Loading...
CONTRACT - SOLICITATION NUMBER RFP#113021DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC Sourcewell -11 Solicitation Number: RFP #113021 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Oshkosh Corporation, 1917 Four Wheel Dr., Oshkosh, WI 54902 (Supplier), and Supplier's consolidated subsidiaries as defined in the Proposal. Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Firefighting Apparatus and Fire Service Vehicles from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires February 10, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2021 1 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out, refurbished, or remounted Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily Rev. 3/2021 2 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; Rev. 3/2021 3 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government- owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2021 4 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Rev. 3/2021 5 DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 113021-OKC • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased Rev. 3/2021 6 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. Rev. 3/2021 7 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, Rev. 3/2021 8 DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 113021-OKC resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. Rev. 3/2021 9 DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 113021-OKC 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Rev. 3/2021 10 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no Tess broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products -Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not Tess than indicated below. The coverage must be subject to terms Rev.3/2021 11 DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 113021-OKC no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. D. WAIVER OF SUBROGATION. Omitted. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. Rev. 3/2021 12 DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 113021-OKC B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 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 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. Rev. 3/2021 13 DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 113021-OKC B. 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 with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 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 C.F.R. § 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. Supplier must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 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, Rev. 3/2021 14 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 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. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-76710.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have 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. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Rev. 3/2021 15 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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 C.F.R. § 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. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. Rev. 3/2021 16 DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. ** Remainder of page intentionally blank ** Rev. 3/2021 17 DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 By: Sourcewell Oshkosh Corporation DoeuSigned by: 3t,11)41 cd umart,5 C0FD2A139D06489... Jeremy Schwartz Title: Chief Procurement Officer 113021-OKC es W. Johns xecutive Vice Presi ent and President Emergency Se t 4/5/2022 1 4:53 PM CDT Date: Date: A4 Z/e- Approved: ,—DocuSigned by: 0A441, (outfit, —7E42B8F817A64CC... By: Chad Coauette Title: Executive Director/CEO 4/5/2022 1 4:54 PM CDT Date: Rev. 3/2021 18 DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 RFP 113021 - Firefighting Apparatus and Fire Service Vehicles Vendor Details Company Name: Does your company conduct business under any other name? If yes, please state: Address: Contact: Email: Phone: Fax: HST#: Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address: Pierce Manufacturing WISCONSIN 2600 American Drive Appleton , WI 54914 Michelle Swokowski mswokowski@piercemfg.com 920-832-3272 920-740-6252 Monday October 18, 2021 12:41:15 Tuesday November 30, 2021 16:18:31 Michelle Swokowski mswokowski@piercemfg.com 724f061 f-10fb-4d93-bd02-b5afd9c2b906 198.190.231.15 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line M r s, Question `—' ' J� a `"-� HN lie., 51 �I '-�`� 'dam �'� �C Ike ....� .'� 13esponse is I»T M� ' ja 9µ%i f..:£ "u £�t ' ���y i F:' �G � T 1 Proposer Legal Name (one legal entity only): (In the event of award, will execute the resulting contract as "Supplier) Oshkosh Corporation * 2 Identify all subsidiary entities of the Proposer whose equipment, products, or services are included in the Proposal. Pierce Manufacturing Inc. Oshkosh Airport Products, LLC 3 Identify all applicable assumed names or DBA names of the Proposer or Proposers subsidiaries in Line 1 or Line 2 above. As used herein, the "Company," "we," "us" and "our" refers to Oshkosh Corporation and its consolidated subsidiaries. "Oshkosh" refers to Oshkosh Corporation, subsidiaries, Pratt & Miller Engineering & Fabrications, LLC (Pratt Miller), Pierce Manufacturing Inc. (Pierce), McNeilus Companies, Inc. (McNeilus) and its wholly owned subsidiaries, Oshkosh Airport Products, LLC (Airport Products), Kewaunee Fabrications, LLC (Kewaunee (IMT) or any other subsidiaries. Other assume names herein are often identified to be Frontline Communications, ARFF, Airport , Pierce. 4 Proposer Physical Address: Oshkosh Corporation 1917 Four Wheel Dr. Oshkosh WI, 54902 Pierce Manufacturing Inc. 2600 American Dr. Appleton WI, 54914 Oshkosh Airport Products, 1515 County Rd. 0 Neenah WI, 54956 LLC. 5 Proposer website address (or addresses): www.oshkoshcorp.com www.Piercemfg.com, www.frontlinecomm.com, www.oshkoshairport.com, 6 Proposers Authorized Representative (name, title, address, email address & phone) (The representative must have authority to sign the 'Proposers Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): James W. Johnson Executive Vice President and President, Fire & Emergency Segment Pierce Manufacturing Inc. 2600 American Drive Appleton, WI 54914 Email: jjohnson@piercemfg.com Phone: 920-832-3000 Refer to authorized signers for Oshkosh Corporation, Pierce Manufacturing Oshkosh Airport Products in additional documents. and 7 Proposer's primary contact for this proposal (name, title, address, email address & phone): Michelle Swokowski Sales Operations Manager, Pierce Manufacturing Inc. 2600 American Drive Appleton WI 54914 Email: mswokowski@piercemfg.com Phone: 920-832-3272 8 =- Proposer's other contacts for this proposal, if any (name, title, address, email address & phone): Brianna Propson, Sales Representative, Oshkosh Airport Products, LLC. 1515 County RD 0 Neenah VVI, 54956 Email: bpropson@airport.oshkoshcorp.com Phone: 920-215-5135 Table 2: Company Information and Financial Strength Line! Item !' Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 9 Provide a brief history of your company, including your company's core values, business philosophy, and industry longevity related to the requested equipment, products or services. Oshkosh Corporation Overview Oshkosh Corporation was founded in 1917, driven by a breakthrough four-wheel drive system that gave people the courage and confidence to go places they never thought they would. Today, more than 14,000 Oshkosh team members are putting over 850 active patented technologies to work serving, developing, and connecting communities around the world. Oshkosh Corporation is a leading manufacturer and marketer of access equipment, specialty vehicles and truck bodies for the primary markets of access equipment, defense, fire & emergency and municipal, refuse hauling, concrete placement as well as airport services. s. Oshkosh products can be found in more than 150 countries under the brands of JLG®, Pierce®, Oshkosh® Defense, McNeilus®, IMT®, Jerr-Dan®, FrontlineTm, Oshkosh® Airport Products, and London•*^ and Pratt Miller. Pierce and Airport Products are subsidiaries of Oshkosh and are part of the Fire & Emergency Segment of Oshkosh. We believe in advancing the world around us through building, serving, and protecting people and communities. We are united by a common purpose: to make a difference in people's lives. Our values are the belief system that helps us ensure our behaviors are aligned with our purpose and drive us to do great work for great people. Oshkosh Core Values: WE PUT PEOPLE FIRST • We treat people how they need to be treated. • We keep people safe, within our walls and those using our products. • We care for the emotional, physical, and financial wellbeing of our people. • We celebrate what makes each of us unique. • We value other's words and ideas. • We respect the impact we have on each other; on the people we serve and in communities around the world. WE DO THE RIGHT THING • We do the right thing, the right