from directly to the battery switched power Location behind driver's seat Qty, one (1) Wire termination with 3/8"studs and plastic covers 0743033 Bin, Center Dash Console 50.00 0814201 Vehicle Information Center, 7" Color Display, $3,036.59 Touchscreen, MUX, CL714 System Of Measurement US Customary 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 Subscription, HMS R2V the transponder and a 5 year cellular plan, plus a 5 year extended cellular data plan, for a total of 10 years cellular data plan subscription $1,772.57 0606247 Vehicle Data Recorder w/CZ Display Seat Belt 51,420.95 Monitor 0692961 Cable, Motorola HKN6169, 17' Mobile 2 -way 5297.94 Radio, Remote Head Location behind driver's seat Location 2 behind panel #3 Qty, one (1) 0665245 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, Remote Head Location behind driver's seat Location 2 behind panel #6 Qty, one (1) $321.77 0616382 Install Customer Provided GPS/Multimode $522.42 Antenna(s) Qty, one (1) 0763646 Vehicle Information Center, LCD On Gauge $0.00 Cluster Only, Sab/Enf System Of Measurement US Customary 0734857 Collision Mitigation, HAAS Alert (R2V), HA5 50.00 Subscription, HMS R2V the transponder and a 5 year cellular plan subscription 0610240 Vehicle Data Recorder w/Seat Belt Monitor 51,821.31 https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 11/33 2/15/24, 6:02 PM Proposal Comparison Pulse 0694166 Antenna Mount, Larsen NMOKHFUDTHK, 0- $198.98 6000MHz Location best roof location Location 1 Behind Driver's seat Qty, one (1) 0817058 Camera, Pierce, LS Mux, R Camera, 5D, CL714 Camera System Audio emitted by an amplified speaker on the ceiling behind the driver $1,072.02 0814831 Not Required, Camera Switcher $0.00 0511071 Guard, 4 -Way, Rear Vision Camera Location above B1 compartment, please match previous Qty. one (1) 0896458 Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT Color, Antenna white WiFi antenna Module Housings electronic control modules to include black housings, a power indicator and status indicator 0896456 Prognostics, Electrical System $166.00 $2,036.15 $0.00 0816093 ClearSky Telematics, Remote Fleet & On -scene $2,377.24 Management, AT&T Commercial Subscription, Telematics 5 year subscription 0730603 Electrical System, Velocity ESP, Cummins, Paccar $0.00 0123174 Battery Compartment, ImpNel $0.00 0822649 Charger, Sngl Sys, Kussmaul, LPC 80, 091-206- $3,124.56 12, 80 Amp 0814949 Location, Crew Cab, Charger, Forward Facing $339.82 Seat Riser, Center Position 0813919 Panel, Charger Display, Kussmaul, Included w/ $220.67 Charger 0770460 Shoreline, 20A 120V, Kussmaul Auto Eject, 091- 55-20-120, 091 -55 -234 -XXX Br Cvr Color, Kussmaul Cover red Qty, one (1) Shoreline Connection battery charger and cab receptacle $1,021.20 0624241 Electrical Power/Signal Protection & Control, Enforcer $0.00 0624256 Electrical System, Enforcer Hard Wired $0.00 0002698 Battery Compartment, Saber/Enforcer $0.00 0036234 Receptacle, Battery Charging, Cab Step Area, $0.00 Driver's Side 0012778 No Pick Required, Battery Charger Location $0.00 0530960 Not Required, Remote Battery Charger Indicator $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesO... 12/33 2/15/24, 6:02 PM 0026800 Shoreline Location Location, Shoreline(s) on the driver side of bumper extension 0647728 Alternator, 430 amp, Delco Remy 5551 0676572 Switch, Rocker Style, Load Manager 0532857 Programming, Step Lights, Activated w/Prk Brk, IAT 0627524 Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear. 0092582 Load Manager/Sequencer, MUX Enable/Disable Hi -Idle to not be controlled by the load manager 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/DCF/Enf/Imp/Sa bNel Color, Headlight Bez headlights to include chrome bezels 0648425 Light, Directional, Win 600 Cmb, Cab Crn, ImpNel/AXT/Qtm/DCF Color, Lens, LED's the same color as the LED's $130.87 $5,351.71 $145.31 $182.36 $149.58 $405.26 $2,462.92 $0.00 0736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, $0.00 Others With Visor Lt 0815852 Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Turn & Backup LED, Quad Color, Trim chrome housing 0085910 Lights, Backup Included in Signal Cluster $2,406.27 $0.00 0763285 Alarm, Floyd Bell, Announcer, Fasten Seatbelts, $474.72 3Sec, 85 to 90dB Location, Alarm in the crew cab 0769569 Lights, Perimeter Cab, Amdor AY-LB-12HWO12 $853.09 LED 4Dr 0769572 Lights, Perimeter Pump House, Amdor AY -LB- $489.54 12HW020 LED 2Its Proposal Comparison Pulse 0647729 Alternator, 320 amp, Delco Remy 4051 $4,519.97 0644176 Load Manager, Integrated In Electrical System, $686.81 Saber FR/Enforcer 0648596 Headlights, Rectangular Halogen, AXT/Dash $0.00 CF/Saber/Enforcer 0804651 Light, Directional, Win M62T* LED, Above $868.75 Headlights, Sab/Enf Color, Lens, LED's lens color(s) to be the same as the LEDs Color, Trim chrome trim Flash Pattern, Directional Lts Steady On (Arrow) 0647802 Lights, Clearance/Marker/ID, Front, P25 LED 5 $0.00 Lts, Saber FR/Enforcer 0647899 Lights, Directional/Marker, Cab Front Side, Weldon 9186-8580-29 LED, Sab/Enf 0804514 Lights, Tail, Win M62BTT* Red Stop/Tail & M62T* Amber Dir Arw For Hsg Color, Lens, LED's lens color(s) to be the same as the LEDs Flash Pattern, Directional Lts Steady On (Arrow) $69.08 $1,535.57 0806466 Lights, Backup, Win M62BU, LED, For Tail Lt $963.76 Housing 0556842 Bezels, Win, (2) M6 Chrome Pierce, For mtg (4) $815.50 Win M6 lights 0687604 Lights, Perimeter Cab, Truck -Lite 6060C LED 4Dr, $801.04 Grommet Mt 0617866 Lights, Perimeter Pump House, Truck -Lite 6060C $380.21 LED 2lts https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesO... 13/33 2/15/24, 6:02 PM 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 $902.24 LED 2Its, Rear Step Control, Perimeter Lts a switch within reach of the driver is activated and the ignition switch activates the side facing lights 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", $375.81 Brkt Location, Additional Perimeter Lights one (1) light under compartment 01 and one (1) light under compartment P1 Qty, Lights two (2) lights 0896454 Enhanced Software for Perimeter Lts $0.00 0622040 Lights, Step, P25 LED 4Its, Pump Pnl Sw, Cab Sw $982.13 0609064 Trim, SS Polished Arround Recessed Light At the $592.25 Rear of the Apparatus. Location D5 and P5 rear Qty, two (2) 0749399 Light, Visor Mt, Win S72M**, 72" Cnt Feature $6,153.57 Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts bya switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs 0774948 Lights, Win, P*H1* Pioneer, 12 VDC, 2nd Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts when the cab or crew cab doors on the passenger's side are open and by the same control that has been selected for the passenger's side flood light(s) Location High and rear of P5 crew door Mount, Win!! light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics flood optics $2,313.51 Proposal Comparison l Pulse 0683575 Lights, Perimeter Body, Truck -Lite 6060C LED $284.55 2ts, Rear Step Control, Perimeter Lts the parking brake is applied 0556360 Lights, Step, P25 LED 4Its, Pump Pnl Sw $606.39 https://apps. piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 14/33 2/15/24, 6:02 PM 0775524 Lights, Win, P*H1* Pioneer, 12 VDC, 1st Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts when the cab or crew cab doors on the driver's side are open and scene lights to be controlled by the same control that has been selected for the driver's side flood light(s) Location High and rear of DS crew door Mount, Win 11 light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics flood optics 0774017 Lights, Win, P*H1* Pioneer, 12 VDC, 3rd Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts by a switch at the driver's side switch panel Location One D5 and one PS rear Match 33243 Mount, Win 11 light(s) to be installed in a 15 degree vertical recessed bracket Qty, two (2) Scene Light Optics with flood optics 0728518 Lights, Win, S72M** 72" 12VDC, LS Body Color, Win Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lts bya switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location center over LS2 on catwalk Qty, one (1) $2,313.51 $4,454.20 $6,044.06 Proposal Comparison 1 Pulse 0733343 Lights, HiViz FT-GESM* LED 1st Color, Lt Housing HiViz light(s) to include chrome optic holders, chrome bezels and black fixture body Control, Scene Lts by a switch at the driver's side switch panel Location forward and rearward on the left side body Qty. two (2) 0733336 Lights, HiViz FT-GESM* LED 2nd Color, Lt Housing HiViz light(s) to include chrome optic holders, chrome bezels and black fixture body Control, Scene Lts by a switch at the driver's side switch panel Location forward and rearward on the left side body Qty, two (2) $2,877.48 $2,877.48 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 15/33 2/15/24, 6:02 PM 0728517 Lights, Win, S72M** 72" 12VDC, RS Body Color, Win Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lts by a switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location center over R52 on catwalk Qty, one (1) $6,044.06 0532358 Not Required, Deck Lights, Other Hose Bed & $0.00 Rear Lighting 0645668 Lights, Front of Hose Bed, Win 7000ELZR LED $555.18 Control, Hose Bed Lts by a switch located at the driver's side pump panel Light Bracket with no mounting bracket Light Guard with no guard Location mounted high and centered on cross divider Qty, one (1) 0645677 Lights, Not Required, Rear Work, Alt. 12 Volt Lights At Rear Body $0.00 0787447 Lights, Walk Surf, Dual LED Light Strips, Cargo $0.00 Area, Bdy Stp Lt 0007883 Switch, Master, Pump Panel Lights $290.82 0013303 Tank, Water, 500 Gallon, Poly, Med, New York $13,199.40 Style 0541296 Dome, Foam Fill, Location Location Match 33243. On the D5 front corner of upper portion of water tank 0010011 Fill Dome Special Location Location, Tank Dome Match 33243 - in line and rearward of foam dome 0635329 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper $0.00 $0.00 $1,651.51 0553725 Restraint, Water Tank, Heavy Duty, Special Type $680.15 Tank, 4x4, or Export Proposal Comparison 1 Pulse 0689891 Lights, Deck, Win (2) PFBP12C LED Rear Flood Lights Switch, Scene Lt Cntrl control from a switch at the rear of the truck $1,614.36 0645877 Lights, Hose Bed, Sides, Dual LED Light Strips $806.36 Control, Hose Bed Lts by a cup switch at the rear of the apparatus no more than 72.00" from the ground 0645681 Lights, Not Required, Rear Work, Deck Lights At $0.00 Rear 0709438 Lights, Walk Surf, FRP Flood, LED 0028245 Tank, Water, 750 Gallon, Poly, Med 0028107 Not Required, Foam Cell Modification 0633066 Sleeve, Through Tank Qty, Sleeve One (1) sleeve Water Tank Sleeve - Plumbing/Hydraulic Diameter a 3.00" pipe $0.00 $11,709.65 $0.00 $495.52 0553729 Not Required, Restraint, Water Tank, Heavy Duty $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 16/33 2/15/24, 6:02 PM 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height Fill in Blank 62" Material Trim/Scuffplate brushed stainless steel 00034.81 Hose Bed Capacity, Special Capacity, Hosebed starting from the driver's side: 400' of 2.5", 300' of 3", 300' of3 , 1100' of 5'; 150' of 1.75" and 200' of 1.75" 0083488 Divider, Hose Bed, .25" Unpainted Qty, Hosebed Dividers Three (3) hosebed dividers $2,622.18 $0.00 $3,003.70 0807436 Hose Restraint, Hose Bed, Web, Top, Separate $1,656.00 From Rear Fastener, Top Restraint, Front Velcro Fastener, Top Restraint, Rear velcro with bungee cord and hook Fastener, Top Restraint, Sides Velcro straps 0807424 Hose Restraint, Hose Bed, Web, Rear, Separate $622.42 From Top Fastener, Rear Restraint, Bottom Velcro straps and footman loops Fastener, Rear Restraint, Top Velcro straps 0040083 Divider, Unpainted, Extruded, Additional Location Install two in the center of the hose bed Match previous unit 33243 Qty, two (2) 0695401 Running Boards, 14.75" Deep, Rear45 Degree Corner 0681766 Tailboard, 16" Deep, Full Width, Extended Substructure, Angled Corners 0690027 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall 0889214 Tow Eyes, w/Tow Bar, 2G Pumper $1,460.73 $131.13 $1,749.78 $0.00 $407.64 0590926 Hose Restraint, Running Board, Velcro Straps $355.55 Location, Hose Tray, Running Board one (1) in each side running board Qty, Tray, Hose Two (2) hose trays Proposal Comparison l Pulse 0126633 Hose Bed, Aluminum, Pumper $0.00 0627877 Hose Bed Capacity, 1000' of 5.00", 1000' of 3.00" $0.00 0003488 Divider, Hose Bed, Unpainted Qty, Hosebed Dividers One (1) hosebed divider 0589278 Hose Restraint, Hose Bed, Velcro Strap on Top, 2" Heavy Nylon Web at Rear Nylon Web Color black Type of fastener 2.00" cam buckle Type of fastener, Rear velcro 0013512 Running Boards, 12.75" Deep 0689621 Tailboard, 16" Deep 0690037 Wall, Rear, Smooth Aluminum/Body Material Material, Rear Wall Inboard Facing Surfaces aluminum diamondplate $729.47 $745.59 $0.00 $0.00 $0.00 0889713 Tow Eyes, 2G Pumper $0.00 0590926 Hose Restraint, Running Board, Velcro Straps $177.77 Location, Hose Tray, Running Board in the right side running board Qty, Tray, Hose One (1) hose tray https://apps. piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 17/33 2/15/24, 6:02 PM 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose Location, Hose Tray, Running Board one (1) in each side running board Qty, Tray, Hose Two (2) hose trays 0023650 LS 152" Rollup, Full Height Front & Rear, FDLER 0692733 Doors, Rollup, Gortite, Side Compartments Color, Roll -up Door, Gortite painted one (1) color to match the lower portion of the body Latch, Roll -up Door, Gortite A polished stainless steel lift bar to be provided for each roll -up door Qty, Door Accessory six (6) compartment doors Proposal Comparison 1 Pulse $1,454.17 © 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose Location, Hose Tray, Running Board in the right hand side running board Qty, Tray, Hose One (1) hose tray $727.09 $6,808.38 0083686 LS 152" Rollup, Full Height & Depth Front & Rear $8,508.09 $0.00 s 0692733 Doors, Rollup, Gortite, Side Compartments Color, Roll -up Door, Gortite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel lift bar to be provided for each roll -up door Qty, Door Accessory six (6) compartment doors 0098470 Compt, Flush Rear, Rollup, 30.75" FF, 25.88" D $1,221.61 0692746 Door, Gortite, Rollup, Rear Compartment Color, Roll -up Door, Gortite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel lift bar with locking key latches to be provided for each roll -up door. The keys to be Model 751 to match all compartment and cab doors 0509489 Scuffplate, S/S, Rear Ladder Rack Arm Location D5 Qty, Scuffplates One (1) scuffplate -$74.89 $145.62 0016023 Scuffplate, Polished S/S On Rear Outside Edge of $753.31 Body 0618000 Guard, S/S for "D" Latch Handle on Access Door, $422.81 Each Location Each door at pump panel next to crosslays Mount on inside of slam latch so back boards cannot hit lock and unlock Qty, two (2) 0019845 Guard, Drip Pan, S/S, Rollup Door Location, Door Accessory all body compartment doors Qty, Door Accessory seven (7) compartment doors 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker Location, Compartment Lights LS1, LS3, R51, R53 and 81 Qty, five (5) $1,368.35 $1,399.78 0083703 Compt, Rear, Rollup, 58.00" FF, 25.88" D 0692746 Door, Gortite, Rollup, Rear Compartment Color, Roll -up Door, Gortite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel lift bar to be provided for each roll -up door 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker Location, Compartment Lights all body Qty, seven (7) -$1,083.29 $834.22 -$180.55 $1,959.69 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 18/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0689538 Lights, Compt, Pierce, LED Light Strip, 54", $482.26 Additional Location, Lights P2 and D2 mounted horizontal on ceiling Qty, two (2) 0687146 Shelf Tracks, Painted Location, Shelf Track R53 Qty, Shelf Track one (1) set of tracks $183.56 0600350 Shelves, Adj, 500 Ib Capacity, Full Width/Depth, $306.93 Predefined Locations Location, Shelves/Trays, Predefined in R53 centered between the floor and the ceiling Material Finish, Shelf painted nightspots Qty, Shelf one (1) shelf 0726394 Partition, Trans Rear Compt, Notched Fill in Blank a pike pole tube (broom storage) w/ open ends to pass through from R51 to LS1 Location upper/forward (of body) corner Location, Partition left and right side rear compartments Qty, Partition Two (2) partitions 0003995 Grating, Alum in Compt Location LS3 Qty, Comp. Accessory one (1) $798.00 $195.48 0820754 No Louvers, Delete Standard Compt Louvers, $164.49 Per Compt, Non-NFPA 2024 Location B1 Qty, Comp. Accessory compartments 0687146 Shelf Tracks, Painted Location, Shelf Track L51, L52, LS3, R51, R52, R53 and B1 Qty, Shelf Track seven (7) sets of tracks $1,284.91 0600350 Shelves, Adj, 500 Ib Capacity, Full Width/Depth, $3,563.92 Predefined Locations Location, Shelves/Trays, Predefined in R51 in the lower third, in RS2 in the lower third, in RS3 in the lower third, in R53 in the upper third, in R52 in the upper third, in R51 in the upper third, in B1 in the lower third, in L51 in the lower third, in L52 in the lower third, in L53 in the lower third, in L53 in the upper third, in L52 in the upper third and in L51 in the upper third Material Finish, Shelf painted spatter gray Qty, Shelf 13 shelves 0709690 Tray, 250 Ib Slide -out, 2" Sides - Adj. Height, $1,492.31 Predefined Locations Location, Shelves/Trays, Predefined determined at a later date Material Finish, Tray with a brushed finish Qty, Tray (slide -out) two (2) slide -out trays https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 19/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0009729 Pac Trac, Installed on Compartment Walls Location rear upper tank wall of RS2, L51, LS2 and LS3 Qty, Comp. Accessory four (4) 0696950 High Rise Pack Storage, Curved Mount, Inside Compt, Each Dimensions 7.25" by 3" high. Location RS1 Location, Bracket/comp. Match 33243 - the mounts will be positioned 49.25" off the compartment floor to the top of curve. One (1) bracket to be 11" to center of bracket off rear wall and one (1) 31" to center off rear wall. Qty, Comp. Accessory two (2) Size 9.25" $5,146.83 $1,318.09 0004016 Rub Rail, Aluminum Extruded, Side of Body $0.00 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner Material Finish, Fender Liner painted to match the lower body color $1,196.71 0621021 Handrails, Side Pump Panels, Per Print, Hansen $753.49 Knurled Alum Tubing, LED Backlit Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls 0778825 Handrails, Beavertail, Hansen Tubing, Knurled $422.66 Aluminum, LED Backlit, RS Only Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls 0739825 Handrails, Rear, (3), (1) Above (2) Below, Hansen,Below Knurled Alum LED Backlit Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls 0749600 Compt, Air Bottle, Fender Panel, Double, Vertical, SouthCo C2 Latch Location, Bracket/comp. RS rear fender Qty, Air Bottle Comp one (1) air bottle compartment $1,530.55 51,382.05 0024016 Rub Rail, Aluminum Extruded, Side & Rear of 5359.45 Body 0784811 Fender Crowns, Rear, Stainless, w/Removable 51,196.71 Liner Material Finish, Fender Liner unpainted brushed stainless 0626229 Handrails, Side Pump Panels, Per Print 50.00 0004126 Handrails, Beavertail, Standard $0.00 0004146 Handrail, Rear, Below Hose Bed, Full Width $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 20/33 2/15/24, 6:02 PM 0657651 Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert, Air Bottle Compt black rubber matting and "W" shaped insert formed of composite materials Latch, Air Bottle Compt Southco raised trigger C2 chrome lever latch Location, Fender Compt on the left side forward of the rear wheels and on the right side forward of the rear wheels Qty, Air Bottle Comp two (2) air bottle compartments 0028934 Rack, Ladders, Hydraulic, LS, Air Clamps Ladder Rack Lock Enclosure/Light Mounting Bracket A polished stainless steel enclosure shall be provided over the hydraulic ladder rack locks at the front and rear on the left side to cover the ladder rack locks (2) and provide mounting for any rear warning lights. Location, Hydraulic Ladder Rack Controls at the pump panel adjacent to the ladder rack 0756375 Lights, Hyd Lad Rack Deployed, Truck -Lite 15**** Color, Lens, LED's warning light lens color(s) to be clear Color, Light amber flashing LEDs Trim, T -L 15 chrome trim $3,286.04 $15,129.79 $0.00 0761307 Mounting Clips, Folding Ladder, Hydraulic $250.33 Ladder Rack Location, Folding Ladder Storage on the outboard side of the hydraulic ladder rack when in the stored position 0024499 Arm, Rear, Offset, Hydraulic Rack 2000, Recess $1,114.75 Light 0040714 Ladder, Mounting, 2000 Rack Special Arrangement Fill in Blank They want the 14' ladder to load first so the first one off will be the 24' $299.17 0795582 Bracket, Mounting, Surf Board, Inboard of $606.32 Hydraulic Ladder Rack Fill in Blank 11'L x 24"W x 5" thick on the ends; however the board is curved so there is 7" in the center. Also, the fin is 10.75" talL Location inboard of hydraulic rack similar to when FISH is mounted there Proposal Comparison 1 Pulse 0657651 Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert, Air Bottle Compt black rubber matting Latch, Air Bottle Compt chrome plated flush lift & turn latch Location, Fender Compt on the left side forward of the rear wheels, on the right side forward of the rear wheels and on the right side rearward of the rear wheels Qty, Air Bottle Comp three (3) air bottle compartments $3,692.44 0049958 Ladders Btwn Tank & S.Sht, RS, Extended Rear, $6,674.25 Enclosed, RPH Door, Material & Finish, Ladder Storage smooth aluminum Hinge Location on the left side Latch, Door Ladder Storage D -handle latch Material Trim/Scuffplate bright aluminum treadplate 0733796 Trough, Folding Ladder, Ladder Storage Btwn $279.47 Tank & S.Sht Location, Left Side, Right Side right side https://apps.piercemfg.com/Fae.Pulse.Web/ProposalCompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 21/33 2/15/24, 6:02 PM 0725371 Compt w/Door, Backboard, Over Pump Access, Backboard/Stokes/Long Tool Compt either side Door, Material & Finish, Storage polished stainless steel Hinge Location along the rearward edge Latch, Door, Storage Southco M1 push to close flush mounted stainless steel handle latch Location, BB/Stokes/Long Tool Storage Over Pump forward of the cargo area Qty, Backboard Troughs two (2) storage troughs Size, Backboard, Predefined 72.00" long x 18.00" wide x 3.00" high $2,310.52 0816920 Pike Pole, Provided by Fire Department, NFPA $0.00 2024 Pike Pole Make/Model Fire Hooks Unlimited 10' all purpose hook model APH-10 Qty, one (1) 0816918 Pike Pole, 6', Provided by Fire Department, NFPA $0.00 2024 Pike Pole Make/Model Fire Hooks Unlimited 6 foot roof hook Qty, one (1) 0058193 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head Location on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes one (1) pike pole $306.32 0784210 Tubes, Alum, Long Tool Storage, 2.50" Diameter, $404.11 Trans Through Rr Compt Location upper front corner of 81, open ends flush with partitions for transverse pass through, per write up at final Qty, one (1) 0785102 Steps, Folding, Front of Body, Cargo Bed Access, $602.81 w/LED, Trident Coating, Step a luminescent tread coating, that is rechargeable from any light source and can hold a charge for up to 24 hours, Location, Steps full height on the right side Proposal Comparison Pulse 0789530 Pike Pole, 10' DUO Safety, Fiberglass Location pike pole storage in ladder compartment Qty, Pike Poles Two (2) pike poles 0549137 Not Required, Pike Pole, 6' 0004361 Tubes, Alum, Pike Pole Storage Location, Pike Pole Tube in ladder storage compartment Qty, Pike Pole Tubes two (2) pike poles 0024388 No Steps Required, Front Of Body $318.11 $0.00 $471.17 -$475.35 https://apps.piercemfg.com/Fae.Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 22/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0592994 Steps, Folding, Rear of Body, w/LED, Trident Coating, Step a luminescent tread coating, that is rechargeable from any light source and can hold a charge for up to 24 hours, $12.96 0005496 Pump House, Side Control, 45" $0.00 0035501 Pump House Structure, Std Height $0.00 0592994 Steps, Folding, Rear of Body, w/LED, Trident $12.96 Coating, Step a black tread coating 0007545 Pump House, Side Control, 45", Control Zone $0.00 0037731 Pump House Structure, Raised, Included with $0.00 Ladder Storage 0004425 Pump, Waterous, CSU, 1500 GPM, Single Stage $43,235.26 0649496 Pump, Hale, 050, 1500 GPM, Single Stage $37,404.65 0004481 Seal, Grafoil, Waterous $0.00 0011039 Seal, Mechanical, Hale, QFLO/QPAK/8FG- $0.00 Standard 0816447 Trans, Pump, Waterous C22 Series $0.00 0014477 Trans, Pump, Hale, Gear $0.00 0605126 Pump Shift, Air MnI Override, Split Shaft, $570.21 $ 0604308 Pump Shift, Air w/o Manual Override, Split Shaft, $1,681.27 Interlocked, Waterous 0746511 Valve, Relief Intake, TFT Pressure Setting 125 psig $3,673.56 0564941 Controller, Pressure, FRC, Pump Boss, PBA200 $4,555.71 0641743 Primer, Waterous, VPO Motor, (1) VAP Valve, (1) $1,206.25 Push Button Control 0603129 Plumbing, Stainless Steel and Hose, Single Stage $1,306.61 Pump 0795135 Plumbing, Stainless Steel, w/Foam System $0.00 0004686 Valve, Inlet(s) Recess Behind Panel, Side Cntrl Qty, Inlets two (2) inlets $1,344.51 0004680 Inlet, Right Side, 2.50" $1,723.55 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper Drain, Suction .75" valves with T swing handle. Inlet, Front, Plumbing stainless steel Inlet, Front, Valve 5.00" Bray butterfly valve Inlet, Size 6.00" inlet $12,487.88 0014823 Control, Front Inlet, Electric, w/Indicator Lights $1,206.84 Interlocked, Hale 0746508 Valve(s), Relief Intake, Trident Air Max, Control $3,673.55 Location Intake Relief Valve Control behind the right side pump panel with a stainless steel access door Pressure Setting 125 psig Qty One (1) 0794959 Controller, Pressure, Pierce, Pump Boss, PBA300 $4,557.43 0072153 Primer, Trident, Air Prime, Air Operated $917.34 0602512 Plumbing, Stainless Steel and Hose, Single Stage $0.00 Pump, Control Zone 0089437 Plumbing Without Foam System $0.00 0014650 Pump Suction Tube(s), Short, All $0.00 0016158 Valve, Inlet(s) Recessed, Side Cntrl, "Control $0.00 Zone" Qty, Inlets one (1) inlet 0029147 Not Required, Inlet, Right Side $0.00 https://apps.piercemfg.com/Fae.Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferences0... 23/33 2/15/24, 6:02 PM 0737987 Valve, Relief Intake, Front Inlet, TFT Pressure Setting 125 psig $1,020.32 0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain $2,374.06 Finish, Front Inlet Elbow/Adapter Chrome Inlet Bleeder quarter -turn style of bleeder Inlet, Size 6.00" inlet 0004788 Cap, Front Inlet, Long Handle, VLH $0.00 0037897 Front Suction, Max Clearance $280.72 0005091 Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x $0.00 2.50" MNST, VLH 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST $0.00 x 2.50" MNST, VLH 0816625 Outlet, Large Diameter, Right Side, Akron Valve $6,459.21 Outlet, Large Diameter, NST Adapter 4.00" MNST chrome Outlet, Large Diameter, Plumbing 4.00"plumbing Outlet, Large Diameter, Valve Actuation Pierce large handwheel with indicator 0649939 Outlet, Front, 1.50" w/2" Plumbing $3,318.02 Drain, Front Outlet automatic Fitting, Outlet 1.50" NST with 90 degree stainless steel swivel Location, Front, Single on the top of the left side of the front bumper 0633403 Front Outlet, Raised, On a Bright Aluminum $280.10 Treadplate Box 0004995 Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges Two (2) discharge outlets $5,864.36 0024930 Outlet, Rear, 1.50", Additional $4,920.34 Location P5 Qty, Discharges Two (2) discharge outlets 0065696 Not Required, Elbow, Rear Outlets, 1.50", $0.00 Additional 0091106 Outlet, 3.00" Deluge w/TFT Extend -a -Gun XG18, $6,165.72 Handwheel Proposal Comparison Pulse 0065091 Elbow, Left Side Outlets, 30 Degree, 2.50" FNST x $0.00 2.50" MNST, VLH 0759762 Elbow, Right Side Outlets, 30 Degree, 3.00" FNST $0.00 x 2.50" MNST, VLH 0005047 Outlet, 4" w/4" Right, Handwheel Valve, Brand Akron $6,326.65 0649939 Outlet, Front, 1.50" w/2" Plumbing $3,318.02 Drain, Front Outlet automatic Fitting, Outlet 1.50" NST with 90 degree stainless steel swivel Location, Front, Single in the center bumper tray 0004995 Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges One (1) discharge outlet $2,932.18 0092574 Not Required, Outlet, Rear, Additional $0.00 0085695 Not Required, Elbow, Rear Outlets, Large, $0.00 Additional 0005065 Outlet, 3.00" Deluge Riser $2,813.92 https://apps.piercemfg.com/Fae. Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 24/33 2/15/24, 6:02 PM 0770359 No Monitor Requested, Customer/Dealer Furnished and Installed Fill in Blank TFT Crossfire $0.00 0046857 Deluge Mount, For TFT Crossfire Monitor, TFT $0.00 Manual Extend -A -Gun Only Proposal Comparison 1 Pulse 0770359 No Monitor Requested, Customer/Dealer $0.00 Furnished and Installed Fill in Blank Monitor to be provided by the customer 0005070 Deluge Mount, NPT $0.00 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, $234.00 x 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting Elastic Netting Qty, one (1) 0034554 Crosslays, 6.00" Lower Than Standard 0764515 Scuffplate, Brushed S/S, Front & Rear Wall of Crosslay Location on the painted surfaces of the crosslays Qty, two (2) 0015412 Foam Sys, Akron Eductor 3126-125 (Single Agent) Discharge Forward crosslay $1,049.04 $751.23 $7,791.33 0031896 Demonstration, Foam System, Dealer Provided $0.00 0005448 Foam Cell, 40 Gallon, Not Reduce Water Foam, Brand Name national Type of Foam ClassA foam $2,672.34 0091036 Drain, 1.00" Foam Tank #1 $0.00 0746445 Approval Dwg, Pump Operator's Panel, Includes $0.00 Color And Label Tags Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg 33243 0035570 Pump Panel Configuration, No Match Required $0.00 0629224 Material, Pump Panels, Side Control Black UL -LX $919.91 Material Finish, Pump Panel, Side Control black UL -LX Material, Pump Panel, Side Control aluminum 0721765 Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black raised trigger latch $131.34 0069390 Control, Air Horn At Pmp Pnl, Red Button $252.69 0763096 Fittings, Compression IPO PTC, All Pump Panel $769.52 Gauges Qty, two (2) $468.00 0044333 Not Required, Foam System $0.00 0042573 Not Required, Foam System Demonstration $0.00 0045465 Not Required, Foam Tanks $0.00 0091110 Not Required, Foam Tank Drain $0.00 0746444 Approval Dwg, Color And Label Tags Only $149.58 0032479 Pump Panel Configuration, Control Zone $0.00 0629252 Material, Pump Panels, Side Control Black Vinyl $0.00 Material Finish, Pump Panel, Side Control black vinyl Material, Pump Panel, Side Control aluminum 0721765 Panel, Pump Access - Right Side Only, Side $0.00 Control Latch, Pump Panel Access, Side Mount black swell latch https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?comp areTo=121847&forReverseJobLookup=False&differences0... 25/33 2/15/24, 6:02 PM Proposal Comparison l Pulse 0032297 Gauge, Flowmeter, Class 1, IAT Discharge w/Flowmeter 4" PS LD discharge Qty, Gauges/Disc. one (1) 0604123 Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro, w/Remote Light Driver 0750438 Water Level Gauge, WIn PSTANK2, LED 1 -Light, 4 -Level Activation, Water Level G pump is in gear Color, Trim chrome trim Location, Water Level Gauge, Multi -Select one (1) each side rearward of crew cab doors Qty, two (2) $1,919.01 $1,425.73 = 0062586 Gauge, Water Level, Class 1, Pierce Std $1,165.30 0604354 Gauge, Foam Level, FRC, Tank Vision Pro, WLA $1,262.20 360-A00, Class "A" 0682261 Light Shield/Step 8", DS LED, P25 LED Step Lt $798.75 0682498 Light Shield/Step 8", PS LED, P25 LED Stp Lt $798.75 0606833 Location, Air Horns, Bumper, Each Side, Inside $0.00 Frame (Pos #3 & #5) 0757092 Control, Air Horn, Multi Select $0.00 0757084 Control, Air Horn, Horn Ring $187.49 0898102 Control, Air Horn, Ft Sw, RS Prk Brk Interlocked $477.51 0039791 Switch, Disable Air Horn Foot Switches $339.18 Location Driver side switch panel 0006133 Siren, Code 3 3692100W or 200W $810.77 0510206 Location, Elect Siren, Recessed Overhead In $0.00 Console Location, Elec Siren recessed in the passenger side inside switch panel 0748306 Control, Elec Siren, Multi Select $0.00 0805709 Control, Elec Siren, Horn Ring, Interlock $226.78 Control, Interlocks control is not interlocked 0601375 Speaker, (1) Code 3, PB100C, Chrome Connection, Speaker connected to the siren amplifier $883.64 0601551 Location, Speaker, Frt Bumper, Recessed, Right $0.00 Side, Outside Frame,Outbrd(Pos 1) 0748280 Control Mech Siren, Horn Ring $185.85 0006774 Not Required, Foam Level Gauge $760.71 $0.00 0606835 Location, Air Horns, Bumper, Each Side, Outside $0.00 Frame, Outboard (Pos #1 & #7) 0016065 Control, Air Horn, Horn Ring, PS Chrome Push $574.52 Button 0525667 Siren, Win 295SLSA1, 100 or 200 Watt $743.22 0510206 Location, Elect Siren, Recessed Overhead In $54.62 Console Location, Elec Siren recessed in the driver side center switch panel 0076156 Control, Elec Siren, Head Only 0601304 Speaker, (2) Win, SA315P, w/Pierce Polished Stainless Steel Grille, 100 watt Connection, Speaker connected to the siren amplifier $0.00 $1,809.84 0601559 Location, Speaker, Frt Bumper, Recessed, Each $0.00 Side, Inside Frame (Pos 3 & 5) 0748282 Control Mech Siren, Ft Sw LS $185.85 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 26/33 2/15/24, 6:02 PM 0740834 Sw, Siren Brake, Momentary Red, LS Overhead $335.44 Sw Pnl 0812509 Lightbar, Hiviz,FT-HVC-OMEN-84, 84" , HVC $9,904.09 0641779 Bracket, Lightbar, Forward Offset, FR Raised $268.19 Roof Cab 0815377 Lightbar, Hiviz,FT-HVC-OMEN-24, 2-24" , HVC $8,900.27 Lightbar Location, Cab/Crew Cab over the cab doors 0812499 Light, Front Zone, Hiviz FT-HVC-GSMJR-WN **, Q $3,394.50 Bzl 4Its, HVC Color, Lt DS Frnt Outside left side outside warning light to include red LEDs Color, Lt DS Front Inside left side inside warning light to include red LEDs Color, Lt PS Frnt Outside right side outside warning light to include red LEDs Color, Lt PS Front Inside right side inside warning light to include red LEDs Color, Q Bezel and Trim housing to be polished and the trim shall be chrome 0620063 Light, Front, Win Dominator Plus DP8 30.36", 8- $2,362.79 Red, Behind Low Gri Mt 0756747 Flash Pattern,Wln Dominator To Phasing In/Out $271.49 Proposal Comparison 1 Pulse 0748281 Control Mech Siren, Ft Sw RS $185.85 0740391 Sw, Siren Brake, Momentary Chrome Push $335.44 Button, RS 0651462 Lightbar, Win, Justice, LED, 4-R, 4 -RC LED, Clear $1,867.93 Lens 0016380 No Additional Lights Req'd, Side Zone Upper $0.00 0737406 Lights, Front Zone, Win M6** LED, Color Features, Above Headlts 2Its Color, Lens, LED's clear Color, Lt DS Front driver's side front warning light to be red Color, Lt PS Front passenger's side front warning light to be red Color, Trim chrome trim $944.67 0653937 Flasher, Headlight Alternating $145.69 Headit flash deactivation the hi -beam headlight switch is activated https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesO... 27/33 2/15/24, 6:02 PM Proposal Comparison I Pulse 0812500 Lights, Side Zone Lower, HiViz, Separated into $0.00 Front, Middle, Rear, HVC 0896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon $997.24 8401-0000-20 Strip Light Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located over the door window. 0895060 Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR Strip Light Color, Trim chrome trim Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located in the door pan as low and far to the outside as practical. 0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof $1,637.27 $0.00 0819486 Lights, Side, Hiviz FT-HVC-GSMJR-WN-**, HVC $6,619.18 Color, Lights, Warning light(s) to include red and white LEDs Color, Trim chrome trim Control, Light with the side warning switch Location, Lights each side of bumper, behind crew cab door, over rear wheel. 2 on each side of the body in the upper area spaced half way between the front and middle floodlights and halfway between the rear and middle floodlights ref J#26472 Qty, eight (8) 0815499 Lights, Side, HiViz FT -G14-* LED, Mounted In Rub Rail, 1st Color, Lights, Warning red Color, Trim chrome trim Control, Light with the side warning switch Location, Lights Center of each rub rail Total 6 Qty, four (4) $1,818.98 0540679 Lights, Side Zone Lower, Win M6*C LED, Clear Lens 2pr Color, Lt Side Front side front lights to be red Color, Lt Side Rear side rear lights to be red Location, Lights Front Side one (1) each side on the bumper extension Location, Lights Rear Side one (1) each side above rear wheels $1,952.42 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&d ifferencesO... 28/33 2/15/24, 6:02 PM 0815854 Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN **, $1,963.65 HVC For Housing Color, Lt DS Rear left side rear warning light to include red LEDs Color, Lt PS Rear right side rear warning light to include red LEDs Color, Trim chrome trim 0815482 Lights, Rear, Hiviz FT-HVC-GSMJR-WN**, 1st, $1,927.87 HVC Color, Lights, Warning light(s) to include amber flashing LEDs Color, Trim chrome trim Control, Light with the emergency master Location rear body Qty, two (2) 0006700 Mounting, Lights, Recess In Rear Bulkhead (pair) $750.93 Location one (1) each side on upper corners of bulkheads Qty, Lights, Pair one (1) pair 0820200 Lights, Rear/Side Up Zone, Hiviz FT-HVC-GSMJR- $3,275.63 WN-**, 4Its, HVC Color, Lt, Rear Upper DS rear upper light on the left side to include red flashing LEDs Color, Lt, Rear Upper PS rear upper light on the right side to include red flashing LEDs Color, Lt, Side Rear Upper DS side upper rear light on the /eft side to include red flashing LEDs Color, Lt, Side Rear Upper PS side upper rear light on the right side to include red flashing LEDs Color, Trim chrome trim 0537807 Mounting, Rear Warn Lights, Side Sheets & On $0.00 Rear Bulkheads 0781579 Receptacle, 15/20A 120V 3 -Pr 3-Wr, NEMA 5-20R $439.68 SB Dup, 1st, Interior Cab AC Power Source shoreline inlet Cover, Receptacle interior stainless steel wall plate(s) Location 1 DS RF EMS compartment. Lower inboard corner Qty, one (1) Proposal Comparison! Pulse 0564655 Lights, Rear Zn Lwr, Win M6*C LED, Clear Lens, For Tail Lt Housing Color, Lt DS Rear driver's side rear light to be red Color, Lt PS Rear passenger's side rear light to be red $967.59 0088745 Light, Rear Zone Up, Win L31 HRFN LED Beacon, $2,382.68 Red LED Color, Dome, Rear Warning both domes clear 0006615 Mounting, Rear Warn Lights, On Top of Compartment $0.00 https://apps.piercemfg.com/Fae.Pulse. Web/ProposaVCompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 29/33 2/15/24, 6:02 PM Proposal Comparison Pulse * 0649753 Not Required, PTO Driven Hydraulic Tool System $0.00 0816508 NFPA Required Loose Equipment, Pumper, $0.00 NFPA 2024, Provided by Fire Department 0602516 NFPA Required Loose Equipment, Pumper, $0.00 NFPA 2016, Provided by Fire Department 0816941 Soft Suction Hose, Provided by Fire Department, $0.00 0602407 Soft Suction Hose, Provided by Fire Department, $0.00 NFPA 2024 ;' ° Pumper NFPA 2016 Classification 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department $0.00 ' 0602538 Extinguisher, Dry Chemical, Pumper NFPA 2016 $0.00 Class, Provided by Fire Department 0816937 Extinguisher, 2.5 Gal. Pressurized Water, NFPA $0.00 ? 0602360 Extinguisher, 2.5 Gal. Pressurized Water, $0.00 2024, Provided by Fire Department Pumper NFPA 2016,Provided by Fire Dept 0816998 Axe, Flathead, Provided by Fire Department $0.00 0602679 Axe, Flathead, Pumper NFPA 2016 Classification, $0.00 Provided by Fire Department 0817000 Axe, Pickhead, Provided by Fire Department $0.00 § 0602667 Axe, Pickhead, Pumper NFPA 2016 Classification, $0.00 Provided by Fire Department 0709846 Paint, Two -Tone Color, Velocity/Impel Paint Break, Cab a standard two-tone cab paint break provided Paint Color, Lower Area, Predefined #90 red Paint Color, Upper Area, Predefined #10 white Shield, Cab a high cab shield provided $2,436.69 * 0709567 Paint, Single Color, Enforcer $0.00 Paint Color, Cab #90 red 0709845 Paint, Single Color, Body $0.00 Paint, Body painted to match the lower section of the cab 0687653 Paint, Rear Wheels, Single Axle, Alum-Stl $280.25 Paint, Wheels powder coat paint#101 black 0733739 Paint, Axle Hubs Paint, Axle Hub to match lowerjob color $0.00 0639088 Compartment Paint, 909017, Nightspots $2,476.18 0544087 Reflective Band, 6" Color, Reflect Band - A white $0.00 0510041 Reflective across Cab Face, ImpNel $157.35 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper $1,098.99 Color, Rear Chevron DG yellow 0027341 Jog, In Reflective Stripe, Single or Multiple $317.06 Qty. one (1) 0709845 Paint, Single Color, Body $0.00 Paint, Body painted to match the single cab paint color 0693792 No Paint Required, Aluminum Rear Wheels $0.00 0733739 Paint, Axle Hubs Paint, Axle Hub black #101 0007230 Compartment, Painted, Spatter Gray 0544111 Reflective Band, 10" Color, Reflect Band - A white $0.00 $0.00 $0.00 0007356 Reflective across Cab Face $157.34 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper $1,098.99 Color, Rear Chevron DG fluorescent yellow green 0669643 Stripe, Reflective, Inside Aluminum Rub Rail $138.89 Color, Reflect Band - A white Qty, four (4) https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 30/33 2/15/24, 6:02 PM Proposal Comparison 1 Pulse 0679885 Stripe, Sign Gold Outline Above & Below Reflective Band Qty, one (1) $3,054.54 0567374 Stripe, Black Outline each Chevron Stripe @ Rear $339.80 (Not Warranted) 0087355 Stripe, Reflective, 6" Inside Compt Door Color, Reflect Band - A black Location each exterior access EMS compt door Qty, two (2) $101.55 0065687 Stripe, Reflective, Cab Doors Interior $215.22 Color, Reflective black 0679822 Stripe, Sign Gold, Two -Tone Paint Break with $797.16 Shield, IPO Chrome Molding 0594559 Lettering Specifications, (Sign Gold Process) $0.00 0685932 Lettering, Sign Gold, 3.00", (41-60) $1,373.92 Outline, Lettering outline and shade 0685732 Lettering, Sign Gold, 14.00", Each Outline, Lettering outline and shade Qty, Lettering four (4) letters $932.64 0685817 Lettering, Sign Gold, 4.00", Each $547.98 Outline, Lettering outline and shade Qty, Lettering 13 letters 0686082 Lettering, Reflective, 3.00", (1-20) Outline, Lettering outline $422.01 0686084 Lettering, Reflective, 3.00", Each $84.40 Outline, Lettering outline Qty, Lettering four (4) letters 0776253 Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair $363.96 Qty, one (1) 0632430 Emblem, Helmet Logo w/Sign Gold Lettering $475.06 America's Bravest Location, Emblem D1/P1 Qty, one (1) 0065687 Stripe, Reflective, Cab Doors Interior $215.22 Color, Reflective white 0027286 Not Required, Lettering Specs $0.00 0007472 (Lettering not Requested] $0.00 https://apps.piercemfg.com/Fae. Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differences0... 31/33 2/15/24, 6:02 PM Proposal Comparison I Pulse 0654570 Emblem, Vinyl, Per Dept. Submittal, Each $543.07 Location, Emblem crew cab windows Qty, two (2) Size, Dept Seal, Vinyl 13.00"-15.00" 0657001 Emblem, Reflective, Per Dept. Submittal, Each $574.58 Location, Emblem cab doors QtY, two (2) Size, Dept Seal, Reflect 12.00" - 14.00" 0695610 Emblem, Reflective, Per Dept. Submittal, Each $423.90 Location, Emblem rear roll up door Qty, one (1) Size, Dept Seal, Reflect 22.00" - 24.00" 0769765 Lettering, Numerals, Grille, Painted w/ Outline $1,278.90 (2) 0000000 Equipment Mounting $10,000.00 0031972 Manuals, Two (2), Fire Apparatus Parts, Custom $520.51 Chassis 0002905 Manuals, (2) Chassis Service, Custom $1,309.75 0032433 Manuals, Two (2) Chassis Operation, Custom $0.00 0611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 0696698 Warranty, Engine, Cummins, 5 Year, WA0181 $0.00 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year $0.00 WA0201 0595767 Warranty, Frame, 50 Year, Velocity/Impel, $0.00 WA0038 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 $0.00 $0.00 0733306 Warranty, Single Axle, 5 Year, Meritor, General $0.00 Service, WA0384 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 $0.00 0695416 Warranty, Pierce Camera System, WA0188 $0.00 0734463 Warranty, Pump, Waterous, 7 Year Parts, $0.00 WA0382 0772003 Manual, Fire Apparatus Parts, USB Flash Drive, $520.51 Custom Qty. two (2) 0624037 Manual, Chassis Service, (1) Hard Copy, One (1) $933.84 USB Flash Drive, Custom 0772060 Manual, Chassis Operation, (1) Hard Copy, (1) USB Flash Drive, Custom $43.10 0735523 Warranty, Engine, Paccar MX13, 5 Year $0.00 0684952 Warranty, Steering Gear, TRW Ross TAS, 1 Year $0.00 WA0202 0596017 Warranty, Frame, 50 Year, Custom Chassis, $0.00 WA0013 0610471 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Parts and Labor $0.00 0610485 Warranty, Axle, Eaton/Dana, 5 Year/100,000 $0.00 Mile, Parts and Labor 0892410 Warranty, Pump, Hale, 5 Year Parts, 2 Year $0.00 Labor, WA0388 https://apps.piercemfg.com/Fae. Pulse. Web/ProposaI/CompareProposals/104215?compareTo=1218478,forReverseJobLookup=False&differencesO... 32/33 2/15/24, 6:02 PM 0595412 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 0819254 Certification, Vehicle Stability, CD0196 0808580 Certification, Engine Installation, ImpNel, Cummins X10, 2027 Proposal Comparison Pulse $0.00 0593921 Not Required, Warranty, No Lettering $0.00 $0.00 0892701 Certification, Cab Integrity, ImpelNelocity FR, $0.00 CD0190 0548950 Certification, Cab Door Durability, Velocity/Impel, CD0001 0548967 Certification, Windshield Wiper Durability, ImpelNelocity, CD0005 0667411 Certification, Electric Window Durability, Velocity/Impel FR, CD0004 $0.00 $0.00 $0.00 0549273 Certification, Seat Belt Anchors and Mounting, $0.00 ImpNelNel SLT, CD0018 0735950 Certification, Cab HVAC System Perf, Vei/Imp FR, $0.00 C D0166/CD0168/CD0176/CD0177 0004713 ENGINE, OTHER $0.00 0046395 EVS 3000 Series TRANSMISSION $0.00 0020011 WATEROUS PUMP $0.00 0028087 EDUCTOR FOAM SYSTEM $0.00 0020014 FRONT SUCTION $0.00 0683627 Certification, Vehicle Stability, CD0156 $0.00 $0.00 0807819 Certification, Engine Installation, Enf, Paccar $0.00 MX13, 2024 0631980 Certification, Cab Integrity, Saber FR/Enforcer, $0.00 CD0130 0631973 Certification, Cab Door Durability, Saber FR/Enforcer, CD0137 $0.00 0631978 Certification, Windshield Wiper Durability, Saber $0.00 FR/Enforcer, CD0132 0556828 Certification, Electric Window, Not Available $0.00 0631977 Certification, Seat Belt Anchors and Mounting, $0.00 Saber FR/Enforcer, CD0134 0735949 Certification, Cab HVAC System Performance, $0.00 SFR/Enf, CD0165/CD0167/CD0174/CD0175 0735525 PACCAR MX13 ENGINE 0046396 EVS 4000 Series TRANSMISSION 0020012 HALE PUMP 0028047 NO FOAM SYSTEM $0.00 $0.00 $0.00 $0.00 https://apps.piercemfg.com/Fae.Pulse. Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO... 33/33 EXHIBIT B WARRANTY 1. LIMITED WARRANTY Fire and Rescue Apparatus One (1) Year Material and Workmanship Basic Apparatus Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Portions of the apparatus manufactured by Pierce shall be free from defects In material and workmanship Warranty Begins: The date the apparatus Is placed In service, or 60 days from the original buyer invoice date, whichever comes first. Warranty Period Ends After: Twelve (12) months. Conditions and Exclusions: See Also Paragraphs 2 thru 4 No specific exclusions apply This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0008 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Three (3) Year Material and Workmanship Velocity and Impel Custom Chassis Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship Warranty Begins: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first Warranty Period Ends After: Three (3) Years, or 30,000 Miles, or 5000 Engine Hours Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty applies, where applicable, to Goldstar lamination, defroster heater coil and motor blower assembly (excluding the FET PWM module), heater, air conditioning condenser coil and fan/motor assembly, air conditioning evaporator coil and motor blower assembly (excluding the drain pan pump and thermostat), under seat heaters coil and motor blower assembly (excluding the FET PWM module), HVAC electronic switches, HVAC hoses and hard lines, heater water valve, Pierce PS6 seat frames and hardware, Pierce One -Eleven mirrors, Pierce hands-free scba holder, cracking or color loss of roto -molded components, Meritor rear axle, Wabco ABS system, cab door handles, Standen spring suspension components, and the gauge instrument cluster. This limited warranty shall apply only f the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than nornaty result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/2/2015 WA0284 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce. adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shag repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shag be made only by e facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Cummins Warranty Worldwide Fire Apparatus/Crash Trucks Coverage Products Warranted This Warranty applies to new diesel Engines sold by Cummins and delivered to the first user on or after April 1, 2007, that are used in fire apparatus truck and crash truck* applications Worldwide. Base Engine Warranty The Base Engine Warranty covers any failures of the Engine which result, under normal use and service, from a defect in material or factory workmanship (Warrantable Failure). This Coverage begins with the sale of the Engine by Cummins and ends five years or 100,000 miles (160,935 kilometers), whichever occurs first, after the date of delivery of the Engine to the first user. Engine aftertreatment components included in the Cummins Critical Parts List (CPL) and marked with a Cummins part number are covered under Base Engine Warranty. Additional Coverage is outlined in the Emission Warranty section. These Warranties are made to all Owners in the chain of distribution and Coverage continues to all subsequent Owners until the end of the periods of Coverage. Cummins Responsibilities Cummins will pay for all parts and labor needed to repair the damage to the Engine resulting from a Warrantable Failure. Cummins will pay for the lubricating oil, antifreeze, filter elements, belts, hoses and other maintenance items that are not reusable due to the Warrantable Failure. Cummins will pay for reasonable labor costs for Engine removal and reinstallation when necessary to repair a Warrantable Failure. Cummins will pay reasonable costs for towing a vehicle disabled by a Warrantable Failure to the nearest authorized repair location. In lieu of the towing expense, Cummins will pay reasonable costs for mechanics to travel to and from the location of the vehicle, including meals, mileage and lodging when the repair is performed at the site of the failure. Owner Responsibilities Owner is responsible for the operation and maintenance of the Engine as specified in Cummins Operation and Maintenance Manuals. Owner is also responsible for providing proof that all recommended maintenance has been performed. Before the expiration of the applicable Warranty, Owner must notify a Cummins distributor, authorized dealer or other repair location approved by Cummins of any Warrantable Failure and make the Engine available for repair by such facility. Except for Engines disabled by a Warrantable Failure, Owner must also deliver the Engine to the repair facility. Service locations are listed on the Cummins Worldwide Service Locator at cummins.com. Owner is responsible for the cost of lubricating oil, antifreeze, filter elements and other maintenance items provided during Warranty repairs unless such items are not reusable due to the Warrantable Failure. Owner is responsible for communication expenses, meals, lodging and similar costs incurred as a result of a Warrantable Failure. Owner is responsible for non -Engine repairs and for "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs and other losses resulting from a Warrantable Failure. Owner is responsible for a $100 (U.S. Dollars) deductible per each service visit under this plan in the 3rd, 4th and 5th years of Base Engine Warranty. The deductible will not be charged during the first 2 years of the Base Engine Warranty. Limitations Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. This Warranty does not apply to accessories supplied by Cummins which bear the name of another company. Such non -warranted accessories include, but are not limited to: alternators, starters, fans, air conditioning compressors, clutches, filters, transmissions, torque converters, vacuum pumps, power steering pumps, fan drives and air compressors. Cummins branded alternators and starters are covered for the first two years from the date of delivery of the Engine to the first user, or the expiration of the Base Engine Warranty, whichever occurs first. Failures resulting in excessive oil consumption are not covered beyond the duration of the Coverage or 100,000 miles (160,935 kilometers) or 7,000 hours from the date of delivery of the Engine to the first user, whichever of the three occurs first. Before a claim for excessive oil consumption will be considered, Owner must submit adequate documentation to show that consumption exceeds Cummins published standards. Failures of belts and hoses supplied by Cummins are not covered beyond the first year from the date of delivery of the Engine to the first user or the duration of the Warranty, whichever occurs first. Parts used to repair a Warrantable Failure may be new Cummins parts, Cummins approved rebuilt parts or repaired parts. Cummins is not responsible for failures resulting from the use of parts not approved by Cummins. A new Cummins or Cummins approved rebuilt part used to repair a Warrantable Failure assumes the identity of the part it replaced and is entitled to the remaining Coverage hereunder. Cummins Inc. reserves the right to interrogate Electronic Control Module (ECM) data for purposes of failure analysis. CUMMINS DOES NOT COVER WEAR OR WEAROUT OF COVERED PARTS. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. THIS WARRANTY AND THE EMISSION WARRANTY SET FORTH HEREINAFTER ARE THE SOLE WARRANTIES MADE BY CUMMINS IN REGARD TO THESE ENGINES. CUMMINS MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, OR OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. This Warranty gives you specific legal rights, and you may also have other rights which vary from state to state. Emission Warranty Products Warranted This Emission Warranty applies to new Engines marketed by Cummins that are used in the United States** in vehicles designed for transporting persons or property on a street or highway. This Warranty applies to Engines delivered to the first user on or after September 1, 1992. Coverage Cummins warrants to the first user and each subsequent purchaser that the Engine is designed, built and equipped so as to conform at the time of sale by Cummins with all U.S. federal emission regulations applicable at the time of manufacture and that it is free from defects in material or factory workmanship which would cause it not to meet these regulations within the longer of the following periods: (A) Five years or 100,000 miles (160,935 kilometers) of operation, whichever occurs first, as measured from the date of delivery of the Engine to the first user or (B) The Base Engine Warranty. If the vehicle in which the Engine is installed is registered in the state of California, a separate California Emission Warranty also applies. Limitations Failures, other than those resulting from defects in material or factory workmanship, are not covered by this Warranty. Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. Cummins is not responsible for non -Engine repairs, "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs or other losses resulting from a Warrantable Failure. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. * Airport operated crash trucks and fire department operated trucks employed to respond to fires, hazardous material releases, rescue and other emergency -type situations. ** United States includes American Samoa, the Commonwealth of Northern Mariana Islands, Guam, Puerto Rico and the U.S. Virgin Islands. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. Bulletin 3381161 Printed in U.S.A. Rev. 08/09 02001 Cummins Inc. R. H. SHEPPARD CO., INC. 101 Philadelphia St. Hanover, PA 17331 Pierce Manufacturing Inc. 2600 American Drive Appleton, WI 54912 LIMITED WARRANTY: The R. H. Sheppard Co. Inc., ("Sheppard") warrants all MI 10PKG1 and M110SAU1 steering gears manufactured and sold to Pierce Manufacturing Inc. ("Pierce") for application on Pierce TAK-4 equipped vehicles to be free from defects of workmanship and material under normal use and service for a period of thirty six months from the in service date of the vehicle to its original owner. Vehicle applications where Sheppard product is used require an application approval before production build. If Pierce uses Sheppard product for any purpose or application which has not been approved by Sheppard in advance, including aftermarket devices (defined as a device added to the steering system directly or indirectly affecting the performance or operation of the Sheppard product in its approved application) not tested and approved by Sheppard this limited warranty SHALL NOT APPLY AND SHALL BE VOID. SHEPPARD MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED. SHEPPARD EXPRESSLY DISCLAIMS ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR USE OR PURPOSE WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. SHEPPARD SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, SPECIAL OR INDIRECT DAMAGES OR FOR LOSS OR DAMAGE DIRECTLY OR INDIRECTLY ARISING FROM THE USE OF A PRODUCT. Pierce expressly acknowledges its obligation to inform all users (customers) of the above disclaimer. CONDITIONS: Claims under this Limited Warranty may only be made by Pierce. In no event shall Sheppard be held liable for warranty charges by unauthorized persons. No allowance will be made for repairs or alterations, unless made with the written consent of Sheppard. Authorized Pierce dealers shall be the only authorized repair facility for Sheppard products applied to Pierce vehicles. Any warrantable repair made under this Limited Warranty must be made on or before 36 months of the in-service date for the Product to which the claim relates. Sheppard shall not be liable for claims made after such date. Sheppard product fitted to Pierce vehicles that are repaired at a repair facility other than an authorized Pierce dealer within the warranty period will be considered for payment under the guidelines of this agreement only by joint written consideration of Sheppard and Pierce warranty departments. It shall be the responsibility of the Pierce warranty department to notify Sheppard if and when this situation occurs. Sheppard will not be held responsible for damage to other steering components such as but not limited to pumps and reservoirs due to improper adjustment of steering gear relief plungers. Vehicle downtime and towing will not be considered under warranty. REMEDIES: The sole and exclusive remedy of Pierce for Sheppard's breach of the foregoing warranty is limited to the return and repair or reimbursement as follows: R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 2 Warranty Support: In support of the Pierce dealer network, Sheppard will provide a toll-free "Hotline" service to assist in the diagnosis and troubleshooting of steering problems. The R. H. Sheppard Co., Inc. Field Service Department can be reached at 1-800-274-7437 for assistance. Sheppard will require that Pierce dealers contact this toll-free "Hotline" for approval before product is removed from a vehicle in a warranty situation. When contacted regarding a warranty situation, the Sheppard representative will provide an authorization number for removal of the product. This Returned Goods Authorization (RGA) number must be included in all warranty correspondence and attached to all returned goods. Procedure: In the event of a warranty situation, the servicing dealer shall contact the Sheppard Hotline and receive an RGA number before replacing any steering gear. For M110PKG1 and M1 10SAU1 steering gear models, the dealer will first obtain an RGA number from Sheppard, and then order the replacement gear from Pierce. Replacement M110PKG1 and M1IOSAU1 steering gears shall be shipped from Pierce once those models are in full production. A warranty claim for both parts and labor will then be generated by the dealer and sent to Pierce. After reviewing the claim, Pierce will submit it.to Sheppard for reimbursement. Parts Reimbursement: Sheppard agrees to reimburse Pierce at Pierce's purchase price plus 30% mark-up for parts found to be defective within the warranty period. Parts being returned for warranty consideration shall be sent to the R. H. Sheppard Company, 447 E. Middle St., Hanover, PA 17331 ATTN: Warranty Dept. Sheppard's determination as to whether the part is covered by the foregoing warranty is fmal and conclusive. Sheppard requires the return of complete steering gears only. Individual seals replaced under warranty should not be returned unless specifically requested by Sheppard. All parts being returned for warranty consideration must be clearly tagged with all pertinent warranty information including, but not limited to (1) Returned Goods Authorization number (RGA); (2) claim number; (3) date in service; (4) date of failure; (5) mileage; (6) part number; (7) labor hours; (8) dealer labor rate and; (9) dollar amount claimed. Claims submitted without prior authorization are subject to rejection under this agreement. Labor: Labor to repair Sheppard product found to be defective within the warranty period will be reimbursed at not more than 10 hours per vehicle. Labor shall be reimbursed at the rate of $85.00 USD per hour for MI 10PGK1 and MI IOSAUI steering gears. Freight: Pierce will collect MI 1OPGK1 and MI 10SAUI warranty material at a designated collection point. Inbound freight to the Pierce collection point will be the responsibility of Pierce. All warranty material should be returned from the Pierce collection point to R. H. Sheppard Co. Freight Collect by a Sheppard -specified common carrier based on location of the Pierce collection point. Sheppard does not require the return of failed seals. Any freight charges incurred for the return of seals will be the responsibility of Pierce. Parts returned for warranty consideration without prior authorization are subject to rejection under this agreement and may be subject to a charge back of inbound freight charges. Parts rejected under this warranty will be returned to Pierce Freight Collect or scrapped by Sheppard at Pierce's discretion. R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 3 Outside Purchases: Pierce authorized dealers shall be the only outlet for repair, warranty service and parts for Sheppard products applied to Pierce vehicles. Sheppard will not be responsible for consumables such as hoses, belts, fluids, fittings or miscellaneous shop material that may be required for the repair of the product. Warranty Documentation: Warranty credit memos will be issued monthly to the Pierce Warranty Department. Monthly credit memos will include (1) claim number; (2) part number; (3) parts reimbursement; (4) labor reimbursement; (5) any applicable Pierce reference number and; (6) reason for rejection or acceptance of the claim. Credit memos will be issued in U.S. funds. Debits for warranty claims will not be accepted under this agreement. Claim disposition will constitute the final and conclusive resolution of warranty claims. Parts Retention: Sheppard will retain parts submitted for warranty consideration for a period of sixty (60) days for any material found to be rejected for warranty. Sheppard will notify Pierce within sixty (60) days of receipt of Sheppard's determination as to whether any such part is covered by this warranty. Warranty reimbursement will be issued within thirty days of receipt of material at Sheppard. Good-Will Requests: Good-Will requests will be considered jointly between Sheppard and Pierce for equitable compensation. RECALLS: Sheppard retains the right to review information regarding federal motor vehicle recall and /or product repair programs if Sheppard products fitted to Pierce vehicles are alleged to be non- compliant with federal motor vehicle safety standards. Sheppard retains the right to review any claims of product defect or non-compliance before participating in reimbursement of expenses incurred as a result of alleged non-compliance or defect of its products. Sheppard agrees to negotiate in good faith for the reimbursement of expenses incurred by Pierce for all administrative, material and labor cost and expense associated with any recall where Sheppard product is found to be defective or non-compliant with federal motor vehicle standards. MISCELLANEOUS: This writing constitutes the full complete and final statement of Sheppard's limited warranty for MI10PKG1 and MI 10SAUI products sold to Pierce. All prior oral or written correspondence, test data, negotiations, representations, understandings and the like regarding products are merged in this writing and extinguished by it. This limited warranty may not be altered, amended extended or modified except by a writing signed by the President or Vice President of Sheppard. No employee, vendor, dealer, distributor or other representative of Sheppard has authority to make statements to extend, expand, alter or amend the terms of this Limited Warranty. Sheppard expressly disclaims any statements contrary to the Limited Warranty. Sheppard's failure at any time to enforce any of the terms and conditions stated herein shall not constitute a waiver of any provisions herein. This Limited Warranty shall be governed by and construed in accordance with the laws of the Commonwealth of Pennsylvania. R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 4 Any legal actions which may arise as a result of disputes, controversies or claims arising out of or related to this limited warranty shall be in such forum as Sheppard and Pierce shall agree, or, in the absence of agreement, in a court of appropriate jurisdiction other than in the county in which either party is located. This Limited Warranty shall not be assigned by Pierce. COOPERATIVE EFFORT: Sheppard and Pierce agree to work cooperatively toward expanding this warranty coverage to a period of sixty months from the in service date. These cooperative efforts shall focus on examining the effects of increased heat generated by 2007 model engines and its impact on the entire power steering system. AGREEMENT: This agreement is effective April 3, 2006 and may be modified by mutual agreement between Sheppard and Pierce of a signed amendment to be attached to the original Limited Warranty. There are no third party beneficiaries to this Limited Warranty. This warranty agreement applies to Pierce authorized dealers only. It does not encompass any special arrangements that Pierce may now have or that Pierce may enter into, with any other segments of the trucking industry. This warranty agreement does not apply to non -conforming product removed at Pierce assembly plants. This Limited Warranty agreement between the R. H. Sheppard Co., Inc and Pierce Manufacturing Inc. may be terminated by either party with thirty days written notice prior to termination. Signed at Pierce Manufacturing Inc., Appleton, WI this day of , 2006. R. H. SHEPPARD CO., INC. PIERCE MANUFACTURING INC. Authorized Signature Authorized Signature Title Title 1. LIMITED WARRANTY Fire and Rescue Apparatus Lifetime Fifty (50) Year Structural Integrity Chassis Frame & Crossmembers Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Custom chassis frame rail and cross members manufactured by Pierce shall be free from defects in material and workmanship Warranty Begins: The date of the original purchase invoice (Issued when the product ships from the factory). Warranty Period Ends After: Fifty (50) Years (Expected Life of Apparatus) Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/16/2010 WA0038 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, induding, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehides unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a pad of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMBED WARRANTY Fire and Rescue Apparatus Three (3) Year Material and Workmanship TAK-4 Independent Front Suspension ZeMeted 7044714414 Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: The TAK-4 Front Independent Suspension and Steering Gears shall be free from defects in material and workmanship. Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Three (3) Years or- 30,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty excludes brake pads, brake rotors, seal boots and shock absorbers. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 12/16/2013 WA0050 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product falls to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsble for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL. BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (f any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. ',t,( Fire limited 1. LIMITED WARRANTY and Rescue Apparatus wetimaito Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the purchaser who first puts the product in service ("Buyer"): Coverage: The Meritor axle shall be covered by Meritor as indicated in the attached Meritor warranty coverage description Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Five (5) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 The exclusions listed in the attached Meritor warranty description shall apply. THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPUED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shah make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shah be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for tisk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierces option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES, Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce This limited warranty hal apply only ifthe product is properly maintained in accordance damages, penalties, with Pierces maintenance instructions and manuals and is used in service which is dspecifically disclaimso any Nr even for , loss oof ar iclpes000n pral oducts ovehicles wr -ime, ay dary associated for lots profits substitute revenues, loss products, normal to the particular model. Normal service means service which does not subject the equipment product to stresses or impacts greater than normally result from careful use. If the Buyer types of ec cost c o,r vehicles ors by any third down-time, delayy such lama, any other types of economic loss, or for any claims by any party for any damages. discovers a defect or nonconformity, 11 must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note: Any Surety Bond, if a part of the sale of the vehicle as to which this Imfed TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for TO ANY OTHER PERSON OR ENTITY. such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (Many) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 6/29/2020 WA0384 MERITOR° COMMERCIAL VEHICLE SYSTEMS WARRANTY/MODEL YEAR 2020 VEHICLES WARRANTY INFORMATION CONTENTS Effective Model Year 2020 Vehicles Linehaul 3-4 General Service 5-6 Heavy Service/Specialty Vehicle 7-8 Fire and Emergency 9 Transit Bus 10 Off -Highway Service 11 Terms and Conditions 12 How to Read Warranty Coverage Number of Years Mileage (in thousands) P=Parts Only UnI=Unlimited P&L=Parts & Labor Notice: Models or components that are approved for use by Meritor's vocational guidelines contained in Meritor Publication TP -9441 for axles, SP -8320 for trailer axles, TP -12126 for drivelines, which are not specifically listed, are warranted for one year, unlimited miles, parts only (1/UnI/P). Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/UnI/P). Advantage Program Purchasing additional coverage on select components will continue to safeguard your investment against major repair costs after the initial base coverage expires. You can find out more about the Advantage Program by visiting www.meritor.com or by contacting Meritor at 866-OnTracl (866-668-7221). 2 LINEHAUL WARRANTY INFORMATION Linehaul Vehicles ■ Bulk Hauler ■ Chip Hauler (Truck)* ■ Doubles ■ Flatbed ■ General Freight ■ Grain Hauler ■ Livestock Hauler ■ Moving Van ■ Pipe Hauler ■ Refrigerated Freight ■ Tanker ■ Triples * Chip Hauler vehicles require specific axle models listed below and Linehaul condition to be eligible for Linehaul warranty consideration. Linehaul Typically Is ■ High mileage operation (over 60,000 miles/year) ■ Well maintained major highways of concrete or asphalt construction ■ Greater than 30 miles between starting and stopping Front Non -Drive Steer Axles — FD -965 FF -941 FF -942 FF -943 FF -944 FF -961 FF -966 FF -967 FG -941 FG -943 MFS -10-122A MFS -10 -143A -N MFS -10 -144A -N MFS -12 -122A -N 5/750/P&L Coverage under Meritors warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP -9441 for axles, SP -8320 for trailer axles, TP -12126 for drivelines, and/or contact Morita regarding specific application approval questions on any product line MFS -12 -122B -N MFS -12 -122C -N MFS -12E -122A -N MFS -12E -122B -N MFS -12E -122C -N MFS -12 -124A -N MFS -12 -132B -N Rear Drive Single Axles — 5/750/P&L RS -19-144/145/A MS -19-14X MS -21-144 Drivelines RPL MXL 155N 92N RS -21-145 RS -21-160 MS -23-17X RS -23-160 RS -23-161 RS -23-186 5/500/P, 1/UnI/P&L 3/350/P, 1/UnI/P&L 1/UnI/P 1/UnI/P MFS -12 -132C -N MFS -13 -122B -N MFS -13B -122C -N MFS -12E -132B -N MFS -13 -122C -N MFS -13B -132B -N MFS -12E -132C -N MFS -13 -132B -N MFS -13B -132C -N MFS -12 -143A -N MFS -13 -132C -N MFS -14 -122A -N MFS -12E -143A -N MFS -13 -143A -N MFS -14 -124A -N MFS -12 -144A -N MFS -13 -144A -N MFS -14 -143A -N MFS -13 -122A -N MFS -13B -122B -N MFS -14 -144A -N Rear Drive Tandem/Tridem Axles — 5/750/P&L RT-34-144/P/A MA -40-165 RT -40-145/A MA -40-175 RT -40-160/P'2 MT-34-14X/P RT -46-160/P'2 MT-40-14T/P RT-46-164EH/P'2 MT-40-14X/P RT -50-160/P'2 MT-40-14X/P MT-40-14XHE MT -40-144/P MT -40-943 MT -40 -943 -SP RZ-1662 RZ-188 'These models required for Chip Hauler and Linehaul warranty consideration. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. 