way, for the right reasons. • We take responsibility for our actions. • We speak up and share our thoughts and concerns. • We keep our promises. • We respect our environment: both where we work and the planet we rely on. WE PERSEVERE • We push the bounds of technology and engineering to bring value to our customers and those who count on us. • We challenge the impossible to make a difference every day. • We are courageous and steadfast. • We strive to overcome obstacles and achieve our goals. WE ARE BETTER TOGETHER • We welcome ideas different from our own. • We rely on diversity to drive innovation. • We create an inclusive, empowering environment for all. • We work together across geographies, platforms, business units and functions to help our company reach its fullest potential. Business Philosophy: Our strategy is "Innovate. Serve. Advance." We innovate customer solutions by combining leading technology and operational strength to empower and protect the everyday hero. We serve and support those who rely on us with a relentless focus throughout the product lifecycle. We advance by expanding into new markets and geographies to make a difference around the world. As a corporation, our culture is one committed to conducting business with integrity, in accordance with the highest ethical standards and in compliance with applicable laws and regulations. The guidelines, laws, regulations, policies, and procedures that govem our conduct as employees and contractors of Oshkosh Corporation are embodied in our Code of Ethics & Standards of Conduct - The Oshkosh Way. Business Longevity: Pierce was founded in 1913 and is the leading domestic designer and manufacturer of fire apparatus assembled on custom chassis, designed, and manufactured to meet the special needs of firefighters. Pierce also designs and manufactures fire apparatus assembled on commercially available chassis, which are produced for multiple end -customer applications. Pierce's engineering expertise allows it to design its vehicles to meet stringent industry guidelines and government regulations for safety and effectiveness. Pierce primarily serves domestic municipal customers, but also sells fire apparatus to the DoD, airports, universities, and large industrial companies, and in international markets. Pierce's history of innovation, research and development in consultation with firefighters has resulted in a broad product line that features a wide range of innovative, high-quality custom and commercial firefighting equipment with advanced fire suppression capabilities. In an effort to be a single - source supplier for its customers, Pierce offers a full line of custom and commercial fire apparatus and emergency vehicles, including pumpers, aerial platform, ladder and tiller trucks, tankers, light-, medium- and heavy-duty rescue vehicles, wildland Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 rough terrain response vehicles, mobile command and control centers, bomb squad vehicles, hazardous materials control vehicles and other emergency response vehicles. Refer to "Pierce Timeline.pdf' in Financial Strength and Stability folder. Oshkosh Airport Products is a leader in the design and sale of ARFF vehicles to domestic and international airports. These highly specialized vehicles are required to be in service at most airports worldwide to support commercial airlines in the event of an emergency. Our first Aircraft Rescue and Fire Fighting (ARFF) vehicle was delivered to the U.S. Navy in 1968. We are able to attract and retain new customers because we take pride in a quality product we build and provide second to none in service and support nationwide. We are the leading manufacturer of fire apparatus because of this — our loyal customers! Refer to "9. Oshkosh Corporation 2020 Annual Report.pdf, "9. Oshkosh Strategy Innovate Serve Advance Strategy.pdf', "9. The_Oshkosh Way_English.pdf', "9. 2020_Sustainability_Report.pdf', and "9. Equal Employment Opportunity.pdf' in Financial Strength and Stability folder for more information. 10 What are your company's expectations in event of an award? the The Sourcewell consortium program will extend another avenue for the fire industry customer base to purchase a fire apparatus efficiently and effectively through a proven program. The Sourcewell consortium will be a nationwide including Canada avenue that is promoted across the Pierce salesforce that consists of 23 authorized Pierce Dealers and their respective team members. The fundamental expectation is around education and promotion. The Pierce Dealer network and Airport Products sales team is expected to understand our product and the tools available to the customer to achieve what is in the best interest of the customer. 11 Demonstrate your financial strength and stability with meaningful data. This could include such items as financial statements, SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. Pierce Manufacturing Inc. and Oshkosh Airport Products, LLC are subsidiaries of Oshkosh Corporation, which is a publicly traded company. We have attached our annual report, SEC Filings along with the Dunn & Bradstreet report often used by lenders and investors to determine a company's eligibility for credit. This report along with any of the financial statements demonstrate Oshkosh Corporation and its subsidiaries to be financially sound. For additional information please refer to the below path. http://investor.oshkoshcorporation.com/investors/overview/ Oshkosh Corporation maintains an investment grade credit rating. The rating agencies periodically update the Company's credit ratings as events or changes in economic conditions occur. As of September 30, 2021, the long-term credit ratings assigned to the Company's senior debt securities by the credit rating agencies engaged by the Company were as follows: Fitch Ratings BBB-; Moody's Investor Services, Inc. Baaa3; Standards & Poor's BBB. Refer to "11. Oshkosh Corp Q4 and-Full-Year-Results-2021.pdf', "11. Oshkosh Corporation Form 10-K.pdf', "11. D&B Finance Analytics Report.pdf', "11. Bank of America. Oshkosh Reference.pdf', "11. Pierce Manufacturing Certificate of Status 062021.pdf', and "11. Oshkosh Airport Products Certificate of Status July 2021.pdf' in Financial Strength and Stability folder for more information. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 12 What is your US market share for the solutions that you are proposing? Pierce is the leader in domestic market share of fire apparatus. Oshkosh Corporation is traded on the New York Stock Exchange since 2002. Financial information can be obtained by visiting the below Zink. http://investor.oshkoshcorporation.com/investors/fi nancial-information/annual-and-quarterly- reports/default.aspx Fire & Emergency segment. Through Pierce, the Company is the leading domestic designer and manufacturer of fire apparatus assembled on custom chassis, designed and manufactured to meet the special needs of firefighters. Pierce also designs and manufactures fire apparatus assembled on commercially available chassis, which are produced for multiple end -customer applications. Pierce's engineering expertise allows it to design its vehicles to meet stringent industry guidelines and govemment regulations for safety and effectiveness. Pierce primarily serves domestic municipal customers, but also sells fire apparatus to the DoD, airports, universities and Targe industrial companies, and in international markets. Pierce's history of innovation, research and development in consultation with firefighters has resulted in a broad product line that features a wide range of innovative, high-quality custom and commercial firefighting equipment with advanced fire suppression capabilities. In an effort to be a single -source supplier for its customers, Pierce offers a full line of custom and commercial fire apparatus and emergency vehicles, including pumpers, aerial platform, ladder and tiller trucks, tankers, light-, medium- and heavy-duty rescue vehicles, wildland rough terrain response vehicles, mobile command and control centers, bomb squad vehicles, hazardous materials control vehicles and other emergency response vehicles. The Company, through Airport Products, is a leader in the design and sale of ARFF vehicles to domestic and international airports. These highly specialized vehicles are required to be in service at most airports worldwide to support commercial airlines in the event of an emergency. Many of the largest airports in the United States, including LaGuardia International Airport, John F. Kennedy International Airport, O'Hare International Airport, Denver International Airport, Baltimore -Washington 'International Airport, Dallas/Fort Worth International Airport, Tampa International Airport, Philadelphia International Airport and San Francisco International Airport, are served by the Company's ARFF vehicles. The U.S. government also maintains a fleet of ARFF vehicles that are used to support military operations throughout the world. Internationally, the Company's vehicles serve, among others, Beijing, China and more than fifty other airports in China; Singapore; Indonesia; Quebec, Canada; Abu Dhabi, UAE; and Birmingham, Cardiff, Manchester and Liverpool, United Kingdom. In addition, the Company has recently delivered ARFF vehicles to airports in Mexico, Japan, Egypt, Nepal, Iraq and the British Virgin Islands. The Company believes that the performance and reliability of its ARFF vehicles contribute to the Company's strong position in this market. The Company, through its Frontline brand, is a leading manufacturer, system designer and integrator of broadcast vehicles, including electronic field production trailers, satellite news gathering and electronic news gathering vehicles for broadcasters and command trucks for local and federal governments along with being 'a leading supplier of military simulator shelters and trailers under the Oshkosh Specialty Vehicles (OSV) brand. The Company's vehicles have been used worldwide to broadcast the NFL Super Bowl, the FIFA World Cup and the Olympics. 13 What is your Canadian market share for the solutions that you are proposing? Pierce along with their strong dealer sales and service network that has driven increase Canadian market share. The Pierce Canadian dealer consist of 3 dealers that lead multiple service locations. We also partner with MAXI -METAL Inc leveraging the MAXI Saber program since 2016 and US Contender since 2017. Each Dealer has a signed dealer agreement to sell Pierce fire apparatus in the designated territory awarded to them. They are Prime on contracts and are supported by the 2500+ Pierce employees. 14 Has your business ever petitioned for bankruptcy protection? If so, explain in detail. No Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 15 How is your organization best described: is it a manufacturer, a distributor/dealer/reseller, or a service provider? Answer whichever question (either a) or b) just below) best applies to your organization. a) If your company is best described as a distributor/dealer/reseller (or similar entity), provide your written authorization to act as a distributor/dealer/reseller for the manufacturer of the products proposed in this RFP. If applicable, is your dealer network independent or company owned? b) If your company is best described as a manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals your employees, or the employees of a third party? Pierce and Airport Products are best described as manufacturers. Pierce and Airport Products are best described as manufacturers. The Pierce Dealer network consists of 20 US based Dealers and 3 Canadian based Dealers. Each Dealer has a signed dealer agreement to sell Pierce fire apparatus in the designated territory awarded to them. They are Prime on contracts and are supported by the 2500+ Pierce employees. The Company believes the geographic breadth, size and quality of its Pierce fire apparatus sales and service organization are competitive advantages in a market characterized by a few large manufacturers and numerous small, regional competitors. Pierce's fire apparatus is sold through an extensive network of independent sales and service organizations with over 300 hundred sales representatives in the U.S. and Canada, which combine broad geographical reach with high frequency of contact with fire departments and municipal govemment officials. These sales and service organizations are supported by product and marketing support professionals and contract administrators at Pierce. The Company believes high frequency of contact and local presence are important to cultivate major, and typically infrequent, purchases involving the city or town council, fire department, purchasing, finance and mayoral offices, among others, that may participate in a fire apparatus bid and selection process. After the sale, Pierce's nationwide local parts and service capability is available to help municipalities maintain peak readiness for this vital municipal service. Oshkosh Airport Products The Company markets its Oshkosh -branded ARFF vehicles through a combination of direct sales representatives domestically and an extensive network of representatives and distributors in international markets, including Canada. Certain of these intemational representatives and distributors also handle Pierce products and will follow the same process as noted above. For service, we support both with intemal service support which is available 24/7/365 via our support line at 1-800-222- 6635 and extemal sales representatives. Refer to "15. Pierce. Airport Manufacturer. Products.pdf' in Company Information and Financial Strength folder for an overview of our manufacturing capabilities and product offerings. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 16 If applicable, provide a detailed explanation Pierce Manufacturing Inc. holds state licensing for Sales, Manufacturing, Motor 18 Describe any relevant industry awards or recognition that your company has received in the past five years outlining the licenses and certifications that Vehicles, and dealer license used accordance to the state laws. The Pierce Dealer are both required to be held, and actually network licenses independently holds as required by law in the state in which they held, by, your organization (including third parties and subcontractors that you use) in sell. Airport Products holds manufacturer's license, where required. pursuit of the business contemplated by this We also hold our Vendors accountable to the utmost standards. Beyond ISO RFP. certifications and compliance, we require our supply chain of major components to obtain a score of 80% or above on a supplier quality audit performed by Oshkosh Corporation supplier quality. ISO 9001:2015 Certification: Pierce Manufacturing Inc. was the first single -source manufacturer of custom fire apparatus in North America to achieve ISO 9001 certification. Pierce has achieved ISO 9001:2015 certification which covers all aspects of our business life cycle, from engineering and manufacturing to customer service. ISO 9001 certification demonstrates a company's commitment to quality. To keep their ISO 9001 registered status, companies are re -audited twice per year through third -party verification to prove they are maintaining good practices. ISO 9001 certification further assures customers that a fundamental quality system is in place. It's a solid foundation for continuous improvement always striving to get even better. An ISO -certified manufacturer, like Pierce, accepts nothing but the best from its suppliers. Pierce asks its suppliers to meet many of the same stringent quality requirements and works with them to improve their quality systems as well. Refer to "16. ISO 9001.2015 Pierce Mfg and entities.pdf' in Financial Strength and Stability folder for certificate. UL ULC: Pierce is the first fire apparatus manufacturer to be both third party certified to NFPA 1901-2013 edition and ULC listed to Canada ULC -S515-04 standard. Third Party Vehicle Inspection Program by Underwriters Laboratories to ensure our products are 100% N.F.P.A. compliant to 1901 standards. The certification includes all design, production, operational and performance testing of the complete apparatus. All products must pass all tests before a truck is released into Canada. This commitment to quality applies to trucks sold in the U.S. as well. Refer to "16. Sample UL Certs 35796 Pump Line Voltage Aerial Cert.pdf' in Financial Strength and Stability folder for sample certificate. ISO 14001:2015 Certification: Our Neenah facility is also ISO 14001:2015 certified for our Environmental Management System. Various Pierce and Airport Products vehicles are manufactured in this space. Refer to "16. ISO 14001 Oshkosh Airport Products.pdf' in Financial Strength and Stability folder for certificate. 17 Provide all "Suspension or Debarment" Neither Oshkosh Corporation or subsidiary such as Pierce Manufacturing and Airport information that has applied to your organization during the past ten years. Products have suspension or debarment that applies within the past 10 years. Table 3: Industry Recognition & Marketplace Success Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing aytia� 5 as 18 Describe any relevant industry awards or recognition that your company has received in the past five years Oshkosh Corporation is honored to be named and recognized for the following awards and recognitions. World's Most Ethical Companies in 2016, 2017, 2018, 2019, 2020 and 2021. Oshkosh is one of only 124 companies, representing 52 industry sectors in 19 countries on five continents named to this prestigious list. We were the only company selected in the "Trucks and Other Vehicles" category, underscoring our commitment to leading ethical business standards and practices. This achievement is only possible with a commitment to sustainability, connecting with our communities and strong ethical culture and team members who believe in doing the right thing. Link: https:/finvestors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-one-of-the-Worlds-Most-Ethical-Companies-for-sixth-consecutive-year/default.aspx FORTUNE's World's Most Admired Companies in 2019 and 2020. Oshkosh Corporation is one of 330 companies to achieve this