3 LINEHAUL WARRANTY INFORMATION Brake Components Cam Q Series Trailer Brakes Q+ Drum BrakeTm ASA Hubs/Cast Drums and Other Wheel -end Hydraulic Disc Brakes All Other Brakes STEELite X30 Drum BrakeTM2 EX+ Air Disc BrakeTM Components 5/500/P, 1/100/L 5/500/P, 1/UnI/P&L 5/500/P, 1/UnI/P&L 1/UnI/P 1/UnI/P 1/UnI/P 12 -Years or Wearable Life/P 5/500/P, 1/UnI/L EX+ Air Disc Brake Extended Standard Warranty' 5/500/P&L ' Includes: bushing, seal, cam, ASA lubrication and wear coverage of 3/500/P&L. 2 Based on stamped wear diameter max. 'Applies only to MA761 friction material code CD brake assembly i.e. EX225LXXXCDXXX Trailer Axles Beam and Brackets Wheel End Systems' Standard System' PreSet by Meritor' 5/500/P, 1/100/L 1/100/P&L 5/500/P&L AxlePak5' 5P/L AxlePak75 7P/L Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. ' When installed by Meritor. Requires approved hubcap stating PreSet by Meritor on hubcap face. When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/UnI/P, 1/UnI/L. ' When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/Unl/P, 1/UnI/L. (For brake components and ABS coverage, refer to appropriate product warranties.) TAG/Pusher Axles' TQ, TQD, TR, TRD Beam and Brackets 5/750/P&L ' For brake components and ABS Coverage, refer to appropriate product warranties. Meritor Tire Inflation System MTIS Components 5/UnI/P, 1/UnI/L Trailer Air Suspension Systems MPA38/40 (Tandem Axle Parallelogram)' Major Structural Components Curbing Damage Warranty' Height Control Valve Shock Absorbers Air Springs Bushings PinLoc Air Controls PinLoc Actuator MPA20 (Single Axle Parallelogram) Major Structural Components Height Control Valve Shock Absorbers Air Springs Bushings MTA (Trailing Arm) Major Structural Components Height Control Valve Shock Absorbers Air Springs & Rebound Straps Bushings 5/500/P, 1/100/L 5/500/P, 1/100/L 1/100/P&L 2/200/P&L 2/200/P, 1/100/L 5/P, 3/L 1/100/P&L 3/300/P&L 5/500/P, 1/100/L 1/100/P&L 2/200/P&L 2/200/P, 1/100/L 51P, 3/L 5/500/P, 1/100/L 1/100/P&L 2/200/P&L 2/200/P, 1/100/L 5/500/P, 3/300/L ' Fastener torque coverage is limited to 2/UnI/P&L when torqued by Meritor (For axle and ABS coverage, refer to appropriate product warranties.) ' "Curbing damage" is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A -frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. 4 GENERAL SERVICE WARRANTY INFORMATION General Service Vehicles III Auto Hauler IN Beverage Truck • Chip Hauler • Cross Country Coach ■ Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Intercity Coach • Intermodal Chassis ■ Livestock Hauler IN Meat Packer ■ Moving Van ■ Municipal Truck ■ Newspaper Delivery ■ Pick -Up and Delivery General Service Typically Is • Lower mileage operations (less than 60,000 miles/year) ■ Generally, on -road service (less than 10% off-road) • An average of three (3) miles between starting and stopping Front Non -Drive Steer Axles FD -965 FL -943 FF -941 MFS -6 -151A -N FF -942 MFS -6 -153B -N FF -943 MFS -6 -162B -N FF -944 MFS -6 -153C -N FF -946 MFS -6 -162C -N FF -961 MFS -7 -113C -N FF -966 MFS -7 -153C -N FF -967 MFS -7 -163C -N FG -941 MFS -8 -113B -N FH -941 MFS -8 -143A -N FH -946' MFS -8 -153B -N FL -941 • Pipe Hauler ■ Platform Auto Hauler • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight ■ School Bus • Stake Truck • Tanker ■ Tanker Trailer III Tour Bus ■ Wrecker Coverage under Meritor's warranty require that the application of products properly approved pursuant to OEM and Meritor approvals. Referto TP -9441 axles, SP -8320 for trailer axles, TP -12126 for drivelines, and/or contact Morita regarding specific;applcation approval questions on any product line, — 2/UnI/P&L MFS -8 -163B -N MFS -10-122A MFS -10 -143A -N MFS -10 -144A -N MFS -12 -122A -N MFS -12E -122A -N MFS -12-1228-N MFS -12E -122B -N MFS -12 -122C -N MFS -12E -122C -N MFS -12 -124A -N MFS -12 -132B -N ' Can also be used with reduced steer angles in tag position in Coach Applications. Front Drive/Non-Drive Steer Axles — 1/UnhP&L MX -08 -130 -FV (FSD-08A) MX -10 -130 -FV (FSD-10A) MX -12 -130 -FV (FSD-12A) MX -13 -130 -FV (FSD-13A) MX -14 -130 -FV (FSD-14A) MX -16 -130 -FV (FSD-16A) MX -18 -130 -FV (FSD-18A) MX -18 -130 -SD (SDA -1800) MX -20 -130 -FV (FSD-20A) MX -21 -130 -FV (FSD-21A) Rear Drive Single Axles — 2/Unl/P&L MS -17-13X MS -17-14X MS -19-13X MS -19-14X RS -17-144/145/A RS -19-144/145/A MS -21-13X MFS -12E -132B -N MFS -12 -132C -N MFS -12E -132C -N MFS -12 -143A -N MFS -12 -144A -N MFS -12E -143A -N MFS -13 -122A -N MFS -13 -122B -N MFS -13B -122B -N MFS -13 -122C -N MFS -13B -122C -N MFS -13 -132B -N MX -21 -130 -SD (SDA -2100) MX -23 -130 -FV (FSD-23A) MX -23 -130 -SD (SDA -2300) MX -29 -130 -FV (FSD-29A) MS -21-14X RC -23-160 RS -24-160 MS -30 -616 -SP MS -21-144 RC -23-161 RC -25-160 RS -35-380 MS -23-17X RC -23-162' RS -26-185 71162 RS -21-145/A RC -23-165' MS -26-616 71163 RS -21-160 RS -23-160 MS -26 -616 -SP 79163 RC -22-145 RS -23-161 RS -30-185 RC -22-145/A RS -23-186 MS -30-616 3/UnI/P&L if PreSet by Meritor. Rear Drive Tandem/Tridem Axles — 2/UnI/P&L MT-34-14X/P MT-40-14XHE RT -44-145/P RT-34-144/P/A MT -40-144/P RT -46-169 MT-40-14T/P RT -40-145/A MT -52-616 MT-40-14X/P MT-44-14X/P RT -52-185' ' Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter 44303 and #396 for further details. MT -58-616 RT -58-185' MT -70-380 RZ-188 MFS -13 -132C -N MFS -13B -132B -N MFS -13B -132C -N MFS -13 -143A -N MFS -13 -144A -N MFS -14 -122A -N MFS -14 -124A -N MFS -14 -143A -N MFS -14 -144A -N MFS -16 -122A -N MFS -16 -133A -N MFS -16 -135A -N MFS -16 -143A -N MFS -18 -133A -N MFS -18 -135A -N MFS -18 -193A -N MFS -20 -133A -N MFS -20 -135A -N MFS -20 -192A -N MFS -20 -193A -N MFS -22 -135A -N MFS -22H -135A -N MFS -22 -193A -N MFS -22H -193A -N Rear Drive Tandem/Tridem - 3/UnI/P&L RT -40-160/P RT -46-160/P RT-46-164EH/P RT -50-160/P RZ-166 Rear Drive Axles — 1/UnI/P&L 11170 RND-14H 523 RND-16A Drivelines RPL MXL 155N 92N 4/400/P, 1/UnI/P&L 3/350/P, 1/UnI/P&L 1/UnI/P 1/UnI/P Transmission — 1/UnI/P&L 516 FAT 30 PTO — 1/UnI/P&L MPT -318 MPT -500 MPT -510 MPT -518 MPT -526 MPT -531 MPT -543 MPT -170 MPT -1702 MPT -175 MPT -185 MPT -190 5 GENERAL SERVICE WARRANTY INFORMATION Brake Components Cam Q Series Trailer Brakes Cam P3 Cam Q+ Drum BrakeTM Q+ Drum Brake TM3 ASA ASA' Hubs/Cast Drums and Other Wheel -end Components Hydraulic Disc Brakes AU Other Brakes STEELite X30 Drum BrakeTM2 EX+ Air Disc BrakeTM ' Includes: bushing, seal, cam, ASA lubrication and wear coverage of 1/UnI/P. ' Based on stamped wear diameter max. Applies to Tour Bus and Cross Country Coach only. 3/UnI/P, 1/UnI/L 2/200/P 3/UnI/P 3/UnI/P&L 2/200/P&L 3/UnI/P 2/200/P 1/UnI/P 1/UnI/P 1/UnI/P 12 -Years or Wearable Life/P 2/UnI/P&L Trailer Axles Beam and Brackets' 5/UnI/P, 1/UnI/L Wheel End Systems' Standard System' 1/UnI/P&L AxlePak5° 5/P&L AxlePak75 7/P&L ' 9000 Series is 3/UnI/P, 1/UnI/L 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. ' When installed by Meritor. ' When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/UnI/P, 1/UnI/L. 'When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/UnI/P, 1/UnI/L. (For brake components and ABS coverage, refer to appropriate product warranties.) Chassis Axles (2000 Series/ChassiPak) Beam & Brackets Wheel End Systems' Standard System AxlePak7 6/UnI/P,1/UnI/L 1/UnI/P&L 7/P&L Beam and Brackets 7/P, 1/L Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. Trailer Air Suspension Systems MPA38/40 (Tandem Axle Parallelogram)' Major Structural Components Curbing Damage Warranty' Height Control Valve Shock Absorbers Air Springs Bushings PinLoc Air Controls PinLoc Air Actuator MPA20 (Single Axle Parallelogram) Major Structural Components Height Control Valve Shock Absorbers Air Springs Bushings MTA (Trailing Arm) Major Structural Components Height Control Valve Shock Absorbers Air Springs and Rebound Straps Bushings' 5/UnI/P, 1/UnI/L 5/500/P, 1/100/L 1/Unl/P&L 2/UnI/P&L 2/UnI/P, 1/UnI/L 5/P, 3/L 1/UnI/P&L 3/UnI/P&L 5/UnI/P, 1/UnI/L 1/UnI/P&L 2/UnI/P&L 2/UnI/P, 1/UnI/L 5/P, 3/L 5/UnI/P, 1/UnI/L 1/UnI/P&L 2/UnI/P&L 2/UnI/P,1/UnI/L 5/UnI/P, 3/UnI/L (For axle and ABS coverage, refer to appropriate product warranties.) ' Fastener torque coverage is limited to 2/UnI/P&L when torqued by Meritor 2 "Curbing damage" is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A -frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. 'Raw wood applications 3/UnI/P, 1/UnI/L TAG/Pusher Axles TQ, TQD, TR, TRD Beam and Brackets' 3/UnI/P, 1/UnI/L MC14002, MC16003, FH946 2/UnI/P&L (For brake components and ABS coverage, refer to appropriate product warranties.) '3/UnI/P&L if sold with PreSet by Meritor. Meritor® Tire Inflation System MTIS Components 5/UnI/P, 1/UnI/L 6 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION Heavy Service/Specialty Vehicle ■ Airport Rescue Fire Fighting (ARFF) • Airport Shuttle* • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle • Commercial Pick -Up • Concrete Pumper • Construction Material Hauler ■ Mixer • Demolition ■ Drill Rig *Commercial chassis only ■ Dump ■ Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration ■ Hopper Trailer Combinations ■ Landscaping Truck • Liquid Waste Hauler • Log Hauling ■ Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler Heavy Service/Specialty Vehicle Typically Is • Moderate mileage operation (less than 60,000 miles per year) • On/Off road vocations (10% or more off-road) • Moderate to frequent stops/starts (up to 10 stops per mile) Front Drive/Non-Drive Steer Axles — 2/UnIP&L FD -965 FF -941 FF -942 FF -943 FF -944 FF -946 FF -961 FF -966 FF -967 FG -941 FG -943 FH -941 FH -946 FL -941 FL -943 MFS -6 -151A -N MFS -6-153B MFS -6-162B MFS -6-162C MFS -7 -113C -N MFS -7 -153C -N MFS -7 -163C -N MFS -8 -113B -N MFS -8 -153B -N MFS -8 -163B -N MFS -10-122A MFS -10 -143A -N MFS -10 -144A -N MFS -12-122 MFS -12E-122 MFS -12 -122B -N MFS -12E -122B -N MFS -12 -122C -N MFS -12E -122C -N MFS -12 -124A -N MFS -12 -132B -N MFS -12E -132B -N MFS -12 -132C -N MFS -12E -132C -N ■ Michigan Special Steel Hauler ■ Michigan Special Waste Vehicle II Municipal Dump • Rear Loader (Refuse) ■ Recycling Truck ■ Residential Pick -Up (Refuse) IN Rigging Truck ■ Roll -Off IN Scrap Truck ■ Semi -End Dump • Sewer/Septic Vacuum ■ Shuttle Bus* • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker ■ Tank Truck • Tractors with Pole Trailers • Tractor/Trailer with Jeeps ■ Transfer Dump ■ Transfer Vehicle • Utility Truck ■ Winch Truck overage under Mentor s warranty require that the applicat e properly approved pursuant ta OEM and Meritor approval:: IP -94441 foraxies, SP -8320 for trailer axles, TP -12126 for drive or contact Meritor regarding specificapplication approval; product lin MFS -12 -143A -N MFS -12 -144A -N MFS -12-155 MFS -13-122 MFS -13 -122B -N MFS -13B -122B -N MFS -13 -122C -N MFS -13B -122C -N MFS -13 -132B -N MFS -13B -132B -N MFS -13 -132C -N MFS -13B -132C -N MFS -13 -143A -N Front Drive/Non-Drive Steer Axles — 1/UnI/P&L MX -08 -130 -FV (FSD-08A) MX -16 -130 -FV (FSD-16A) MX -10 -130 -FV (FSD-10A) MX -18 -130 -FV (FSD-18A) MX -12 -130 -FV (FSD-12A) MX -18 -130 -SD (SDA -1800) MX -13 -130 -FV (FSD-13A) MX -20 -130 -FV (FSD-20A) MX -14 -130 -FV (FSD-14A) MX -21 -130 -FV (FSD-21A) Rear Drive Single Axles — 2/UnI/P&L MS -17-14X RS -21-160 RS -17-144/145/A RC -22-145 MS -19-14X RC -23-160 RS -19-144 RH-23-160 MS -21-114 RS -23-160 MS -21-14X RC -23-161 RS -21-145 RS -23-161 RS -21-145/A RS -23-186/380 MFS -13 -144A -N MFS -13-155 MFS -14-122 MFS -14 -124A -N MFS -14 -143A -N MFS -14 -144A -N MFS -16 -122A -N MFS -16 -133A -N MFS -16 -135A -N MFS -16 -143A -N MFS -18 -133A -N MFS -18 -135A -N MFS -18 -192A -N MX -21 -130 -SD (SDA -2100) MX -23 -130 -FV (FSD-23A) MX -23 -130 -SD (SDA -2300) MX -29 -130 -FV (FSD-29A) RS -24-160 RS -25-160 MS -26-616 MS -26 -616 -SP RS -26-185/380 MS -30-616 MS -30 -616 -SP RS -30-185/380 MS -35-380 RS -38-380 RC -25-160 RC -26-633 MT -58-616 MT -58 -616 -SP MFS -18 -193A -N MFS -20 -133A -N MFS -20 -135A -N MFS -20 -192A -N MFS -20 -193A -N MFS -22 -135A -N MFS -22H -135A -N MFS -22 -193A -N MFS -22H -193A -N RF -16-145 RF -21-160 MX -10-120 MX -10-120 EVO MX -12-120 MX -12-120 EVO MX -14-120 MX -16-120 MX -18-120 MX -17-140 MX -19-140 MX -21-140 MX -21-160 MX -23-160 MX -810 Rear Drive Axles — 1/UnI/P&L 11170 523 Drivelines RPL 92N MXL RND-14H RND-16A 3/UnI/P, 1/UnI/P&L 1/UnI/P&L 1/UnI/P&L Transmission — 1/UnI/P&L 516 FAT 30 PTO — 1/UnI/P&L MPT -318 MPT -526 MPT -500 MPT -531 MPT -510 MPT -543 MPT -518 MPT -170 MPT -1702 MPT -175 MPT -185 MPT -190 7 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION Rear Drive Tandem/Tridem Axles — 2/UnI/P&L MT-34-14X/P RT-34-144/P/A MT-40-14X/P RT -40-145/A MT-44-14X/P RT -44-145/P RT -46-169 RT -58-160 MT -52-616 MT -52 -616 -SP RT -52-185/38012 MT -58-616 MT -58 -616 -SP RT -58-185/38012 RT -70-380 MT -70-380 RZ-188 ' Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Brake Components Cam P Cam P3 Cam Cast Plus TM Q+ Drum BrakeTM Q+ Drum BrakeTm2 ASA ASA' Hubs/Cast Drums and Other Wheel -end Components Hydraulic Disc Brakes All Other Brakes EX+ Air Disc Brake Based on stamped wear diameter max. 2 Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. 3 Warranty for all non -Meritor ASAs supplied by Meritor for all Heavy Service vocations is 1/100/P. 3/UnI/P 2/100/P 2/100/P&L 3/UnI/P&L 2/100/P&L 3/UnI/P 2/100/P 1/UnI/P 1/UnI/P 1/UnI/P 2/100/P&L Gearboxes — 1/UnI/P&L MGX-240 MGX-376 MGX-279 MGX-377 MGX-279D MGX-378 MGX-280 MGX-380 MGX-285 MGX-384 MGX-292 MGX-402 MGX-314 MGX-413 Transfer Cases — 1/UnVP MTC -4213 MTC -4210 MTC -4208 MTC -4206 -FV (TC -38) MTC -3106 -FV (TC -137) MTC -3111 (T-2111) MTC -3112 -CV (529 & 548C) MTC -3116 (T-2111) MTC -3118 -FV (TC -180 & TC -180-23) Rear Drive Tandem/Tridem - 3/UnI/P&L RT-40-160/P/A3 RT-46-160/P/A'3 RT-46-164EH/P/A2,3 RT-50-160/P/A3 RZ-166 ' U.S. only. Canadian warranty = 1/UnI/P for combination vehicles only. 2 Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details. 'Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Meritor Tire Inflation System MTIS Components 5/UnI/P, 1/UnI/L MGX-448 MGX-456 MGX-478 MGX-480 MGX-487 MGX-488 MGX-505 MGX-506 MGX-514 MGX-519 MGX-520 MGX-522 MGX-524 MGX-527 MTC -3118 -CV (358) MTC -3120 -FV (TC -143) MTC -3124 (T-2119) MTC -3205 -GV (MTC -25/247) MTC -3205 -GV (MTC -25/350) MTC -3205 -GV (RTC -25/350) MTC -3206 -FV (TC -237) MTC -3206 -CS (544) MTC -3208 -GV (RTC -50) Trailer Air Suspension Systems MTA (Trailing Arm) Major Structural Components' 5/UnI/P,1/UnI/L Height Control Valve 1/UnI/P&L Shock Absorbers Air Springs Bushings' 2/UnI/P&L 2/UnI/P, 1/UnI/L 5/UnI/P, 3/UnI/L ' Raw wood applications 3/UnI/P, 1/Unl/L (For axle and ABS coverage, refer to appropriate product warranties.) Trailer Axles Beam and Brackets' 5/UnI/P, 1/UnI/L Wheel End Systems' Standard Systema 1/UnI/P&L ' 9000 Series is 3/UnI/P, 1/UnI/L. 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 'When installed by Meritor. (For brake components and ABS coverage, refer to appropriate product warranties.) MGX-528 MGX-533 MGX-534 MGX-536 MGX-537 MGX-541 MGX-545 MGX-546 MGX-550 MTC -3209 -GV (RTC -60/420) MTC -3209 -GV (RTC -60/380) MTC -3209 -GV (MTC -60/420) MTC -3209 -GV (MTC -60/380) MTC -3212 -CV (315 & 548B) MTC -3312 -FV (TC -270) MTC -3220 -FC (TC -142) MTC -2212 -CV (306) 8 FIRE AND EMERGENCY WARRANTY INFORMATION Fire and Emergency Vehicles • Aerial Ladder Truck ■ Aerial Platform • Ambulance ■ Command Vehicle • Crash Fire Rescue (CFR) • Pumper ■ Rapid Intervention Vehicle (RIV) MI Tanker Fire and Emergency Typically Is • Lower mileage operations (less than 20,000 miles/year) ■ Generally, on -road service (less than 10% off-road) ■ An average of three (3) miles between starting and stopping Coverage under Meritor's warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-944tfor axles, TP -12126 for driivelines, and/or contact; Meritor regarding specific application approval questions on any product line. Front Non -Drive Steer Axles — 5/UnI/P&L FL -941 MFS -18 -193A -N MFS -22 -135A -N FL -943 MFS -20 -133A -N MFS -22H -135A -N MFS -18 -133A -N MFS -20 -135A -N MFS -22 -193A -N MFS -18 -135A -N MFS -20 -193A -N MFS -22H -193A -N Front Drive Steer Axles — 2/UnI/P&L MX -19140 MX -21160 MX -23810 MX -21140 MX -23160 Rear Drive Single Axles — 5/UnI/P&L RC -23-160 RS -23-160 RS -23-161 RS -23-186 RS -24-160 RC -25-160 ' 3/UnI/P&L if PreSet by Meritor. RS -26-185 RS -25-160 RS -30-185 RS -35-380 Rear Drive Tandem/Tridem Axles — 5/UnI/P&L MT-40-14X/P MT -40-144/P RT -40-145/A RT -40-160/P MT-44-14X/P RT -44-145/P RT -46-160/P RT-46-164EH/P RT -46-169 RT -50-160/P MT -52-616 RT -52-185' MT -58-616 RT -58-185' MT -70-380 'Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Brake Components Cam Q+ Drum BrakeTM ASA Hubs/Cast Drums and Other Wheel -end Components Hydraulic Disc Brakes All Other Brakes EX+ Air Disc BrakeTM 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 1/UnI/P. 3/UnI/P 3/UnI/P&L 3/UnI/P 1/UnI/P 1/UnI/P 1/UnI/P 2/UnI/P&L Drivelines RPL MXL 155N 92N Transfer Cases — MTC -4208 MTC -4210 MTC -4213 4/400/P, 1/UnI/L 3/350/P, 1/UnI/L 1/UnI/P 1/UnI/P 1/UnVP MTC -3111 (T-2111) MTC -3116 (T-2111) MTC -3124 (T-2119) 9 TRANSIT BUS WARRANTY INFORMATION Transit Bus Vehicles ■ Airport Shuttle ■ City Bus ■ Commuter Coach ■ Shuttle Bus ■Transit Bus ■ Trolley Transit Bus Typically Is ■ Moderate mileage operation (less than 50,000 miles per year) ■ Moderate to frequent stops/starts (up to 10 stops per mile) Coverage under Meritor's warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP - 9441 for axles, TP -12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. Front Drive/Non-Drive Steer Axles — 5/300/P&L Drivelines FH -946 MFS -12-155 RPL 3/UnI/P, 1/UnI/L FH -941' MFS -13-155 92N 1/UnI/P&L ' Commuter coach only — 2/UnI/P&L MXL 1/UnI/P&L Rear Drive Single Axles — 5/300/P&L Tag Axles — 2/Unl/P&L RS -23-160 79163 RC -23-161 RC -23-162' 71163 RC -23-165' ' Commuter coach only — 2/UnI/P&L Brake Components RS -21-160 MC -14002 MC -16003 FH -946 Center Non -drive Axles — 5/300/P&L Cam Cast PIusTM 2/100/P&L MC -26000 Q+ Drum BrakeTM' 2/100/P&L 71063 ASA' 2/100/P 79063 Hubs/Cast Drums and Other Wheel -end Components 1/UnI/P All Other Brakes 1/UnI/P EX+ Air Disc Brake 2/100/P&L ' Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. 10 OFF-HIGHWAY SERVICE WARRANTY INFORMATION Industrial And Off -Highway Service Vehicles ■ Load-On/Load-Off ■ Port Tractor • Rail Yard Spotter • Roll-On/Roll-Off • Stevedoring Tractor • Trailer Spotter ■ Yard Jockey • All -Terrain Crane ■ Rough Terrain Crane ■ Forestry • Material Handling • Specialized Heavy Haul Industrial And Off -Highway Service Typically Is • Low mileage operation • Low speed vehicle speed restriction • Vehicles are not typically licensed for highway use • Six (6) starts/stops per mile (typical) Front Non -Drive Steer Axles — 1/UnI/P ■ Specialized Mining ■ Excavator ■ Compactor ■ Fertilizer Spreader ■ Snow Blower ■ Mining IN Rail Car Mover • Loader ■ Tow Tractor • Pushback Tractor Coverage under Meritor's warranty require that the application of products be properly approved Pursuant to DEM and Meritor approvals. contact Meritor regaa specific application approval questions on any product line, FF- 941 MFS -12 -144A -N MFS -18 -193A -N FF - 943 MFS -13 -143A -N MFS -20 -133A -N FF - 961 MFS -13 -144A -N MFS -20 -135A -N FF - 966 MFS -14 -143A -N MFS -20 -192A -N FG - 941 MFS -16 -122A -N MFS -20 -193A -N FG - 943 MFS -16 -133A -N MFS -22 -135A -N FL - 941 MFS -16 -135A -N MFS -22H -135A -N FL - 943 MFS -16 -143A -N MFS -22 -193A -N FN -951 MFS -18 -133A -N MFS -22H -193A -N MFS -12 -143A -N MFS -18 -135A -N MON-ZO FAMILY Gearboxes — 1/UnhP&L MGX-240 MGX-279 MGX-279D MGX-280 MGX-285 MGX-292 MGX-314 MGX-376 MGX-377 MGX-378 MGX-380 MGX-384 MGX-402 MGX-413 Transfer Cases — 1/UnI/P MTC -4213 MTC -4210 MTC -4208 MTC -4206 -FV (TC -38) MTC -3106 -FV (TC -137) MTC -3111 (T-2111) MTC -3112 -CV (529 & 548C) MGX-448 MGX-456 MGX-478 MGX-480 MGX-487 MGX-488 MGX-505 Drivelines — 1/UnI/P RPL MXL Brake Components Cam P Q+ Drum BrakeTM ASA Hubs/Cast Drums and Other Wheel -end Components Hydraulic Disc Brakes All Other Brakes Planetary Axles — 1/UnI/P MOB MOC MOD MOE MGX-506 MGX-514 MGX-519 MGX-520 MGX-522 MGX-524 MGX-527 MTC -3116 (T-2111) MTC -3118 -FV (TC -180 & TC -180-23) MTC -3118 -CV (358) MTC -3120 -FV (TC -143) MTC -3124 (T-2119) MTC -3205 -GV (MTC -25/247) MTC -3205 -GV (MTC -25/350) MOF MOG MOH MOR MGX-528 MGX-533 MGX-534 MGX-536 MGX-537 MGX-541 MGX-545 MTC -3205 -GV (RTC -25/350) MTC -3206 -FV (TC -237) MTC -3206 -CS (544) MTC -3208 -GV (RTC -50) MTC -3209 -GV (RTC -60/420) MTC -3209 -GV (RTC -60/380) MTC -3209 -GV (MTC -60/420) MOS MOT MOX MOY MOZ MGX-546 MGX-550 3/UnI/P 3/UnI/P&L 3/UnI/P 1/UnI/P 1/UnI/P 1/UnI/P MTC -3209 -GV (MTC -60/380) MTC -3212 -CV (315 & 548B) MTC -3312 -FV (TC -270) MTC -3220 -FC (TC -142) MTC -2212 -CV (306) 11 TERMS AND CONDITIONS Coverage Exclusions Product Description All The cost of any repairs, replacements or adjustments to a covered component (1) associated with noise; (2) resulting from the use or installation of non -genuine Meritor components or materials; (3) due to vibration associated with improper operation or misapplication of drivetrain components; and (4) damage resulting from corrosion. For axle assemblies supplied by Meritor with suspension and in- terface brackets designed and/or attached by non -Meritor parties, Meritor warranty coverage does not apply to the brackets, bracket attachment methods, and field issues caused by brackets or bracket attachments to any covered component unless specified in a separate OEM agreement. Front Axles King Pin Bushings. Rear Axles Self-contained traction equalizers and oil filters. The use of NoSPIN differentials will result in the exclusion of axle shafts from warranty considerations. NoSPIN is a product of Eaton. ASA Boot and bushing. Bent, broken, over -torqued, missing or otherwise damaged pawl assemblies. Cam Brake Brake lining wear and brake shoe "rust -jacking." Disc Brake Pad wear, rotor wear. Coverage Limitations Product Description All Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/UnI/P). Front Axles Tie rod and tie rod ends limited to 3-year/300,000-mile or published vocational coverage, whichever is less. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles Pinion and through shaft seals limited to 3-year/300,000-mile or published vocational coverage, whichever is less, if yoke is installed by Meritor. If yoke is not installed by Meritor, then Meritor does not warrant pinion seals. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles The Meritor® breather part number A -2297-C-8765 with A -3196-J-1336 hose must be used for eligibility of any potential warranty consideration relating to contamination and/or loss of lube in axles. Cam Brake Limited to bracket, brake spider and camshaft structural integrity. STEELite X30 Wearable life is up to the discard diameter of the drum. Disc Brake Warranty coverage for boots, seals, bushings and pins is 2/200/P. Warranty coverage for pads is 1/100/P. Warranty coverage on vehicles with 1,850 Ib -ft engine torque and over may be reduced on individual drivetrain components. Contact your Meritor representative for specific details. 12 TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? Meritor Heavy Vehicle Systems, LLC warrants to the owner ("Owner") that the components listed in this publication, which have been installed by an Original Equipment Manufacturer ("OEM") as original equipment in vehicles licensed for on -highway use, will be free from defects in material and workmanship. This warranty coverage begins only after the expiration of the OEM's vehicle warranty for the applicable covered components. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed elsewhere in this warranty statement. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Components (whether new, used or remanufactured) installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. For certain components, coverage requires the use of specific extended drain interval or synthetic lubricants. For further information about lubrication and maintenance, see Meritor publication Maintenance Manual Number I and the applicable Meritor maintenance manual for the product in question. Other conditions and limitations applicable to this warranty are detailed below. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? This warranty does not cover normal wear and tear; nor does it cover a component that fails, malfunctions or is damaged as a result of (I) improper installation, adjustment, repair or modification (including the use of unauthorized attachments or changes or modification in the vehicle's configuration, usage, or vocation from that which was originally approved by Meritor), (II) accident, natural disaster, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the axle and/or driveline capacity), or (III) improper or insufficient maintenance (including deviation from approved lubricants, change intervals, or lube levels). This warranty does not cover any component or part that is not branded by Meritor. For vehicles that operate full or part time outside of the United States and Canada, a one year, unlimited mileage, parts only warranty (1/UnI/P) will apply. (5) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at Meritor's option. Meritor reserves the right to require that all applicable failed materials are available and/or returned to Meritor for review and evaluation. (6) (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify Meritor through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the Meritor components have been (1) incorporated prior to the vehicle in-service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with Meritor directly. Failure to notify Meritor of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/UnI/P) from the initial in-service date. A second Owner and each subsequent Owner must also notify Meritor as to the intended vocational use of the vehicle. This notification can be sent directly to Meritor or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. (8) Coverage under Meritor's warranty requires that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP -9441 for axles, SP -8320 for trailer axles, (9) TP -12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. Disclaimer of Warranty. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESSED, IMPLIED OR STATUTORY INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. Limitation of Remedies. In no event shall Meritor be liable for special, incidental, indirect, or consequential damages of any kind or under any legal theory, including, but not limited to, towing, downtime, lost productivity, cargo damage, taxes, or any other losses or costs resulting from a defective covered component. To Obtain Service. If the Owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either Meritor or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM new truck and/or trailer dealer or authorized Meritor service location. The dealer will inspect the vehicle and contact Meritor for an evalu- ation of the claim. When authorized by Meritor, the dealer will repair or replace during the term of this warranty any defective Meritor component covered by this warranty. Entire Agreement. This is the entire agreement between Meritor and the Owner about warranty and no Meritor employee or dealer is authorized to make any additional warranty on behalf of Meritor. This agreement allocates the responsibilities for component failure between Meritor and the Owner. Product models, brands, names and trademarks depicted herein are the property of their respective owners and, except where otherwise indicated, are not in any way associated with Meritor Heavy Vehicle Systems. LLC, or any parent or affiliate, thereof. MERITOR Meritor Heavy Vehicle Systems, LLC 2135 West Maple Road Troy, Michigan 48084 USA For more information: call Ontrac at 866-668-7221 or visit meritor.com 02018 Meritor, Inc. Litho in USA, SP -95155 Revised 1-19 (47865/11900) 1. LIMBED WARRANTY Fire and Rescue Apparatus Three (3) Year Material and Workmanship Meritor Wabco ABS Brake System Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer Coverage: The Meritor Wabco ABS brake system shall be covered by Meritor Wabco as indicated in the attached Meritor Wabco warranty coverage description Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period Ends After. Three (3) Year Conditions and Exclusions: See Also Paragraphs 2 thru4 The exclusions listed In the attached Meritor Wabco warranty description shall apply. This limited warranty shal apply only it the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/25/2013 WA0232 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, dnvelines, axles, water pumps and generators: with respect to al such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance. Buyer must notify Pierce within the time period specified in paragraph 1, and shal make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time. Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shal be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE. OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any lability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or- any rany associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (d any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. WARRANTY Warranty coverage is essential to protecting your investment. But understanding the full details of your coverage can be challenging. This straightforward approach allows you, our valued customer, to better understand how your specific vehicle applications will be covered in your region. Our component warranty coverage is provided according to vocation/usage categories listed below. • Linehaul covers high mileage operation (over 60,000 miles/year) on well-maintained major highways of concrete or asphalt construction. • General Service covers moderate mileage operations (less than 60,000 miles/year) on well-maintained public roads (less than 10 percent off-road) typically with less than three (3) stops per mile. • Heavy Service (Vocational) covers vehicles with more than 10 percent off-road OR moderate to frequent starts/stops typically with more than three (3) stops per mile. • Off -Highway Service covers lower mileage operations. Vehicles are not typically licensed for highway use. Number of Years How to Read Warranty Coverage (Example) Mileage (in thousands) UnI=Unlimited P=Parts Only P&L=Parts & Labor 3 300 P • The standard aftermarket warranty for WABCO products - including WABCO Original parts, WABCO Reman Solutions, ProVia quality aftermarket parts and WABCO retrofit solutions - is one year, parts only from in-service date when purchased from ZF distributor networks or its affiliates and/or subsidiaries. WABCO WARRANTY - MODEL YEAR 2021 VEHICLES LINEHAUL/GENERAL SERVICE WARRANTY INFORMATION LINEHAUUGENERAL SERVICE VEHICLES • Aerial Ladder Truck • Aerial Platform • Ambulance • Auto Hauler • Beverage Truck • Bulk Hauler • Chip Hauler (Truck) • Cross Country Coach • Doubles • Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Grain Hauler • Intercity Coach • Intermodal Chassis LINEHAUL TYPICALLY IS • High mileage operation (over 60,000 miles/year) • Well maintained major highways of concrete or asphalt construction • Livestock Hauler • Meat Packer • Movina Van • Municipal Truck • Pipe Hauler • Platform Auto Hauler • Pumper • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight • School Bus • Stake Truck • Tanker • Tanker Truck • Triples • Tour Bus • Wrecker GENERAL SERVICE TYPICALLY IS • Moderate rnileage operations (less than 60,000 miles/year) • Well maintained public roads (less than 10% off-road) • Less than three (3) stops per mile WABCO Components' Air Management Air Brake Valves 1/100/P&L Trailer Lift Axle Control Valve Trailer Control Line Filter Air Compressors (ALL)2 2/200/P&L Air Dryers (ALL) Aerodynamics OptiFlove' TrailerSkirt 3/300/P&L 2/UnU/P OptiFlow" Trailer Tail and AutoTail Braking Systems ABS (Anti -Lock Braking System) Air 2/UnVP 3/300/P&L 2/200/P&L ABS (Anti -Lock Braking System) Hydraulic Electronic Braking System (EBS) Electronic Stability Control (ESC) Roll Stability Control (RSS) Trailer Rot Stability Support (RSS) Trailer ABS (Anti -Lock Braking System)3 Driveline Suspension Control Clutch Controls Leveling Valves 1/100/P&L OptiRide' Automated Manual Transmission (AMT) OptiRide Electronically Controlled Air Suspension (ELAS) 3/300/P&L WABCO Components' (cont.) Safety OnGuardACTIVEk' 3/300/P&L OnLane" OnLaneALERT OnSide' Trailer SafeStartI Trailer TaiIGUARDT.' Telematics TrallerCASTTM Telematics Device 3/300/P&L Wheel End Solutions EasyFitT" Slack Adjuster 6/600/P MAXXUS T M Truck Air Disc Brake 5/500/P&L IVTM - Wheel Module 6/P IVTM - Al Other Products 2/P Pan 17 and 19 Ar Disc Brake 2/Unl/P and 1 /Unl/L Pan 22 Air Disc Brake 5/500/P and 1/L TRISTOPTr^ D Actuator w/ IBV or IRB 6/600/P TRISTOPTF" D Actuator 3/300/P UNISTOPTM Actuator 21200/P Trailer MAXX22TTM Air Disc Brake 5/500/P and 1/L ZF and WABCO branded components. WABCO compressors installed on Cummins, Mercedes, and UDC engines are not warranted Of serviced by Z.F. Please contact your respective dealer/distributor of those engines for warranty and servicing. An extended warranty of 4/400/P w+ll aop6 when a WABCO Tr ilei Control Line Fitter is used in combination with a WABCO Trailer ABS valve. HEAVY SERVICE (VOCATIONAL) WARRANTY INFORMATION HEAVY SERVICE VEHICLES • Airport Rescue Are (ARF) • Airport Shuttle • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle • City Bus • Commercial Pick -Up • Concrete Pumper • Construction Material Hauler • Crash Fire Rescue (CFR) • Mixer • Demolition • Drill Rig • Dump • Emergency Service • Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration • Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler • Michigan Special Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Newspaper Delivery • Package Delivery • Pick-up and Delivery • Rapid Intervention Vehicle (RIV) • Rear Loader • Recycling Truck • Residential Pick-Up/Waste • Rigging Truck • Roll Off • Scrap Truck • Semi -End Dump • Sewer/Septic Vacuum • Shuttle Bus • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • Tractor/ Trailer with Jeeps • Transfer Dump • Transfer Vehicle • Transit Bus • Trolley • Utility Truck • Winch Truck HEAVY SERVICE TYPICALLY IS • On/Off road vocations (1 O% or more off-road) OR • Moderate to frequent starts/stops typically more than three (3) stops per mile WABCO Components' Air Management Air Brake Valves 1 /100/P&L Air Compressors (ALL)2 Air Dryers (ALL) Trailer Control Line Filter Braking Systems ABS (Anti -Lock Braking System) Air 3/300/P&L ABS (Anti -Lock Braking System) Hydraulic 2/200/P&L Electronic Braking System (EBS) 3/300/P&L Electronic Stability Control (ESC) Trailer ABS Valve' Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Driveline Suspension Control OptiRide` ' Electronically Controlled Air Suspension (ECAS) 2/200/P8L Leveling Valves 1/100/P&L Clutch Controls 2/200/P&L Safety OnGuardACTIVE'°' 3/300/P&L OnLane OnLaneALERT OnSide Trailer SafeStartTM Trailer TaiIGUARDTC Telematics TrailerCASTTM Telematics Device 3/300/P&L Wheel End Solutions EasyFit'im Slack Adjuster 2/200/P MAXXUSTM Air Disc Brake 1/Unl/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Unl/P&L Trailer MAXX22TTM 1/UnVP&L TRISTOPTM D Actuator w/ IBV 3/Unl/P TRISTOPTM D Actuator 2/200/P UNISTOPTM Actuator 1/100/P 1 ZF and WABCO branded components. 2 WABCO corepressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective desieridistnbu or of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will apply when a'WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. WARRANTY - MODEL YEAR 2021 VEHICLES INDUSTRIAL/OFF-HIGHWAY SERVICE WARRANTY INFORMATION INDUSTRIAL AND OFF-HIGHWAY SERVICE TYPICALLY IS • Low mileage operation • Vehicles are not typically licensed for highway use Market Agriculture Common Application Types Fertilizer Spreader, Tractor, Heavy Duty Ag Trailers, Harvester, Sprayer, Skid Loader, Silage Bagger, Slurry Wagons, Grain Cart Airport Support Pushback Tractor, Towing Tugs, Aircraft Tow Tractor, Refueling Trucks, Food Service Trucks, Baggage Tractors, De -Icing Equipment, Runway Gearing Equipment Construction Al -Terrain Crane, Rough Terrain Crane, Excavator, Compactor, Wheel Loader, Road Roller, Motor Grader, Articulated Dump Truck, Rubber Tire Road Roller, Backhoe Loaders, Haul Trucks, Scraper Rough Terrain Forklifts, Trenchers, Drills Forestry Logging Forwarder, Kdder, Loaders, Yard Forklifts, Harvesters Fellers Material Handling Port Tractor, Rail Yard Spotter, Stevedoring Tractor, Trailer Spotter, Yard Jockey, Scissor Lift, Straddle Carrier, Manlift, Forklift, Boom Lift Telebandlers, Aerial Work Platforms Mining Specialized Mining, Excavator, Haul Truck, Underground Loader, Service Trucks, Vvheel Loaders, Scrapers, Load Haul Dumps, Personnel Transports, Bolters, Scalers Municipal Street Sweeper Utility Tractor, Utility Trucks, Tree Trimmers, Dump Trucks, Tow Trucks, Rat Bed Trucks, Winch Applications Oil & Gas Fracturing Trailer, Injecter Heads, Top Drives, Jack/Lift Boats, Wireline Trucks, Load -On / Load -Off Rail Railcar Mover, Track Layers, Grinders, Platform Crane, Locomotive Railcars, Ballast Equipment, Winch Applications WABCO Components' Air Management Air Brake Varves 2/UnVP Air Compressors (ALL )2 Aft Dryers (ALL) Brake Actuation Air/Hydraulic Actuators 2/UnVP Master Cylinders Remote Actuators Slave and Wheel Cylinders Two Fluid Actuators Brake Locks Brake Locks (ALL) 2/UnVP Electric Brake Locks Lever Locks Braking Systems ABS (Anti -Lock Braking System) Ar 1 /100/P&L ABS (Anti -Lock Braking System) Hydraulic Driveline Suspension Control Clutch Controls 1/100/P&L Leveling Valves Electrohydraulics & Controls Electronic Pedals 2/Unl/P Electrohydraulic Brake Valves (EBV) Pressure Switches Hydraulic Braking Solutions Accumulator Charging Valves 2/UnVP Hydraulic Throttle Controls and Switches Modulating Brake Valves Wheel End Solutions EasyFitTM Slack Adjuster 2/200/P Caliper Disc Brakes 2/UnI/P MAXXUSTM Air Disc Brake 1/UnI/P&L Multiple Disc Brakes 2/UnVP IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Unl/P&L TRISTOPTM D Actuator w/ IBV 3/Unl/P TRISTOPTM D Actuator 2/200/P UNISTOPTM Actuator 1/100/P ZF and WABCO branded components. 2 WABCO corepressors installed on Cummins; m erns, Mercedes and DDC engines are not warranted or serviced by ZF Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 Equivalent hours of service limit: 2,000 hours for all components. TERMS AND CONDITIONS COVERAGE EXCLUSIONS PRODUCT DESCRIPTION ALL PRODUCTS This Warranty shall not apply to the following, but not limited to: (1) damage to the product or its component parts caused by incorrect use, installation, maintenance or repair, including without limitation (a) improper fit of mating components or brackets, damaged threads, cut, broken, chafed, pinched or otherwise damaged wiring (sensors, harnesses and connectors), (b) sensors damaged during removal when seized in block, or associated with sensor adjustments/ alignments, and (c) damage resulting from the use or installation of non -genuine WABCO components or materials; (2) damage to the product, its component parts, or diminished product or component part performance due to incorrect operation, deviation from approved conditions or misapplication; (3) any unauthorized disassembly of the product or its component parts including without limitation (a) obliterated, defaced or missing WABCO or WABCO name plate, serial numbers or label identifying the device as a ZF product or WABCO component, (b) changes to sealed adjusting screws, and (c) opening or attempted repair of non -serviceable components; (4) malfunction of the component due to internal contamination of the vehicle system including without limitation (a) water and other contamination damage that is due to the use of a non -genuine air dryer cartridge or (b) valve failures due to contamination in air system, (5) complaints associated with noise, (6) damage resulting from corrosion (including oxidation of electrical devices and connections). AIR DRYERS Mounting brackets (see vehicle OEM). Desiccant cartridge housing only. AIR SYSTEM COMPONENTS Normal wear items; Gladhand seals, dash valve knobs, valve actuation handles, treadles, pedals. ABS, ELECTRONIC STABILITY CONTROL (ESC), ROLL STABILITY CONTROL (RSC), OPTIRIDE®, ONGUARD® AND ONLANE®, COLLECTIVELY "ELECTRONICS" Failure of electronic components due to overvoltage condition, improper grounding, electrostatic discharge (ESD), improper shielding, electromagnetic interference (EMI), or other wiring or installation issues. Malfunctions and failure codes caused by other electronic subsystem failures (data bus, engine, transmission, dashboard, etc.) HYDRAULIC COMPONENTS For certain components, brake fluid DOT3 or DOT4 is used as the operating medium. Use of any other fluid will void all warranties associated with that component. For hydraulic braking applications the brake fluid is considered a maintenance item. Maintenance intervals are listed in TB - 1367. COVERAGE LIMITATIONS PRODUCT DESCRIPTION ALL PRODUCTS Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, 1 /Unl/P. For vehicles that operate full- or part-time outside of the United States and Canada, a 1-Year/Unlimited Miles parts only (1 /Unl/P) will apply. TOOLBOX PLUSTM DIAGNOSTIC SOFTWARE Proper diagnostics of WABCO Electronics may require the latest version of TOOLBOX PLUSTM. Additional labor due to use of an outdated version of TOOLBOXTM software and/or the time to purchase or install the latest version of TOOLBOX PLUSTM are not covered under product warranty. WARRANTY - MODEL YEAR 2021 VEHICLES TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? ZF CV Systems North America LLC and its North American subsidiaries and affiliates (ZF) warrant to the owner ("Owner'') that the components listed in this publication, which have been installed by an Original Equipment Manufacturer ("OEM") as original equipment will be free from defects in material and workmanship. This warranty coverage begins frorn the original in-service date to the limits provided and runs concurrently with any warranties provided by OEMs and/or any distribution agreements and/or any service contracts that cover the cornponents listed in this publication, if any. If the components listed in this publication are covered by an OEM warranty and/or service contract. then the OEM's warranty and/ or service contract shall supersede ZF's warranty and Owner shall comply with all OEM's warranty and/or service contract requirements for claims under such OEM's warranty and/or service contract until those agreements expire. Once those agreements expire and provided the ZF warranty has not expired under the terms stated above, the ZF warranty wit be in effect until its expiration date. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Oanor, or, the applicable rnileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed previously in this publication. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Additional diagnostic time due to use of an outdated version of TOOLBOXTM, time to purchase or install latest version of TOOLBOXTM are the responsibility of the authorized ZF distributor networks and are not covered under product warranty. Components installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify ZF through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the WABCO components have been incorporated prior to the vehicle in- service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with ZF directly. Failure to notify ZF of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1 /UnI/P) from the initial in- service date. A second Owner and each subsequent Owner must also notify ZF as to the intended vocational use of the vehicle. This notification can be sent directly to ZF or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under ZF's warranty requires that the application of products be properly approved pursuant to OEM and ZF, approvals. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? In addition to the items listed on "Coverage Exclusions," this warranty does not cover normal wear and tear, or service items; nor does it cover a component that fails, malfunctions or is damaged as a result of (a) improper handling, storage, installation, adjustment, repair or modification including the use of unauthorized attachments or changes or modification in the vehicle's configuration, usage, or vocation frorn that which was originally approved by ZF, (5) accident, fire or other casualty, natural disaster, road debris, negligence, misuse, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the brake system capacity), or (c) irnproper or insufficient maintenance (including deviation from maintenance intervals, approved lubricants, or lube levels). This warranty does not cover any component or part that is not sold by ZF. (5) To obtain service. If the owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either ZF or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM dealer or ZF distributor networks' servicer. The dealer or ZF authorized servicer will inspect the vehicle and contact ZF for an evaluation of the claim. When authorized by ZF, the dealer or ZF authorized servicer will repair or replace during the term of this warranty any defective WABCO component covered by this warranty. (6) Disclaimer of Warranty and Limitation of remedies. TO THE MAXIMUM EXTENT PERMITTED BY LAW, THE LIMITED ED WARRANTY SET FORTH HEREIN IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, ARISING BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE AND/OR WARRANTY FOR HIDDEN OR LATENT DEFECTS, AND IN NO EVENT WILL ZF OR ANY OF ITS AFFILIATES BE LIABLE FOR DIRECT, INDIRECT, INCIDENTAL, PROGRESSIVE, SPECIAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND. (7) Legal action. Any legal action or claim arising from or related to this Warranty, in contract or otherwise, must be commenced within one year from the accrual of that cause of action, or be barred forever. Any dispute arising in connection with this agreement shall be governed by and construed according to the laws of the State of Michigan and be brought, heard and determined exclusively in either the Circuit Court for the County of Oakland, State of Michigan or the United States District Court for the Eastern District of Michigan. The parties stipulate that the referenced venues are convenient. (8) Remedy. The exclusive remedy under this warranty shall be the repair or replacernent of the defective component at Z 's option. ZF reserves the right to require that at applicable covered components are available and/or returned to ZF for review and evaluation. THE MAXIMUM LIABILITY, IF ANY, OF ZF FOR ALL DAMAGES, INCLUDING WITHOUT LIMITATION CONTRACT DAMAGES. BREACH OF WARRANTY, NEGLIGENCE, STRICT LIABILITY, OR OTHER TORT, IS LIMITED TO AN AMOUNT NOT TO EXCEED THE PURCHASE PRICE OF THE PRODUCT and where indicated in the product and application warranty information above, the inclusion of labor is limited to the standard repair time. THE PARTIES ACKNOWLEDGE AND AGREE THAT THE LIMITATION OF DAMAGES PROVISION SET FORTH IN THIS PARAGRAPH SURVIVES BETWEEN THE ORIGINAL END USER AND ZF EVEN IF THE EXCLUSIVE REMEDY SET FORTH ABOVE IS DEEMED TO FAIL OF ITS ESSENTIAL PURPOSE. ZF may change the design or make improvements to its Products without incurring any warranty obligation for previously manufactured Product (9) Entire Agreement. This is the entire agreement between ZF and the Owner about warranty and no, ZF employee, or dealer is authorized to make any additional warranty on behalf of ZF unless in writing and signed by an authorized representative of ZF. For further product details contact your distributor or the WABCO Customer Care Center at 855-228-3203. About ZF Friedrichshafen AG ZF is a global technology company and supplies systems for passenger cars, commercial vehicles and industrial technology, enabling the next generation of mobility. ZF allows vehicles to see, think and act. In the four technology domains Vehicle Motion Control, Integrated Safety, Automated Driving, and Electric Mobility, ZF offers comprehensive solutions for established vehicle manufacturers and newly emerging transport and mobility service providers. ZF electrifies different kinds of vehicles. With its products, the company contributes to reducing emissions and protecting the climate. ZF, which acquired WABCO Holdings Inc. on May 29, 2020, now has 160,000 employees worldwide with approximately 260 locations in 41 countries. In 2019, the two then -independent companies achieved sales of €36.5 billion (ZF) and $3.4 billion (WABCO). For more information, visit: www.wabco-na.com 0 2021 ZF CV Systems North America LLC - All rights reserved - SP1375 / 2,2021 WABCO 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Structural Integrity Custom Cab Limited Warranty Subject to the limitations and exdusions set forth below, Pierce Manufacturing provides the following wananty to the Buyer: Coverage: The Pierce Custom Cab shall be free from structural failures caused by defects in material and workmanship Warranty Begins: The date of the original purchase Invoice (Issued when the product ships from the factory). Warranty Period Ends After- Ten (10) Years or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty applies only to the cab tubular support and mounting structures and other structural components of the cab of the vehicle model, as Identified in the Pierce spectlicatlons for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0012 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. j. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehides or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Pro -Rated Paint and Corrosion Cab Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Exterior surfaces of the cab painted by Pierce shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Ten (10) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty Is applicable to the vehicle In the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97.120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on the vehicle's Interior is warranted only under the Pierce Basic One Year Limited Warranty. items not covered by this warranty Include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0055 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY, If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in wilting by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehide as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Five (5) Year Material and Workmanship Command Zone Electronics Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Command Zone control modules shall be free from failures caused by defects in material and workmanship Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Five (5) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty applies to all of the control modules for the Command Zone system, Including the full color graphic displays. Related wire harnesses, cables and connectors are not covered under this limited warranty and are Instead covered under the Pierce One Year Basic Apparatus Umited Warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0014 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, induding, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety 1 the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus 54 Months Material and Workmanship Camera System Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Sharpvision camera system Installed on the apparatus occuring during tht warranty period. Warranty Begins: The date of delivery. Warranty Period Ends After. Fifty - Four (54) months Conditions and Exclusions: See Alsoharnesses, Paragraphs 2 thru 4 This limited warranty does not apply to related wire cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 1/11/2011 WA0188 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, addle environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYERS EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Material and Workmanship Pierce 12VLED // Strip Light erimikA_/ Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Pierce 12V LED strip lights Installed on the apparatus occuring during the warranty period. Warranty Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period Ends After. Ten (10) Year Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty does not apply to related wire harnesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierces maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/5/2011 WA0203 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or not; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (f any) or to the warranties (d any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. INI)MI IMMEIEIRIE1INEM ]IrNIIMIIMEINIC'7]I EINIMIIMINIE MEli'IMINEINEKEINIMIKEIMfL1lMIIEINIEIN?; Il if ]IV �'1f CI�If� I�II�IfL'ICf�J' li�l �O' ■ 1 ■ ■ ■ 5 i i 1 1 ■ 1 1 1 Allison Transmission. NEW PRODUCT WARRANTY PARTICIPATING OEM SALES DISTRIBUTOR SALES LIMITED WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS USED IN EMERGENCY VEHICLE APPLICATIONS Allison Transmission will provide for repairs or replacement, at its option, during the warranty period of each new Allison transmission listed below that is installed in an Emergency Vehicle in accordance with the following terms, conditions, and limitations. WHAT IS COVERED • WARRANTY APPLIES — This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and is provided to the original and any subsequent owner(s) of the vehicle during the warranty period. • REPAIRS COVERED — The warranty covers repairs or replacement, at Allison Transmission's option, to correct any transmission malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements will be performed using the method Allison Transmission determines most appropriate under the circumstances. • TOWING — Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent further damage to your transmission. • PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in section "APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE." • OBTAINING REPAIRS — To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or Dealer to perform necessary repairs. • TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and re -installation of the transmission, when necessary to make a warranty repair, are covered by this warranty. • WARRANTY PERIOD — The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail purchaser, with the following exception: Demonstration Service - A transmission in a new truck or bus may be demonstrated to a total of 5000 miles (8000 kilometers). If the vehicle is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be entitled to the remaining warranty. APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE Months 0-24 0-24 0-36 0-60 0-60 Transmission Miles Or Kilometers No Limit No Limit No Limit No Limit No Limit No Charge No Charge No Charge No Charge No Charge No Charge No Charge No Charge No Charge No Charge Page 1 of 2 o Gl n z �'��� z v ��rz i� -r� zip ��• i •Iz 7, ti r72'7 ,v 717F, ; ;,i NININIfeJlMINIIMIE IMEIMMEE JMININIMINERNIE NINIMINIMMIWIMTLINIoelonliMINIMENEE MINI eI�If�JI REIMINIMIN9 WHAT IS NOT COVERED • DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION — Defects and damage caused as the result of any of the following are not covered: — Flood, collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle; — Misuse of the vehicle: — Installation into unapproved applications and installations: — Alterations or modification of the transmission or the vehicle, and — Damage resulting from improper storage (refer to long-term storage procedure outlined in the applicable Allison Service Manual) — Anything other than defects in Allison Transmission material or workmanship NOTE: This warranty is void on transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled. • CHASSIS, BODY, and COMPONENTS — The chassis and body company (assemblers) and other component and equipment manufacturers are solely responsible for warranties on the chassis, body, component(s), and equipment they provide. Any transmission repair caused by an alteration(s) made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s). • DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in the OPERATOR'S MANUAL — Defects and damage caused by any of the following are not covered: — Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; — Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator's Manual. • MAINTENANCE — Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the owner's responsibility. • REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison Transmission Distributor or Dealer are not covered. • USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are not genuine Allison Transmission parts are not covered. • EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle use; inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs. • "DENIED PARTY" OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non -participating OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a "denied party" or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury. OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT This warranty gives you specific legal rights and you may also have other rights which vary from state to state. Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** ** Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OTHER TERMS APPLICABLE TO OTHER END-USERS THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. QUESTIONS If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission Distributor or Dealer or write to: Allison Transmission, Inc. P.O. Box 894 Indianapolis, IN 46206-0894 Attention: Warranty Administration PF -9 Form SE0616EN (201009) Page 2 of 2 Fire and Rescue Apparatus Five (5) Year Material and Workmanship - Transmission Oil Cooler Three (3) Year Collateral Damage Coverage Limited Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: The transmission cooler shall be free from component or structural failures caused by defects In material and/or workmanship. Collateral damage up to $10,000 per occurrence Is available for the first three (3) years. Warranty Begins: The date of delivery to the first retail purchaser. Warranty Period Ends After Five (5) Years on Oil Cooler and three (3) years on collateral damage coverage Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty does not cover repair due to accidents, misuse, and excessive vibration, flying debris, storage damage (freezing), negligence or modification. This warranty Is void H any modification or repairs are performed without authorization. This also voids any future warranty. This warranty does not cover cost of maintenance or repairs due to lack of required maintenance services as recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Towing is covered to the nearest distributor or authorized dealer only when necessary to prevent further damage to your transmission. Labor costs for the removal and reinstallation of goods may be covered when necessary to make repairs. Please contact your OEM for authorization. Replacement of cooler during the warranty period is limited to 100% of reasonable labor costs up to a maximum of $700 to remove, replace, or repair the oil cooler. This limited warranty shall apply only if the product is properly maintained in accordance with Pierces maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2012 WA0216 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. lt the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time pertod specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shah repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierre) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Effective 1 August, 2009 'gill.V oc W Z .� W W 06 dit Z PlIVIAP1 � W W F 'PI Lim �ed� 1 1T4g Q-1 13.1 II /Vs CI G .(7)W FPO ", oe OG O Z LIFETIME SERVICE WARRANTY United Plastic Fabricating, Inc. (hereinafter called "UPF") warrants each POLY TANK®, Booster/Foam Tank POLYSIDE® Wetside Tank, Integrator Tank/Body, ELLIPSETM Elliptical Tank, Ellip-T-Tank Tank and DEFENDERTM Skid Tank to be free from defects in material and workmanship for the service life of the original vehicle (vehicle must be actively used in an emergency re- sponse for fire suppression). All UPF Tanks must be installed and operated in accordance with the UPF Installation and Operating Guidelines. Failure to do so can void the warranty. Every UPF Tank is inspected and tested before leaving our facility. Should your UPF Tank require service, please notify UPF via email, fax, in writing or by calling UPF at 1-978-975-4520. Please provide the serial number, a de- scription of the service request, the location along with the phone number and name of the contact person. Our goal is to have scheduled work completed within a reasonable time period. Under a valid warranty claim, UPF will cover the cost to repair the UPF Tank including the customary and reasonable costs to make the tank accessible such as the removal and reinstallation of the tank if authorized in advance (pre -approved) by UPF. The warranty will not cover tanks that have been im- properly installed, operated, misused, abused, or modified from its intended or designed use. Serial number must not have been altered, defaced or re- moved. Tanks that are not stored or installed properly whictresults in the tank suffering UV damage will not be covered by this agreement. Should UPF determine that the service claim is valid under this warranty for a tank located outside of the United, States and Canada, UPF will assume the costs for labor and material for the warranty repair, as described above plus all travel costs to the U.S. port of embarkation.' Costs for airline travel outside of the U.S. and Canada will not be the responsibility of UPF. In the event the tank,shall become stationed In an:area of the world that is considered to be a warrzone' or wheren�unsafe conditions exist for the safe passage of United States Nationals, as reported byu the United States Depart- ment of State, (http://www.state.gov), and a request to perform service or warranty repairs, UPF reserves the right to refuse tohonor such requests. It is the purchaser's responsibility to relocate the tank to an area where such repairs can be performed without undue risk to UPF employees or their des- ignee. UPF will make every reasonable effort to support our products though alternative means. For EllipseTM elliptical tanks, a separate five year warranty provided by the subcontractor is applied to the sub -frames, chute linings (rubber isolation strips) and metal components. The stainless steel wrap provided by UPF shall be warranted by the subcontractor performing the wrap installation in accordance with their warranty in place at the time of the installation. UPF will not be liable for any warranty costs associated with the wrap, sub -frames, chute linings (rubber isolation strips) and metal components but will assist with all claims on behalf of its customer. For PolySide® wetsided tanks and IntegratorTM Tank/Body units, all polypro- pylene components related to the tank shall carry the standard UPF lifetime Continued on back i:CI ICC F- 0 ti service warranty. Other polypropylene components, including but not limited to compartments, wheel wells, fenders and other body related components shall be warranted by UPF for a period of ten years. The warranty for the PolySide® and IntegratorTM units excludes paint or hardware, which shall be covered by the manufacturer of the paint/hardware. All UPF tanks 50 gallons or less utilized for non -fire applications and installed on specialty vehicles such as ATVs, trailers, boats, etc. are covered under a separate warranty policy available from UPF. Further, UPF ProtectorTM foam and water trailers are warranted under a separate warranty policy available from UPF. This UPF warranty is transferable within the United States only with prior writ- ten approval by UPF (except an original apparatus manufacturer may assign this warranty to the first titled owner/lessee of the apparatus). UPF will NOT reimburse any unnecessary work and/or work that has not been pre -approved. Any and all third party charges must be pre - authorized and approved in writing by UPF prior to commencing the work. Any unauthorized third party repairs, alterations, actions or modi- fications will not be covered and can void the warranty. UPF will be the sole determining authority as to whether a service claim will be valid and covered under this warranty. In no event will UPF be liable for an amount in excess of the purchase price of the booster/foam tank at the time of manufacture or for any loss or dam- age, whether direct, indirect, incidental, consequential, or otherwise arising out of failure of its product. Loss of contents (water, foam, etc.) shall not be the responsibility of UPF. Further, UPF is not responsible for costs associated with service repairs to chassis, sub -frames, bodies, valves, dumps, hoses, pressure vacuum vents, and other components (i.e. liquid level transducers, etc.). Further, UPF will not cover the cost for travel of the vehicle to and from a repair facility. This warranty contains the entire warranty. It is the sole warranty and price agreements or representation, whether oral or written, are either merged herein or expressly cancelled. UPF neither assumes, nor authorizes any per- son supposing to act on its behalf to change, nor assume for it, any warranty or liability concerning its product. This warranty gives you specific legal rights, and you may also have other rights which vary from state to state. Some states do not allow exclusion or limitation or incidental or consequential damage, so the above limitation or exclusion may not apply to you. Since some states do not allow limitations on the length of an implied warranty, the above limitation may not apply to you. THERE ARE NO WARRANTIES, EXPRESSED OR IMPLIED, WHICH EX- TEND BEYOND THE DESCRIPTION OF THE FACE HEREOF. THERE IS NO EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY OR A WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE. ADDITION- ALLY, THIS WARRANTY IS IN LIEU OF ALL OTHER OBLIGATION OR LIABILITIES ON THE PART OF UPF. POLY -TANK®,& POLYSIDE® are registered trademarks of UPF, Inc. INTEGRATOR'", ELLIPSE', ELLIP-T-TANK" & DEFENDER' are trademarks of UPF, Inc. © 08/01/09 UPF, Inc. Printed in the USA PIERCE MANUFACTURING INC. BULLETIN TO: All Dealer Service Representatives From: Kevin Hanegraaf DATE: January 4, 2010 RE: UPF Tank Warranty Policy — Truck in Accident Service Topic #292 To keep the UPF tank warranty valid on trucks that have been involved in a vehicular accident, it is UPF's policy that the customer must remove the tank from the truck and send it back to one of UPF's facilities for inspection. In the event that this does not take place, the warranty will be considered null and void. The customer must remove and send the tank back to UPF for inspection in order to maintain the original warranty coverage, at which time it will be: - Filled with water - Visually inspected - Ultraviolet spark tested on articulating test stand in the dark - Recommendation for repairs if necessary provided by UPF - Fully evaluated and repaired by UPF If your customer chooses to leave the tank on the truck and wants a technician to inspect and/or repair the tank in the field, then the warranty is no longer in effect. This direction is upheld by UPF because the technician cannot inspect the entire tank when it is still installed on the truck. Note: This memo is intended to relay the information Pierce has received on UPF's tank warranty for trucks that are in a vehicular accident. In the event of an actual claim, we direct you to consult with UPF's service Manager Maura Watts (800-638-8265 x253) 2600 AMERICAN DRIVE • APPLETON, WI 54912-2017 • 920-832-3000 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Structural Integrity Apparatus Body Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: The apparatus body shall be free from structural failures caused by defects in material and workmanship Warranty Begins: The date of the original purchase invoice (Issued when the product ships from the factory). Warranty Period Ends After: Ten (10) Years - or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty applies only to the body tubular support and mounting structures and other structural components of the body of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0009 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facllity which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY, If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehides or products or any associated equipment, cost of substitute vehides or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. A&A MANUFACTURING Pierce Warranty Statement for Gortite Roll Up Doors Rev 2/24/2011 All mechanical components of the door shall be warranted to be free from defects in materials and workmanship for the lifetime of the vehicle. All parts covered under this warranty shall be to the original owner. A&A manufacturing warrants that painted doors shall be free of blistering, peeling, bubbling, or any other adhesion defect caused by defective manufacturing methods or paint material selection. The time period for the coverage shall be 6 years from date of door shipment to Pierce. Satin anodized finish doors shall be warranted for 6 years against corrosion defects from date of door shipment to Pierce. Replacement of decals/Scotchlite is not covered. The maximum amount A&A will reimburse for labor is $60.00 per hour and the maximum amount of time allowed for repair is as follows: Door 1.0 Hr. Slat Replacement 1.0 Hr. Pennant Plate Replacement 1.0 Hr. Roller Replacement .5 Hr. Seal Replacement .5 Hr. Switch/Magnet Replacement 1.0 Hr. Travel Time 4.0 Hr. A&A Manufacturing Co., Inc. 2300 S. Calhoun Road • New Berlin, WI 53151 • Phone (262) 786-1500 • Fax (262) 786-3280 Waterous Seven -Year Limited Warranty WATEROUS warrants, to the original Buyer only, that products manufactured by WATEROUS will be free from defects in material and workmanship under normal use and service for a period of seven (7) years from the date the product is first placed in service, or seven and one-half (7-1/2) years from the date of shipment by WATEROUS, whichever period shall be the first to expire; provided the Buyer notifies WATEROUS, in writing, of the defect in said product within the warranty period, and said product is found by WATEROUS to be nonconforming with the aforesaid warranty. When required in writing by WATEROUS, defective products must be promptly returned by Buyer to WATEROUS at WATEROUS' plant at South St. Paul, Minnesota, or at such other place as may be specified by WATEROUS, with transportation and other charges prepaid. A Returned Material Authorization (RMA) is required for all products and parts and may be requested by phone, fax, email, or mail. The aforesaid warranty excludes any responsibility or liability of WATEROUS for: (a) damages or defects due to accident, abuse, misuse, abnormal operating conditions, negligence, accidental causes, use in non -firefighting applications, or improper maintenance, or attributable to written specifications or instructions fumished by Buyer; (b) defects in products manufactured by others and furnished by WATEROUS hereunder, it being understood and agreed by the parties that the only warranty provided for such products shall be the warranty provided by the manufacturer thereof which, if assignable, WATEROUS will assign to Buyer, if requested by Buyer; (c) any product or part, altered, modified, serviced or repaired other than by WATEROUS, without its prior written consent; (d) the cost of dismantling, removing, transporting, storing, or insuring the defective product or part and the cost of reinstallation; and (e) normal wear items (packing, strainers, fitters, Tight bulbs, anodes, intake screens, mechanical seals, etc.). ALL OTHER WARRANTIES ARE EXCLUDED, WHETHER EXPRESS OR IMPLIED BY OPERATION OF LAW OR OTHERWISE, INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT, WHETHER AS A RESULT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR ANY OTHER CAUSE OF ACTION, SHALL WATEROUS BE LIABLE FOR ANY PUNITIVE, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES, OR FOR PERSONAL INJURY OR PROPERTY DAMAGES. The exclusive remedy of Buyer and the sole liability of WATEROUS, whether based on contract, warranty, tort or any other basis of recovery whatsoever, is expressly limited at the election of WATEROUS to: (a) the replacement at the agreed point of delivery of any product or part, which upon inspection by WATEROUS or its duly authorized representative, is found not to conform to the limited warranty set forth above, or (b) the repair of such product or part, or (c) the refund or crediting to Buyer of the net sales price of the defective product or part. BUYER'S REMEDIES CONTAINED HEREIN ARE EXCLUSIVE OF ANY OTHER REMEDY OTHERWISE AVAILABLE TO BUYER. Waterous Company 125 Hardman Avenue South South St. Paul, MN 55075 USA www.waterousco.com WATEROUS F-2891 (04/15/20) 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Material and Workmanship Stainless Steel Piping Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: Stainless steel piping shall be free from structural failures caused by defects In material and workmanship, or perforation caused by corrosion. Warranty Regina: The date of the original purchase invoice (Issued when the product ships from the factory). Warranty Period Ends After: Ten (10) Years 1 or 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 Pierce's obligation under this warranty is limited to repairing or replacing without charge, as Pierce may elect, the stainless steel piping or components which Pierce determines to have failed due to defective material and workmanship, or perforation caused by corrosion. This warranty does not cover the use of fluoroproteln (FP) type foam. The sodium chloride within FP foam can cause longderm damage to system components If not thoroughly flushed immediately after use. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 3/22/2012 WA0035 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, aides, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Piercy, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. My repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Pro -Rated Paint and Corrosion Custom Body Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Exterior surfaces of the body shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. Warranty Begins: The date of the original purchase invoice (Issued when the product ships from the factory). Warranty Period Ends After: Ten (10) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, If any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 26% integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint Paint on the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. items not covered by this warranty Include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0057 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, induding, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus One (1) Year Material and Workmanship Graphics Fading and Deterioration Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: Coverage: Each graphic lamination shall be free from defects in material. workmanship, fading, and deterioration. Warranty Begins: The date the apparatus Is placed In service, or 60 days from the original buyer invoice date, whichever comes first. Warranty Period Ends After: One (1) Year Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty does not cover damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2010 WA0168 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehides unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES, Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited wananty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 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 or associated equipment. 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 manufactured or furnished for Customer by Company pursuant to the Specifications. h. "Purchase Price" means the Total price set forth in the Quotation, after applicable pricing adjustments set forth in the Quotation. 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), 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. 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. 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 B 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 (0 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 (i) 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. FLORIDA SHERIFFS ASSOCIATION FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 General Conditions 4 1.01 BID CORRESPONDENCE 4 1.02 PURPOSE 4 1.03 TERM OF CONTRACT 4 1.04 QUANTITIES 4 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 4 1.06 FUNDING 5 1.07 CURRENCY 5 1.08 DEFINITIONS 5 1.09 ELIGIBLE PURCHASERS OF CONTRACT 6 1.10 LEGAL REQUIREMENTS 7 1.11 PATENTS & ROYALTIES 7 1.12 FEDERAL AND STATE STANDARDS 7 1.13 UNDERWRITERS' LABORATORIES 7 1.14 AMERICANS WITH DISABILITIES ACT 8 1.15 REASONABLE ACCOMMODATION 8 1.16 MINORITY BUSINESS ENTERPRISE (MBE) 8 1.17 ANTI -DISCRIMINATION 8 1.18 BEST COMMERCIAL PRACTICES 8 1.19 PUBLIC ENTITY CRIMES (PEC) 8 1.20 TAX EXEMPTION 9 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 9 1.22 COMMUNICATIONS 9 1.23 CLARIFICATION AND ADDENDA 9 1.24 SIGNED BID CONSIDERED AN OFFER 10 1.25 ASSIGNMENT OF CONTRACT 10 1.26 TERMINATION OF PRODUCT LINE 10 1.27 METHOD OF AWARD 10 1.28 DEMONSTRATION OF COMPETENCY 11 1.29 VENDOR ABILITY TO PERFORM 11 1.30 FINANCIAL RESPONSIBILITY 11 1.31 QUALITY AND SAFETY 12 1.32 NONCONFORMANCE 12 1.33 GRATUITIES 12 Page 1 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.34 TIE BIDS 12 1.35 RIGHT TO AUDIT 12 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS 13 1.37 ELIMINATION FROM CONSIDERATION 13 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE 14 1.39 COLLUSION 14 1.40 DEFAULT 14 1.41 PROTESTS AND ARBITRATION 14 1.42 NONPERFORMANCE 15 1.43 SEVERABILITY 16 1.44 TERMINATION FOR CAUSE 16 1.45 TERMINATION WITHOUT CAUSE 17 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO 17 2.0 BIDDER INSTRUCTIONS 18 2.01 BIDDER QUALIFICATIONS 18 2.02 LICENSING & FACILITIES 18 2.03 INSURANCE AND INDEMNIFICATION 19 2.04 ITEM SPECIFICATIONS 20 2.05 FIXED PRICES 21 2.06 DISCOUNTS 21 2.07 SEALED BIDS 21 2.08 EXCEPTIONS 21 2.09 MISTAKES 21 2.10 EQUIVALENTS 21 2.11 PRE-BID MEETING 22 2.12 PRICES QUOTED 22 2.13 OPTION PRICING 22 2.14 EMERGENCY LIGHTS AND SIRENS 23 2.15 BID SUBMISSION 23 2.16 EXECUTION OF BID 24 2.17 MODIFICATION OR WITHDRAWALS OF BIDS 24 2.18 LATE BIDS 24 2.19 PUBLIC BID OPENING 25 2.20 DETERMINATION OF RESPONSIVENESS 25 2.21 RESPONSIBLE BIDDER CRITERIA 25 2.22 BASIS FOR AWARD 25 2.23 BID TABULATIONS 26 Page 2 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT 26 2.25 CONE OF SILENCE 26 3.0 CONTRACT CONDITIONS 27 3.01 GENERAL REQUIREMENTS 27 3.02 STATEMENT OF AUTHORITY 27 3.03 VENDOR CONTACT INFORMATION 27 3.04 ADDITIONS AND DELETIONS 27 3.05 CONTRACT EXTENSION 27 3.06 PRICE ADJUSTMENTS 28 3.07 CONDITIONS 29 3.08 PRODUCTION CUTOFF 29 3.09 FACILITIES 29 3.10 FACTORY -INSTALLED OPTIONS 29 3.11 VENDOR -INSTALLED OPTIONS 29 3.12 NON-SCHEDULED OPTIONS 30 3.13 AMBULANCE REMOUNT 30 3.14 FORCE MAJEURE 31 3.15 ORDER 31 3.16 DELIVERY 32 3.17 INSPECTION AND ACCEPTANCE 32 3.18 REGISTRATION, TAG AND TITLE 33 3.19 CAB AND CHASSIS PURCHASES 33 3.20 INVOICING AND PAYMENTS 33 3.21 WARRANTY 33 3.22 PURCHASE ORDERS 33 3.23 QUARTERLY REPORTS 34 3.24 ADMINISTRATIVE FEE 34 3.25 LIQUIDATED DAMAGES 35 Appendix A: Bid Calendar 37 Appendix B: ACH Payments 38 Appendix C: Federal Clauses 39 Page 3 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 General Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, "FSA". Please be sure to reference the bid number and title, and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The purpose of this bid is to establish contracts with manufacturers and manufacturer's authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a "no trade-in basis." If a purchaser has a desire to offer vehicles/equipment for trade to the vendor, the purchaser and dealer may do so at their sole discretion, separate and apart from this contract. The Florida Sheriffs Association invites interested bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one two-year (2) term from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of contract begins April 1, 2023 and ends March 31, 2025. Contract extensions will only be executed when the FSA determines, based on then -existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES Over the last two years, eligible users purchased an average of 237 items from this contract each year. Items sold depend on many factors, including the vendor's marketing efforts, established business with local governments and products awarded. Neither the FSA nor any eligible user is obligated to place any order for a given amount subsequent to the award of this bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. Page 4 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non -appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 DEFINITIONS The terms used in this contract are defined as the following: A. Base item specification: Items developed by the FSA for bidders to bid on. These items may be unique to FSA and require additional components to the standard manufacturer specifications and equipment. B. Bidder: A bidder or enterprise that submits a formal bid to the FSA Cooperative Purchasing Program in accordance with the FSA CPP Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. C. Bid System: The online application used for the submission of bids and review of bid results for the item specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. D. Build Sheet: A document from the bidder or manufacturer that confirms that the bid item specifications submitted by bidders matches the FSA base item specification. Build sheets include, but are not limited to, the factory options list and door data plate info for the vehicles. They provide details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the FSA Cooperative Purchasing Program. Dealers may be vendor -owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. G. Factory: Refers to the manufacturer produced products. H. Florida Sheriffs Association Cooperative Purchasing Program (FSA): The entity that administers the Invitation to Bid and contract administration functions for this contract. I. Fleet Advisory Committee (committee): An employee of a sheriffs office or other local governmental agency, or person who FSA identifies as subject matter expert who assists with the development of item specifications and evaluation of bid responses. The committee makes recommendations to the FSA and is not responsible for final awards. J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to bidders, vendors, dealers, and manufacturers to submit a price offer on a specific product to be provided. This term shall include the item specifications available to bidders on the bid system and references to solicitation documents. The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Item Specification Group: The item specification bid document contains the minimum base item specification requirements for each item or group of items within the competitive bid. L. Manufacturer: The original producer or provider of items offered on this contract. M. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents Page 5 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer's computer printouts b. Manufacturer's official website N. Non -Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base item specifications or options. 0. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the factory has reached maximum capacity for orders or are discontinuing the production of an item. P. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative, volume discounts or other discounts. Q. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes items, vehicles or equipment to a purchaser. R. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria or with vendor approval. S. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by bidders to submit a successful and complete bid. T. Terms & Conditions: This document serves as the governing contract for the identified FSA contract and bid. Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties. U. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. V. Vendor: The bidder that has been awarded items who agrees to provide the items meeting the base item specifications and are in compliance with the terms of the contract. The vendor must agree to the contract terms and conditions, which will serve as the governing contract for items sold. If the vendor is not the manufacturer, the vendor must be certified by the manufacturer to market, sell, provide, and service for an awarded item. W. Vendor Installed: A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids, or contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement and must agree to the terms and conditions of this contract. Page 6 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, bidders certify that they are willing to comply with the requirements outlined in Appendix C upon receipt of a federally funded purchase order. This is not a requirement of the bid or contract. Bidders are not required to opt -in; however, they are required to indicate whether they will opt -in or opt -out of receiving federally funded purchase orders. FSA has taken actions to provide and develop information, materials, and resources for bidders, vendors and purchasers that will assist in the use of federal funding with this contract. It is the responsibility of the purchaser to determine compliance for each vendor, if they wish to use federal funds for purchase, or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The bidder, without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all item specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Automotive Engineers (SAE), Fire Apparatus Vehicle Standards, and Federal Ambulance Standards (KKK -A -1822F), which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or State legal or regulatory requirements laws that become effective during the term of the Contract, regarding the commodities and contractual services' specifications, safety, and environmental requirements shall immediately become part of the Contract. The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. Page 7 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at (850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) As part of the solicitation process FSA makes information available to potentially qualified entities publicly available, and conducts additional outreach to qualified: • Small businesses, • Minority-owned small businesses, • Women -owned small business enterprises, and • Disadvantaged business enterprises. FSA takes necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible, as recommended by 2 C.F.R. § 200.321. FSA will: • Evaluate whether small, minority, and women's businesses are potential sources, • Place those qualified small and minority businesses and women's business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self -identify in the qualification packet whether they meet the state and federal definitions of a disadvantaged business. 1.17 ANTI -DISCRIMINATION The bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the item specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this item specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services Page 8 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a vendor, supplier, sub -vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms and Conditions, if issued • Contract Conditions • Addenda to Item Group Specifications, if issued • Item Specifications • Bidder Instructions • General Conditions 1.22 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this bid or in any written addendum to this bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted by e-mail to CPP@ flsheriffs.org. The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of item specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided, they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event Page 9 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions of conflict with the original item specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the item specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however, that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions, the vendor's award can be removed or replaced by another vendor or qualified, responsive bidder. 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the FSA. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA bid system constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor -in -interest must perform all obligations under this contract. FSA reserves the right to reject the acquiring entity as vendor. A change of name agreement will not change the contractual obligations of the vendor. In the event a manufacturer reassigns the product line to an alternate company, the vendor is required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the alternate company is not already an approved FSA vendor, they are required to submit a Qualifications Packet to the FSA to become an approved vendor prior to conducting any qualified sales. FSA may approve such assignments of existing or new vendors at its discretion. The vendor is required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a vendor terminates a product line (manufacturer or brand), the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. FSA may remove the terminated products from the contract. 1.27 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards for each item, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. Page 10 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a bidder, including past performance with the FSA in making the award. The FSA may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre -award inspection of the bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.29 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance and may require submission of supporting documentation to ensure that the vendor is providing sufficient financial support, equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement, the vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the vendor's ability to satisfy the obligations of the contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.30 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to Page 11 F5A23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.31 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non -certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.32 NONCONFORMANCE Items may be tested for compliance with item specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specifications and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.33 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practical after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of bidders' products or services. 1.34 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin Toss 1.35 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees, agents, assigns, successors, Page 12 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions sub -vendors, or third -party suppliers in whatever form they may be kept — written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor's employees, agents, assigns, successors, and third -party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub -vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA's findings to vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Where vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The vendor shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the vendor or any person the vendor has designated in the completion of the contract as a result of the bid. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. Page 13 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease the item base price to maximize awards thus denying purchasers a fair price. Bidders or vendors who are found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Dealers which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.40 DEFAULT In case of default on the part of vendor, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked bidder or from other sources. A defaulting vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.41 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Page 14 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.42 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell items for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility, the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at its sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items, or other actions as determined by FSA at its sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result in termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. Page 15 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser, the contract can be terminated and the vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order consistent with vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Orders must be fulfilled if the item is a base model or whether it includes options. The vendor must deliver this product if they were awarded the contract — regardless of profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney's fees incurred in the recovery of these damages. 1.43 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.44 TERMINATION FOR CAUSE If through any cause within the reasonable control of the vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event, the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. Page 16 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.45 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination, which shall become effective 30 calendar days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balance of the contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the vendor intends to use the logo. The official FSA sheriffs star and wreath logo may not be used without prior written permission. Page 17 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 BIDDER QUALIFICATIONS Bidders are required to complete the qualification packet as part of the bid submission. A bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre -Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References (if applicable) o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Vehicle Technician Attestation • State compliance attestations o E -Verify o Workers Compensation o Drug -Free Workplace o Motor Vehicles Dealer license • Federal compliance attestations o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificate of Insurance for awarded vendor The qualification packet is located on the bid system. 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealer's License in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If bidders do not have a facility, the bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a bidder does not maintain a facility within the State of Florida, the bidder must have a plan as to how the bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the bidder plans to contract out for service, a copy of the service agreement; and • Service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. Page 18 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The sufficiency of the Warranty Service Plan may be evaluated by the FSA. The FSA reserves the right to request additional information from a bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however, that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense. Vendor shall not be liable for any cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the bidder's insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five business days prior to the contract award date. The vendor may not begin performance under the contract until such Certificates have been approved by the FSA. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non - owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. Page 19 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA. It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third -party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third -party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third -party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third -party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the vendor. The FSA can request and the vendor shall furnish proof of insurance within seven calendar days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 ITEM SPECIFICATIONS All items covered by this contract shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the bid system or FSA base item specification. If awarded, bidders must supply an item that either meets or exceeds all the requirements included in the applicable specifications. Page 20 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The base item specifications are contained in the FSA bid system, may be requested from FSA and are retained within FSA's archive. As part of the bid submission, all bidders will be required to provide information confirmation that the item bid meets the base item specification or may have their bid rejected. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. FSA develops the item specifications with subject matter experts and publicly available information. However, FSA does not have access to full details from the manufacturer and relies on bidders to assist in this process. Bidders should immediately notify the FSA of any inaccuracies in the item specifications. All notifications of inaccuracies must be in writing. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or price adjustment as provided herein. 2.06 DISCOUNTS Discounts must be offered on this contract and shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for each item and option listed. The bidder has the authority to offer additional discounts based on quantity, as well as additional manufacturer or bidder discounts. 2.07 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA Bid System. 2.08 EXCEPTIONS Any requested exceptions, deviations, or contingencies a bidder may have to the terms and conditions must be documented in bidder's submission. Exceptions to the item specifications at the time of the bid submission shall reference the item number, make and model. FSA has the discretion to grant or deny, in whole or in part, the bidders requested exception, deviation or contingency to the specifications or terms and conditions. Bidder acknowledges that if FSA rejects the proposed exceptions, the bid may be disqualified. 