honor, as ranked by industry peers, highlighting some of the most respected and successful companies from around the world. https://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh- Corporation-named-one-of-the-Worlds-Most-Admired-Com pan ies-by- FORTUNE/default.aspx Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 In 2020 and 2021, the company was awarded one of America's Most Responsible Companies by Newsweek. Oshkosh has earned this award for two consecutive years and is ranked #159 out of 399 companies on the list. America's Most Responsible Companies were defined based on key performance indicators around environmental, social and corporate governance areas. For more info please refer to the link below: https://www.oshkoshcorp.com/en/news/12-23-20-most-responsible- newsweek Oshkosh Corporation was named a Military Friendly Company in 2017, 2018, 2019, 2020 and 2021. Being named a Military Friendly Company highlights our commitment to caring for our team member and having a culture where veterans can thrive. . Please reference the link for additional detail: https://www.oshkoshcorp.com/en/news Oshkosh Corporation has been listed on the Dow Jones Sustainability World Index in 2019, 2020 and 2021. Please review the link below for additional info. https:/lnvestors.oshkoshcorp.com/news/news-details/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-Index-for-Second-Consecutive-Year/defauft.aspx Oshkosh Corporation is honored to be named and recognized for the following awards and recognitions. World's Most Ethical Companies in 2016, 2017, 2018, 2019, 2020 and 2021. Oshkosh is one of only 124 companies, representing 52 industry sectors in 19 countries on five continents named to this prestigious list. We were the only company selected in the "Trucks and Other Vehicles" category, underscoring our commitment to leading ethical business standards and practices. This achievement is only possible with a commitment to sustainability, connecting with our communities and strong ethical culture and team members who believe in doing the right thing. Link: https:/lnvestors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-one-of-the-Worlds-Most-Ethical-Companies-for-sixth-consecutive-year/default.aspx FORTUNE's World's Most Admired Companies in 2019 and 2020. Oshkosh Corporation is one of 330 companies to achieve this honor, as ranked by industry peers, highlighting some of the most respected and successful companies from around the world. https://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh- Corporation-named-one-of-the-Worlds-Most-Admired-Com panies-by- FORTUNE/default.aspx In 2020 and 2021, the company was awarded one of America's Most Responsible Companies by Newsweek. Oshkosh has eamed this award for two consecutive years and is ranked #159 out of 399 companies on the list. America's Most Responsible Companies were defined based on key performance indicators around environmental, social and corporate governance areas. For more info please refer to the link below: https://www.oshkoshcorp.com/en/news/12-23-20-most-responsible- newsweek Oshkosh Corporation was named a Military Friendly Company in 2017, 2018, 2019, 2020 and 2021. Being named a Military Friendly Company highlights our commitment to caring for our team member and having a culture where veterans can thrive. . Please reference the link for additional detail: https:/twww.oshkoshcorp.com/en/news Oshkosh Corporation has been listed on the Dow Jones Sustainability World Index in 2019, 2020 and 2021. Please review the link below for additional info. https:/lnvestors.oshkoshcorp.com/news/news-details/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-Index-for-Second-Consecutive-Year/defauft.aspx Oshkosh was named one of the "World's Best Employers" by Forbes in 2020. The 2020 results included 750 multinational and large corporations across 45 countries. Oshkosh is ranked #76 out of 750. Please refer to the link: https://www.oshkoshcorp.com/en/news/12-11-20-forbes Oshkosh is one of Barron's 100 Most Sustainable Companies for the years 2019, 2020 and 2021. Please review the link for additional information. https://investors.oshkoshcorp.com/news/news-details/2021 /Oshkosh-Corporations-focus- on-sustainability-earns-recog nition-from-Barrons-and-SP-Global/default. aspx Pierce's focus on energy efficiency is focused on being good stewards of company resources, budgets, and the company's ecological footprint. This earned them the recognition for Focus on Energy 2020 Energy Efficiency Excellence Award https://www.piercemfg. com/pierce/blog/pierce-recognized-with-focus-on-energy-excellence- award Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Pierce also Achieved TRUE (Total Resource Use and Efficiency) Zero Waste Certification at the Gold level. TRUE certification is administered by Green Business Certification Inc. (GBCI), an organization that independently recognizes excellence in green business industry performance and practice globally 2021 Sterling Manufacturing Business Excellence Award - Florida facility has been awarded the 2021 Sterling Manufacturing Business Excellence Award at the Gold Level! This award went out to the company that was found to be a high performing manufacturer in seven categories. Pierce Bradenton demonstrated outstanding leadership and management systems to meet the need of customers and stakeholders https://www.facebook.com/Pierce/posts/10165217512965527 Pierce was awarded the "Above and Beyond Award" by ESGR August of 2021. Pierce was 1 of 3 large companies in Wisconsin recognized for their outstanding support of our Guard and Reserve forces. Oshkosh Corporation has been named one of the "Best Managed Companies" by the Wall Street Journal in 2018 and 2019. Please visit the link for additional detail: https://www.businesswire.com/news/home/20191209005496/en/Oshkosh- Corporation-Named-One-of-the-%E2%80%9CBest-Managed-Com panies-of- 2019%E2%80%9D-by-the-Wall-Street-Jou mal ISO 14001:2015 Environmental Management System To further solidify and standardize our environmental performance, Pierce Manufacturing and the Airport Products Group are in the first domestically of formalizing an Environmental Management System for our Neenah manufacturing facility in accordance with ISO 14001:2015 for all of Oshkosh Corporation Recognized by RobecoSAM with the Industry Mover Award for critical steps taken to propel corporate sustainability by measuring impact and disclosing results. Oshkosh Corporation has achieved many awards throughout the years. Many of the awards highlight specific subsidiaries such as Pierce and Airport Products. There are many more that have not been incorporated but are incorporated on our websites. We are proud and work hard to maintain these achievements. Refer to "18. TRUE CERTS-ID 1000128616.pdf' in Additional Documents folder for certificate. 19 What percentage of your sales are to the governmental sector in the past three years Oshkosh has great relationship with various 'govemmental'sectors throughout the organization. We are a publicly traded company therefore the information available does not include specific sales detail. 20 What percentage of your sales are to the education sector in the past three years Pierce and Airport on occasion will sell to education sectors such as Universities, Colleges, High Schools, or Fire schools. The market for our product in this group is limited. List any state, provincial, or cooperative purchasing contracts that you hold. What is the : annual sales volume for each of these contracts over the past three years? Pierce Manufacturing participates in nationwide and state -level contracts. All programs are aligned to offer the best solutions on a consistent platform. Contracts with an asterisk (") also have contracts held by Airport Products. 1. Sourcewell' 2. H -GAC"` 3. ` NASPO Value 4. NPPGov 5. Lamas 6. BuyBoard 7. Florida Sherriffs 8. Ohio State 9. Costars 22 List any GSA contracts or Standing Offers and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Current GSA (General Services Administration) contract is GS30F021DA Table 4: References/Testimonials Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities. � dP A f t #Nantes 32'I Phone Nurt►ber"` " " Knoxville Fire Department Bobby Palmer 865-595-4474 Howell Fire District #3 Louis Memmolo,111 732-905-8530 Clark County Riccardo Terzo 702-455-8341 Tampa International Airport Oren Hanson 813-267-0335 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 5: Top Five Government or Education Customers Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Eby Name ErEttty hype Stated dr P ovrtCe Sctlpe of Woc w 4 �zef Tra * #c�nsriima g U.S. Army Govemment District of Columbia - DC Pumpers, rescues, aerials N/A N/A * U.S. Air Force Govemment District of Columbia - DC Pumpers, rescues, aerials N/A N/A Bureau of Land Management Govemment District of Columbia - DC VUildland pumpers N/A N/A U.S. Navy Govemment District of Columbia - DC Pumpers, rescues, aerials N/A N/A U.S. Marine Corps Govemment District of Columbia - DC Pumpers, rescues, aerials N/A N/A * Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing arra _ % sr r ' .gy _ - µ- - 25 Sales force. Pierce Manufacturing has an inside sales force that manages a given territory The support can range from dealers, customer request, trade shows, warranties, specifics support within the bids, managing the sale and configuration The inside sales folks work with intemal Pierce contacts to ensure a successful build and delivery to our preferred dealer network. The Oshkosh Airport Products sales force consists of 2 regional sales managers who are direct employees of Oshkosh Airport Products. Our sales team is committed to the full customer lifecycle, from initial contact throughout the vehicle life. In addition, * our internal sales managers coordinate with our Canadian dealership to support the customer relationship. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf', "25. 26. Pierce Authorized Dealer 2021_Listing.pdf', "25. ARFF RSM Map Nov 2021.pdf', and "25. Pierce and Airport Internal Contacts Org Chart.pdf' in the Additional Documents folder for more information. 26 Dealer network methods. or other distribution Pierce product is sold via the authorized Pierce Dealer network of 300+ sales representatives that are located across the US and Canada and are backed by the Pierce factory support of 2500+employees to assist with product, quality, and service. In addition, the sales force is compnsed of legacy tenure as well as new generations. Many of our sales representatives came from or are still part of the fire industry in some way. There are Dealers located across the US and Canada that have been assigned territory to provide Sales, Service, and aftermarket support 24/7 365 days of the year. The dealer network has invested in on hand inventory as well as the factory, and dedicated aftermarket inventory available online for them to utilize and drop ship to the end customer's location. As previously mentioned, we also partner with MAXIMETAL to support our Canadian customers by being a distributor for MAXIMETAL products. Oshkosh Airport, Products sells direct domestically and partners with dealer organizations internationally, including Canada. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf" and "25. 26. Pierce Authorized Dealer 2021_Listing.pdf' in the Additional Documents folder for more information. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSian Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 27 Service force. throughout leading, Pierce and its dealer network offer a wide variety of Aftermarket services to help customers maintain their Pierce branded fire apparatus. 70+ service centers North America are dedicated to servicing Pierce apparatus thru its industry- independently owned & managed dealer network. 20 United States & 3 Canadian dealerships support our wide array of service centers. Pierce authorized service centers offer: • Dedicated Service Professionals • Nearly 250 mobile service vehicles, strategically located throughout North America • Offer scheduled & unscheduled maintenance services • 24/7 access to Pierce Technical Support Hot -Line, • Ability to execute warranty -related repairs, in accordance with the Pierce limited warranty statement. Pierce also offers a full line of spare parts, available for purchase thru its dedicated dealer network. The spare parts warehouse, located in Appleton, Wisconsin, boasts over 100,000 sq. ft. of storage space, all of which supports Pierce fire apparatus. Key facts about the warehouse include: • Dedicated and committed on -hand spare parts inventory • Management of over 100,000 unique spare part numbers (inventory, min/max, pricing, country of origin, etc.) • Same-day & next -day shipping services from UPS, FedEx, and XPO • 24/7 website to locate and check pricing & availability of spare parts by authorized dealer • Tens of thousands of digital photographs & 3D artwork of replacement parts for fast & easy identification Pierce offers a complete set of training classes, for both operators & maintainers, to keep your Pierce apparatus running at peak performance. • Regional & Corporate training events held throughout the calendar year • Instructors with over 100 combined years of Pierce & industry expertise • Innovative 'Training Truck"; key technology mounted on stand-alone truck to simulate any key system • Technology training on key components such as Pierce Ultimate Configuration (PUCT"") water pumps, TAK-40 independent suspension systems, HuskyT"" Foam systems, and Command ZoneT" III • Operation overview of foam & aerial devices Attached you will find a summary per authorized dealer mobile vehicles and acknowledgment of service technicians along with dealer contact and the territory they cover. Oshkosh Airport Products employs full time Field Service Representatives to provide vehicle in-service, training, and service work. We also rely on support from organizations across the US and have service provider agreements to provide local support to our customers as well. In addition, we are supported through Oshkosh Corporation's training center to provide world-class maintenance and operations training. These trainings are designed specifically for our ARFF products and are available to our dealers and customers alike. Refer to "25. 26. 27. Directory - Pierce Dealership Territories Map.pdf', "27. Pierce Dealer Service & Sales Coverage.pdf', and "27. ARFF Service Providers Map.pdf' in the Additional Documents folder for more information. 28 Describe the ordering process. If orders will be handled by distributors, dealers or " others, explain the respective, roles of the Proposer and others.- When the customer works with the Pierce authorized dealer they will accept all purchase orders; however, every sale is configured in the Pierce customized truck configurator, Pulse. This sales tool includes the corresponding cooperative procurement option applicable to the sale. This option is used to generate monthly audits that Pierce, performs with their dealer network as well as generate the quarterly required reports sent direct to the contracting agency. The authorized Dealer network utilizes the customized apparatus specification software (PULSE) to configure to the customer's expectations and is used internally throughout the supply chain of the order from booking the order to engineer the final product. The tool is supported with internal communication tools such as workflow, Communication Central, online scheduling, Build Status, and a complete Truck Library. This provides our Dealer network a direct link to the factory to accurately communicate details to the end user. Airport Products will be the primary point of contact for sales inquiries, except where we have an authorized dealer. With complexity of ARFF vehicles, our team will work directly with the customer to customize their truck configuration using the base vehicle as a starting point. Options will be added to the base price with the Sourcewell discount. This quotation will be used by the customer to issue a purchase order or contract which will be reviewed by Airport Products and accepted. Airport Products will then be responsible for manufacture of the vehicle. 29 Describe in detail the process and procedure of your customer service program, if applicable. Include your response -time capabilities and commitments, as well as any incentives AFTERMARKET PIERCE MODEL Pierce service after the sale is where we truly are set apart from others. The Pierce Dealer network spans across the US and Canada and each have made investment in facilities, inventory, staff, and training. The Dealer is the first point of contact for the customer however all customers can access Pierceparts.com to aid in any Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 that help your providers meet your stated service goals or promises. service needs they may have. TEAM MEMBERS Pierce Service Brigade An army of 600 service technicians across the US and Canada. Certified Master Technicians We specifically created the Pierce Certified Master Technician program to ensure that our Service Brigade professionals possess the highest level of proficiency with today's sophisticated emergency vehicles, including non -Pierce apparatus. The Right Attitude and the Right Tools Our team members take pride in going home at the end of each day knowing they made a difference. The mobile training unit takes Customer Service training to another level and brings training to the customer. This mobile unit has built-in training tools and props that are configurable to the training needs of our customers. It allows the technician to troubleshoot, dismantle, and most importantly, provide the hands-on training customers ask for. INVENTORY As the manufacturer, facilities are available in Appleton, WI, Weyauwega, WI, and Bradenton, FL. These facilities are equipped with factory personnel and committed healthy stock of inventory dedicated to service and replacement parts to ensure quick response and minimize down time. Furthermore, Pierce Manufacturing Inc. houses inventory in a dedicated facility, with a dedicated shipping area that ensures service parts are given priority and extends a customized, Pierce aftermarket website for authorized Dealers to conduct business in real-time. FACTORY HOURS OF OPERATION Pierce Manufacturing Inc. and Oshkosh Airport products also maintains a 24 hour/ 7 day a week, toll free emergency hot line and employs a staff of dedicated individuals to troubleshooting and parts support. Pierce Customer Service core hours of operation are Monday — Friday, 7:30 a.m. — 4:00 p.m. CST. We also have Pierce factory technicians on call for after-hours support available 24 hours a day, seven days a week. PROBLEM IDENTIFICATION & RESOLUTION As product or service issues are identified by the customer, they are to contact their local Pierce authorized dealer since they are the customer's first point of contact. All issues are documented, resolved, and archived for future reference by the local dealership. If there is an issue that needs elevated assistance, the dealership will contact the Pierce customer service account representative for assistance. Parts identification is provided to both the dealer and the Fire Department through an on-line web -based application for the specific truck. Access will be granted using the specific VIN number of the vehicle and the online web application provides the ability to view complete bills of materials, digital photographs, parts drawings, assembly drawings, and access to all current operation, maintenance, and service publications. The end user can access this information via the Guest Login. TECHNICAL SERVICE SUPPORT Both Pierce and their authorized Dealers can provide both in-house and on-site service for the apparatus along with training per request. Replacement parts and various levels of service after delivery are available from your local Pierce authorized dealer, including but not limited to those shown below: SERVICE: Warranty repair for Pierce product line for all items except for those that must be handled directly by an authorized component manufacture such as engine and transmission. Direct access to Pierce technical support Routine preventative maintenance Annual aerial ladder testing Pump testing Ground ladder testing NFPA 1911 annual inspections maintenance and testing Repairs from small minor issues to major overhauls and many other services Dealer repair services extend to most other fire and emergency rescue product lines in addition to Pierce Manufacturing Service provided by EVT, ASE, Pierce and industry specific certified technicians All Pierce authorized sales and service dealers have access to Pierce's extensive level of technical and customer service support staff PARTS: Pierce authorized dealers maintain a large assortment of products supplied with fire Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing Including, apparatus. but not limited to, the most commonly required parts and components required for apparatus repair. This level of inventory enables "out of service" time to be kept to a bare minimum. All Pierce authorized sales and service dealers have access to Pierce's extensive level of replacement parts inventory, which is more than $15M as well as any Pierce required fabrication services. Oshkosh Airport Products partners with Pierce Manufacturing's internal customer support team to provide the same superior service for municipal products with the smaller scale of ARFF products. We maintain a 24 hour/ 7 day a week, toll free emergency hot line with core hours of operation being Monday through Friday, 7:30 a.m. — 4:00 p.m. CST. We also have Pierce factory technicians on call for after-hours support available 24 hours a day, seven days a week via our service support line 1- 800-222-6635 30 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in the United States. Pierce Manufacturing Inc has 20 US based authorized dealers, each which has an establishes sales and service infrastructure to support the sale of our whole goods from time of sale through its lifecycle. We are committed to support the customer by educating them in all possible avenue to ensure they know the benefits of Sourcewell. Pierce will be able to support the entire US including Hawaii and Alaska along with Canada regions. Our established dealer network includes assignment for these territories. Airport Products is able and willing to provide our products and services to participating entities in the United States. 31 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in Canada. Pierce Manufacturing Inc has 3 US based authorized dealers, each which has an establishes sales and service infrastructure to supportthe sale of our whole goods from time of sale through its lifecycle. Pierce Manufacturing Inc. has three Dealers that cover the Canadian territories — Commercial Emergency Equipment, Safety Source, and L 'Arsenal. Commercial Emergency Equipment is the largest of those exclusive dealers. They cover Western Canada (BC, AB, SK, MB), Ontario, as well as the Northern Territories (YT, NWT, NT). Pierce brands the MAXI Saber custom -chassis fire apparatus which are also marketed in Canada. Pierce is our authorized dealers are in exclusive product partnership since 2016 with MAXIMETAL. Pierce is committed to growing the market in Canada while also providing service support. Airport Products will work in conjunction with our authorized dealer(s), and together we are able and willing to provide our products and services to participating entities in Canada. 32 Identify anygeographic areas of the United States or Canada that you will NOT be fully serving through the proposed contract. There are no geographic areas in the US or Canada that we will not be fully servicing through the proposed contract. Pierce and Airport Products are proud to provide excellent coverage across the nation. There are no areas throughout US or Canada that we are not able to fully support either through our dealer network or direct coverage through coverage. 33 Identify any Sourcewell participating entity sectors (i.e., government, education, not -for- profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? There are no defined sectors that Pierce or Airport Products would not be willing and able to sell to and extend the after the sale service and support we pride ourselves on. 34 Define any specific contract requirements or restrictions that would apply to our participating entities in Hawaii and Alaska and in US Territories. Pierce and Airport Products is not aware of any specific contract requirements or restrictions that apply to members. Those territories determine what contracts they support and allow to be used. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 Table 7: Marketing Plan Line— Item t uestlor p a e�roeasa t , Yia �)k; 35 Describe your marketing strategy for promoting this contract opportunity. Upload representative samples of your marketing materials (if applicable) in the document upload section of your response. The marketing strategy we have taken with all the awards has begun with marketing to our sales force. The initial launch provides the sales team: • Overview of the contract and what differentiates it from the others • Training and updating internal User Guide/Handbook • Adding the contract option to our custom truck configurator Pulse • Adding the contract to the intemal communication portal • Update www.piercemfg.com and www.oshkoshairport.com website with the addition of the new contract • Develop a flyer or FAQ to provide sales reps and customers as a takeaway • Including a Sourcewell purchased truck at Pierce shows. The Sourcewell consortium logo is noted on the configuration that is displayed on the truck. Refer to "35. Pierce Example Marketing.pdf' in the Marketing Plan/Samples folder. Additional marketing brochures available in the Marketing Plan/Samples folder. Please refer to these files for current representative material. 36 Describe your use of technology and digital data (e.g., social media, metadata usage) to enhance marketing effectiveness. Pierce has a dedicated marketing team that manages our website and social media; we also have 23 Dealers that have established websites and utilize social media platforms such as twitter,Instagram, and Facebook to share messaging. We are able to track engagement and metadata on our followers through these platforms. Not only is our marketing team well versed in looking at industry trends, we also partner with external organizations for a more robust approach to technology. Both Pierce and Airport Products' websites will include award and have a direct link to the Sourcewell website were facts and information can be obtained. Airport Products also utilizes Showpad for organization and distribution of marketing material which is available to our domestic and international sales team. This tool allows us to share information across the globe, including information on available purchasing consortiums. This tool allows users to track customer engagement with the material. 