2.09 MISTAKES Bidders are expected to examine the item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.10 EQUIVALENTS Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base item specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality, design and construction than the intended replacement item in the base item specification. Page 21 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders must provide the manufacturer name and model number (or product identifier) of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid, cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, item specification or entire award can be removed by the FSA. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.11 PRE-BID MEETING Prospective bidders are required to attend or participate in the Pre -Bid Meeting. The Pre -Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA to clarify questions on the terms and conditions and to confirm all item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre -Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the item specifications are finalized. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested authorization, signs a memo to agree to meet all the terms and conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. These prices must be inclusive of all components included in the item specification. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined within these terms & conditions. The administrative fee is three quarters of one percent (.0075). Prices must be Free On Board (FOB) destination and include shipping and delivery to the purchaser. 2.13 OPTION PRICING The bidder shall offer a discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturer's published list price for any options offered, if awarded. The FSA has the discretion to disqualify bidders if the option pricing is excessive or if options listed are not available for the item bid. Options are intended to add or delete equipment or features from the item specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and Page 22 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions should not be made available for purchase separate from the base item. Bidders shall NOT use options to create an item that is available as another item bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the item specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for all factory options. Options available through the factory should be bid and supplied to purchaser as "factory" options, unless otherwise requested in writing by the purchaser. Factory package options are allowable under this contract. Factory package options included in the bid submission must detail what components the package includes. If a bidder will offer registration and title services as a fee for service, the bidder must include the administrative fee as a separate option (i.e. line item) for each item bid. Government imposed fees should not be included in this option pricing. If the bidder wishes to offer credit to the purchaser for an option that is standard on the FSA item specification, the bidder should include the word "Credit" at the beginning of the description field, and continue to describe the option being credited. For example, "Credit: one key fob" and enter the price the bidder will credit the purchaser. 2.14 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: "Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties." Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA may request certificates for a vendor's installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government -imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the contract. 2.15 BID SUBMISSION Bidders must submit a bid electronically using the bid system. Bid submissions include pricing for the item, as well as required documentation. The bid must be received by the date and time specified on the Bid Calendar seen in Appendix A. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink Page 23 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The bid system is located at httlas://www.mvvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to bidders after registering in the bid system. Contact VendorLink at support@vendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, bidders shall: • Input a bid price for each item • Upload files as instructed in the bid system; files requested will be in .pdf format. • Follow all instructions outlined in this ITB and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet • Build sheet for each item bid as a single .pdf • Any requested exceptions or equivalents FSA may ask awarded bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. 2.16 EXECUTION OF BID By submitting a response to this Invitation to Bid, the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All terms and conditions are applicable throughout the term of the contract and not specific to any given year, make or model. 2.17 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder must withdraw the bid, the bidder must contact FSA immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.18 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the bidder. The FSA is not responsible for delays caused by technical problems, any Internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. Page 24 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.19 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA will provide a bid inspection period for bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 2.20 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the contract. As set forth in Section 2.26, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.21 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non -responsible. In determining a responsible bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements as set forth by these Terms & Conditions, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process. FSA reserves the right to determine which responses meet the requirements, item specifications, terms and conditions of the solicitation, and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as non -responsible. 2.22 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by item and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second and third lowest bidder by item and by manufacturer and determined to be in the best interest of the FSA and the purchaser. FSA has the discretion to consider option pricing in making the award. Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. See Appendix C, II to 2 CFR Part 200. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. Page 25 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.23 BID TABULATIONS In the event that more than one bid is submitted per item a Bid Tabulation report will be posted on the FSA Cooperative Purchasing Program website after the bid submission closes as identified on the bid calendar. If there is a delay in posting the bid tabulation results, FSA will post a notice of the delay and a revised date for posting of results. 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.25 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, technical questions regarding problems incurred in the use of the bid system, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. Page 26 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA and the awarded vendor. The terms and conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The vendor shall maintain current contact information with FSA at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the vendor must notify FSA immediately. 3.04 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor/Manufacturer performance; or • Lack of relevance of products. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year-to-year basis. The vendor may request price adjustments for contract extensions as provided for in the price adjustment section. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered unless otherwise provided for in this contract. The FSA reserves the right to in its sole discretion, elect to implement an optional term or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of the FSA. Month -to -Month Continuation In the event that a new contract is not active at the time of this contract's expiration, this contract's terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. Page 27 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.06 PRICE ADJUSTMENTS This contract provides the following options for price adjustments: • Annual Price Adjustments • Changes to Production or Design • Manufacturer Certified Adjustments • Surcharges • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price and must be submitted as a percentage change. If a dollar amount is provided, FSA will calculate the percentage change. Annual Price Adjustment The FSA may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of any changes to national or state standards that require substantial price adjustments. Changes resulting from PPI will be verified by the FSA, after the vendor requests a price adjustment under this provision and identifies the commodity code for each item as designated by the BLS. In the event of changes to national or state standards, the vendor must present verifiable changes from the manufacturer in price to FSA. FSA may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA will consider the request and will make a final determination on the change in price. For any price adjustment to commence annually or on the first day of the contract extension, the vendor's request for price adjustment should be submitted 60 (sixty) days prior to the annual execution of the contract or to the expiration of the contract extension. Changes to Production or Design Significant changes by the manufacturer to the production and item specification design may also initiate a price adjustment request. FSA will consider order dates, production cutoffs, conditions as provided for in Section 3.08, as well as replacement or complete redesign of items when considering significant changes to manufacturer production or design. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA that shows a legitimate need for price adjustments. Surcharges Surcharges are increased costs that are imposed on awarded vendors for items sold on this contract. Surcharges can be related to the cost of materials, cost of transportation or shipping, or fees imposed by the governing entities. Since surcharges are imposed on awarded vendors, in order to request a price change, the vendor must document the origin of the surcharge. Page 28 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The vendor must provide manufacturer or supplier certification documentation that identify the reason or cause for the surcharge to FSA in advance of assessing surcharges to a purchaser. Surcharge After a Purchase Order is Issued When a purchase order has been issued, the vendor may present a surcharge with all required documentation to the purchaser for consideration. The purchaser may accept or negotiate a reduction in the surcharge or reject the surcharge at their discretion. Equitable Adjustments The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA in writing no Tess than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the items, FSA may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.10 FACTORY -INSTALLED OPTIONS All options specified as factory -installed are to be installed on the item at the primary site of assembly and is to be the manufacturer's standard assembly -line product. Aftermarket and vendor -installed equipment will not be accepted as factory -installed. Vendors found supplying aftermarket or vendor -installed equipment where factory - installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory -ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.11 VENDOR -INSTALLED OPTIONS All vendor -installed accessories, equipment, or options shall be installed according to the manufacturer's specifications. All vendor -installed options must be manufactured by an established manufacturer of the product Page 29 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with these terms & conditions. 3.12 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA published award. Vendors may provide non-scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.13 AMBULANCE REMOUNT Ambulance remount services may be offered by awarded vendors on this contract. Remount service providers shall maintain a minimum of $5,000,000 in Product Liability Insurance and a minimum of $1,000,000 in Professional Garage Keepers Liability Insurance. It is the responsibility of the vendor to maintain the insurance requirements under the Terms and Conditions. Proof of adequate coverage shall be provided to the purchaser upon request. All remount service providers must be registered with National Highway Traffic Safety Administration (NHTSA) as a new vehicle manufacturer as required by law (49 CFR 571.7(e)). The remounter shall follow all recommended guidelines and practices as published and prescribed by the OEM chassis manufacturer for the chassis platform supplied. This includes: 1. Compliance with Federal Motor Vehicle Safety Standards (FMVSS); 2. Incomplete Vehicle Document (IVD) for appropriate chassis; 3. OEM Body Builder's Guide for appropriate chassis; and 4. Ford QVM Program Truck Guidelines or other OEM Chassis Upfitter programs. The remounter must have financial strength to adequately support any warranty obligation provided to the customer and be able to verify this to the purchaser upon request. The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warranty the ambulance and furnished equipment against parts failure or malfunction due to design, construction or installation errors, defective workmanship and missing or incorrect parts for a minimum period of 12 months or 12,000 miles (whichever occurs first) from date of acceptance, exclusive of any authorized driveaway mileage. 2. However, if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including prorated adjustments, or if the remounter generally extends to their customers a greater or extended warranty coverage, the purchaser shall receive corresponding warranty benefits. The remounter must follow all recommended guidelines and requirements which apply to the new chassis, as well as application and installation of all components and equipment included in the remounted vehicle. This shall include suitability and generational compatibility of key components to meet both make and model year of chassis utilized. Page 30 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The remounter shall perform the following series of steps to determine viability of the proposed remount vehicle prior to production: 1. The viability process shall include a visual inspection of ambulance body module for overall condition to determine suitability and feasibility for forward service life. This shall include the compatibility of the body to the proposed new chassis. 2. This viability process shall include, and the remounter shall provide, a Scope of Work document which shall include an itemized proposal to the customer and a notice of compliance to FMVSS requirements, as well as weight balance and payload analysis and projections. A minimum payload of 1,500 pounds is required. 3. The remounter shall inform the purchaser of any additional deficiencies or defects discovered during the production process and inform the purchaser immediately whereby remediation shall be mutually determined. It is the responsibility of the vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the production process for the remounted vehicle to include: 1. Evaluation and physical assessment of original vehicle; 2. Engineering analysis for major modifications such as change in chassis type or body mounts; 3. The actual production sequence and process; and 4. Written and verified quality control and function checks. 3.14 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.15 ORDER To initiate a purchase, a purchase order must be issued to the vendor, which includes: • FSA contract title and number; • FSA item number, and the make and model or item description; and • Purchaser name, phone number and email address. The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver an awarded item that will be fully compatible with all options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and provided to the purchaser and FSA fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the vendor from the purchaser. Page 31 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If a vendor receives a purchase order for an item for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. Purchase orders may include additional terms and conditions established by the purchasing agency. When presented with a purchase order containing additional requirements beyond those established herein, the vendor may negotiate any additional requirements with the purchaser prior to accepting the purchase order. 3.16 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA base item specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor's expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. The vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: • Copy of the purchase order • Copy of the FSA base item specification • Copy of manufacturer's Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered • Copy of the pre -delivery service report • Registration warranty certification • Owner's manual • Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. Deliveries within 2,500 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an "OUT OF SERVICE" cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchaser. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. When items require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the vendor until the items are satisfactory and accepted by the purchaser. 3.17 INSPECTION AND ACCEPTANCE Page 32 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the item specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. 3.18 REGISTRATION, TAG AND TITLE Title items shall be the responsibility of the vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the vendor or the vendor's contracted third - party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.20 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. The Local Government Prompt Payment Act will apply to ensure timely payment of vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.21 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser's warranty should not be active for incomplete items and items delivered to a third -party supplier before final delivery. 3.22 PURCHASE ORDERS The vendor must submit electronic copies of purchase orders within fifteen (15) calendar days of the purchase order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the vendor after this deadline must be submitted to FSA as soon as possible with the date received by the vendor and cause for the delay. Purchase orders should contain the following information: • Purchaser name • Purchase order number • Purchase order issue date • FSA contract title and number • Item number • Item make and model, or item description • Item price • Estimated delivery date. Page 33 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Purchase orders vary in format and information provided. If a purchase order does not include the above information, the vendor may submit supplemental documentation to FSA at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the vendor will be provided to FSA. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports should follow this schedule: Contract Year 1: April 1, 2023 — March 31, 2024 Year 1 Quarter 1 April 1—June 30 July 15 Year 1 Quarter 2 July 1 —September 30 October 15 Year 1 Quarter 3 October 1— December 31 January 15 Year 1 Quarter 4 January 1— March 31 April 15 Contract Year 2: April 1, 2024 — March 31, 2025 Year 2 Quarter 1 April 1—June 30 July 15 Year 2 Quarter 2 July 1— September 30 October 15 Year 2 Quarter 3 October 1— December 31 January 15 Year 2 Quarter 4 January 1— March 31 April 15 If a contract extension or renewal option are executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a vendor has no sales within a quarter, the vendor shall indicate "No sales this quarter" on the top row of the sales worksheet. If the vendor has no deliveries in a given quarter, the vendor shall indicate "No deliveries this quarter" on the top row of the delivery worksheet. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE Page 34 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded vendor. After receipt of payment from contract purchases, the vendor shall remit all administrative fees to the FSA no later than 15 calendar days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a quarterly report. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by item specifications, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Page 35 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Failure to report a Purchase Order to FSA within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 36 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A: Bid Calendar FSA23 - Fire & Rescue Bid Calendar Bid Calendar Task Date Invitation to Bi+`lAnnounce ne t (I B Registration for Workshop & Pre-bid Open Voluntary Wor sh ip or Int ted adders; Re tew Specifications P " New Specification requests due � I K q , , IY � �YP 44 Pf L � II4Pm Pre Bid me ting , q " " Request for Clarifications Due to FSA FWI �( R IL g � � 3 o$ p ,p � �'.». '@' r .4�'x m'�BPo a3-'�id��;l��'� ._,...�L"�� Bid System Open y�Gap�y6 ne Bid Submissions Due i Bid Tabulations Posted k�W#`a�` Bid al.,.uatio �, Intent To Award d Effective Date Of New Contract 0/11/202 11/1/2022 5 222" 12/16/2022 I / /2023- / 1/20/2023 a g "rtw`�'"'7'l �Y 1/31/2023 2/27/2023 3/1/2023 / 3/10/2023 4/1/2023 A 02 l � For the most up to date information, please refer to https://www.flsheriffs.org/law- enforcement- programs/cooperative-pu rchasing-program/bid-announcements * Details for the Workshop, Mandatory Pre -Bid Meeting, and Public Bid Openings will be posted on FSA's website, emailed to interested bidders, or can be found in Florida Administrative Register (as appropriate) for the dates published. FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B: ACH Payments FLORIDA SHERIFFS ASSOCIATION TO: All Customers of the Florida Sheriffs Association SUBJECT: Florida sheriffs Association is going paperless! Our association is pleased to announce the implementation of accepting electronic payments from customers. tryout' agency or company is able to pay via ACH, please consider adding the Florida Sheriffs Assodation to your list of vendors paid via electronic payment. Florida Sheriffs Associations Banking Information is as folknvs: Checking Account Capital City Bank Routing Number: 063100688 Account Number: 0010867001 Please email any payment remittance information to acaruntineggisheriffs.org. If you choose to make ACK payments to the association, there is no additional charge. However, the information above can be used to pay with a wire transfer. If you choose to pay via wire, there is a charge of $25 per wire that you will need to add to your payment. If you have any questions at all, please contact Trish Eldridge atteldridigetafIsheriffs.org. or call (850) 559-566B. sincerely, Trish l'afrit@e Director of Accounting and Finance Florida Sheriffs Association Page 38 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C: Federal Clauses APPLICABILITY OF THIRD PARTY CONTRACT PROVISIONS* (excluding micro -purchases, except Davis -Bacon requirements apply to construction contracts exceeding $2,000) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Equal Employment Opportunity Professionals Services/A&E Operations/ Management Construction All Materials`" Supplies Davis -Bacon Act >$2,000 Copeland "Anti -Kickback" Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti -Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower -tier federal assisted construction contracts. DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance Page 39 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower -tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a Page 40 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower -tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded ("SAM Exclusion"). Vendor shall obtain similar certifications from its lower -tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower -tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower -tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower -tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. Page 41 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Page 42 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3