37 In your view, what is Sourcewell's role in promoting contracts arising out of this RFP? How will you integrate a Sourcewell-awarded contract into your sales process? Sourcewell's role in promoting the Fire Apparatus contract is primarily accessibility to customers and/or their procurement officials. Sourcewell' s role is to be partner with the awarded vendors and understand the product on the contract so that as a joint effort, end users can be informed and educated on cooperative procurement and how this contract best fits them. This may include training creation, networking at a specific show or dealer location. Cooperative procurement needs to fold into the sales process shortly after introductions. A Sales representative should understand what programs the customer has been a part of and/or what they know about cooperative procurement programs available. That basic understanding is a must have from the onset. This program won't determine what apparatus they buy or what customization they can have – this program provides them the avenue to get what they need through an efficient procurement process. For the Airport direct sales team, all opportunities that are not competitively bid will be provided information on the Sourcewell contract as an avenue for purchase. 38 Are your products or services available through an e -procurement ordering process? If so, describe your e -procurement system and how governmental and educational customers have used it. We do not offer an e -procurement ordering process due to the complexity of our product. We have determined this platform does not fit in our business model. Table 8: Value -Added Attributes Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 39 Describe any product, equipment, maintenance, or operator training programs that you offer to Sourcewell participating entities. Include details, such as whether training is standard or optional, who provides training, and any costs that apply. Training is offered in several different ways: • A customer can request factory personnel to provide training and it will be added to the sale or available at a later date. • The dealer may have a training program to offer that introduces the customer to the dealer's support team • The customer may choose to attend regional training classes offered throughout the year. All customers receive a Delivery Orientation class prior to placing the apparatus in service. Other training is often customized to the customer's needs and scheduled around their calendars. Factory and/or Dealer training may include Operation, Maintenance, Foam training, Aerial training, Customer Mechanics, or customizable. On-site training during vehicle in-service is standard. This provides a basic vehicle operations and maintenance overview. This training is consistent with industry standards. Refer to "39. Pierce Training Offerings.pdf' in Additional Documents for more information on Pierce training. We also offer additional training through our Oshkosh Product Training Center. We have two rigorous courses focused on the vehicles chassis and firefighting systems. The cost of additional maintenance or operations courses are not included and schedule and pricing is available on our training website. Specialized training can also be requested and will be quoted at time of request. https://oshkoshcorporation.csod.com/LMS/catalog/Welcome.aspx. Refer to "39. Striker Chassis and Firefighting Maintenance Training Outline.pdf' in Additional Information folder for ARFF training outline. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 40 Describe any technological advances that your proposed products or services offer. Oshkosh Corporation a leader in innovation and each of our products and technologies is designed with customers and end-users in mind, including advances in electrification, autonomy and active safety and intelligent products. Leveraging the latest in technology for today and tomorrow across the different markets we serve differentiates us and helps us remain market leaders and stay ahead of the competition. Advancing our company into new markets and categories will support continued growth for the company. Through this contract, we offer numerous proprietary features that standout from others and not limited to: • Electric Vehicles - Pierce Manufacturing and Oshkosh Airport Products have introduced the VolterraN platform of electric vehicles for the fire and emergency market, with the first municipal truck already in service with the City of Madison, Wisconsin. The Striker® Volterra performance hybrid Aircraft Rescue and Fire Fighting (ARFF) vehicle is available, for demonstration, as available, at customer locations. Refer to "40. Volterra Press Release.pdf' in Additional Documents folder for more information. • Idle Reduction Technology (IRT) - Power NFPA 1901 required devices, user -defined mission critical on -scene loads, and HVAC climate control with the main chassis engine shut down for one hour of run time at 150 amps. Featuring built-in safety interlocks and Pierce Command ZoneTy auto -start for battery power monitoring and engine re -start, departments can work more safely and efficiently without a second thought. Pierce Idle Reduction Technology is an option on new apparatus and as an aftermarket solution Refer to "40. Pierce -Manufacturing -idle -Reduction -Technology -6-21 pdf' in Additional Documents folder for more information. • Ascendant® class of aerial products — Pierce patented design that offers 107' of vertical reach and 100' of horizontal reach; rated at a 750 lb (dry) / 500 lb (wet) tip load capacity with an additional 100 lb equipment allowance; flow up to 1,500 gpm and is capable of a store front blitz feature as standard. • Pulse - Customized in-house truck configurator that allows us to build to the customer's level of customization • TAK-4® Suspension — offers shorter stopping distance, no brake steer, improved ride quality, and proven technology used by the US military. • Command ZoneTm III electronics - provides vehicle reliability, easy serviceability, 5 -yr standard warranty • Pierce Ultimate Configuration (PUCTM') - Eliminates the pumphouse so you can build your apparatus around your needs and not the pump. It minimizes vehicular space used for fire suppression and maximizes space for equipment while still providing big pump, foam and CAFS capabilities. • HuskyTM foam systems - Hydraulic drive powered; Single point, direct injection, flow -based system using digital technology to indicate pump position and a flow meter; a built-in flush system, equipped with an auxiliary, foam pick-up; a foam tank refill system is available to fill the foam tank(s) from the ground. • 'Snozzle® HRET — The Snozzle High Reach Extendible Turret is available is a 50 ft or 65 ft configuration. Our HRET is available on the Oshkosh Striker 4x4, 6x6 and 8x8. • Eco EFPM Foam Measurement System - Measure foam percentages from every discharge on the vehicle without using foam on the Oshkosh Striker vehicles. Eco EFP measures both the solution and foam flows on the vehicle, and even archives the testing data with a time and date stamp for three years. Refer to "40. Eco EFP Brochure.pdf' in Additional Documents folder for more information. The Company's advanced design and engineering capabilities have contributed to the development of innovative and/or proprietary, severe -duty components that enhance vehicle performance, reduce manufacturing costs and strengthen customer relationships. The Company's advanced design and engineering capabilities have also allowed it to integrate many of these components across various segments and product lines, which enhances its ability to compete for new business and reduces its costs to manufacture its products compared to manufacturers who simply assemble purchased components. The Company has been a supplier of electric -powered products for more than 20 years and recently launched several new products that leverage zero emissions electrification for mobility across all segments. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 41 Describe any "green" initiatives that relate to your company or to your products or services, and include a list of the certifying agency for each. Oshkosh Corporation, including Pierce and its sister segments, have Environmental Policies & Procedures including, but not limited to, an Environmental Protection Policy and an Energy Management Policy. Please refer to our response in question 18 on our recent award achievements as well. Refer to "9. 2020_Sustainability_Report.pdf" in the Financial Strength and Stability folder. Pierce Sustainability Efforts Sustainability is defined as "meeting the needs of the present without compromising the ability of future generations to meet their own needs." Pierce is continuously improving how we make and distribute products. It's about reducing the environmental impact of our products and production, improving workplace conditions, reducing costs, increasing value, and being active in our communities. Pierce has established waste and energy Key Performance Indicators (KPIs) and are developing and implementing plans to meet these goals month over month. KPIs are tracked, recorded, and shared monthly with the teams and our sister segments including Corporate. Oshkosh Corporation conducts internal environmental audits using a third -party environmental auditing tool. These audits are completed on all sites on a rotating basis. Each facility is audited at least once every three years. Pierce is an active member of the Dow Jones Sustainability Index (DJSI). The Dow Jones Sustainability Indices (DJSI) launched in 1999, are a family of indices evaluating the sustainability performance of the largest 2,500 companies listed on the Dow Jones Global Total Stock Market Index. Department of Energy's Better Buildings, Better Plants Program Pierce along with the other Oshkosh segments demonstrate our commitment to improving energy performance by signing a voluntary pledge to reduce our energy intensity by 25% over a ten-year period with the U.S. Department of Energy's Better Buildings, Better Plants Program. Leading manufacturers and industrial -scale energy using organizations implement cost-effective energy efficiency improvements that save energy and improve competitiveness. ISO 14001:2015 Environmental Management System To further solidify and standardize our environmental performance, Pierce Manufacturing and the Airport Products Group are in the process of formalizing an Environmental Management System for our Neenah manufacturing facility in accordance with ISO 14001:2015. Refer to "16. ISO 14001 Oshkosh Airport Products.pdf' in Financial Strength and Stability folder. Community — Goodwill Pierce works with the local Goodwill in many different facets. One is the reuse of our safety glasses. Our friends at Goodwill clean and repackage the glasses for reuse at our facilities. It is a cost savings, but most importantly it is helping our community and reducing waste to landfill. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 42 Identify any labels, ratings your company the equipment included in to energy conservation, (cradle -to -cradle), green/sustainability third -party or has or your efficiency life -cycle issued certifications received products Proposal or design or other factors. eco- that for related Pierce Manufacturing has received energy efficiency, conservation, through Key performance Indicators the Pierce family and Oshkosh linked for reference. CERTIFICATIONS: ISO 14001:2015 Certification Our Neenah, WI facility has received strong commitment to performance, management system, and completion TRUE Zero Waste Certification The Total Resource Use and administered by Green Business for zero waste goals. Facilities processes, reducing waste, reusing wasteOur Neenah, WI facility AWARDS: The advances Pierce has made numerous agencies, both governmental certifications and joined programs sustainability and environmental you will also find in the table Energy Efficiency Excellence Award The Energy Efficiency Excellence Energy, Wisconsin's statewide have demonstrated an outstanding energy-saving upgrades in their this award for our efforts in reducing Wisconsin Recycling Excellence The Department of Natural Resources minimization efforts through its the Overall Program Award in GREEN /s SUSTAINABILITY: Dow Jones Sustainability Index Our sustainability efforts have Sustainability World Index (DJSI). track the stock performance of environmental, and social criteria. to the Index, highlighting our commitment World's Most Ethical Companies In 2021, we celebrated our sixth Ethical Companies by Ethispherem. culture, environmental and social inclusion, and initiatives to support Green Masters The Green Masters Program is businesses interested in improving 2021 marked the seventh consecutive that we are in the top 20% of certifications and awards towards our commitment and sustainability. All certifications and awards (KPIs), auditing and continuous performance Corporation. Certifications and awards are attached the ISO 14001:2015 certification, demonstrating implementation of a world-class environmental of a rigorous third -party evaluation. Efficiency (TRUE) Zero Waste certification program, Certification Inc., provides rigorous third -party earn credits toward certification for activities in materials, and finding solutions other than has achieved TRUE certification at the Gold Level. in sustainable practices thus far have been recognized and private. Additionally, we have obtained which serve as pledges to our continuous improvement stewardship. The majority of the awards referenced 3 question 18. Award recognizes business participants of Focus energy efficiency and renewable resources program, commitment to reducing energy waste by implementing facilities and operations. In 2020, Pierce was energy in our products and production. Award recognizes outstanding recycling and waste annual Recycling Excellence Award program. Pierce 2020 for our diverse and extensive waste reduction been recognized through our inclusion on the Dow The DJSI, is a family of best -in -class benchmarks the world's leading companies in terms of economic, 2021 marked the third consecutive year we to sustainable business practices. consecutive year being named one of the World's The assessment considers over 200 data practices, ethics and compliance activities, diversity a strong value chain. an assessment and recognition program for Wisconsin and being recognized fortheir sustainability year we were deemed a Green Master, companies evaluated. to are driven throughout and our certification redesigning landfill for by in below on who honored with received efforts. Jones which were named Most points on and initiatives. indicating 43 Describe any Women or Minority Business Entity (1NMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. Oshkosh Corporation is a large publicly traded company and does not qualify for diversity certifications. However, as an organization Oshkosh is a member of National Minority Supplier Development Council (NMSDC). At Oshkosh Corporation we are about building, protecting and serving communities throughout the globe. We are committed to working with a diverse supply base that is representative of our customers and the communities we serve. Refer to "43. Oshkosh Supplier Diversity.pdf' in Additional Documents for more information. " 44 What unique attributes does, your company, your products, or your services offer to Sourcewell participating entities? What makes your proposed solutions unique in your industry as it applies to Sourcewell participating entities? Oshkosh Corporation is a trusted partner with over 100 years in business, focused on innovation with the customer in mind. With, our work in electrification and intelligent products, we will continue to lead in the specialty truck manufacturing market Our customers benefit from the size and scale of a large organization yet receive focused attention from our subsidiaries and their respective dealerships. Pierce is a leading manufacturer of customized fire apparatus with 'a dealer network second to none. The longevity, stability, and family tradition in the fire industry that is threaded throughout our dealer network sets us apart from others. Our partnership with the other segments within the Oshkosh Corporation and the backing of our parent company, Oshkosh Corporation leverages innovation and financial strength. Pierce understands the customer's needs and provides the detail, the commitment, and the follow through long after the apparatus is delivered. Oshkosh Airport Products completes the full products supported by this contract through its Oshkosh Striker ARFF. Airport Products is dedicated to leading the way in technology, product support and customer service in the ARFF market. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. ELi 45 Do your warranties cover all products, parts, and labor? Yes, Our one-year bumper to bumper warranty covers all product, parts, and labor. Pierce, the "manufacturer", warrants each newly manufactured fire apparatus to the original end user/purchaser of specified periods stated below from the date of delivery. The standard Cab & chassis warranty provides a one-year warranty that warrants against defects in product, workmanship, and/or design. This warranty shall apply provided the vehicle is properly maintained. Nothing contained in this warranty shall make the Manufacturer liable beyond the express limitations hereof, for loss, injury, or damage of any kind to any person or entity resulting defect or failure of the product (except as covered by Product liability insurance). Refer to "45. 01-WA0008 100208 Pierce 1 year.pdf' and "45. Oshkosh 1 Year Basic Vehicle Warranty.pdf' in the Warranty folder for our standard 1 year warranty. The Manufacturer's warranty shall not apply to the following: • Wear items • Normal adjustments and maintenance services. • Failures resulting from the product being operated in a manner not in accordance with the operation manual or for a purpose not recommended • by the Manufacturer. • Any product which shall have been repaired, modified, or altered in any way to have been adversely affected the unit's stability or reliability. • Items subjected to misuse, negligence, accident, or improper maintenance. • Loss of time or use of the product, inconvenience, or other incidental expenses. The authorized Pierce dealer manages all warranty issues on behalf of the end customer. The Pierce dealer utilizes an online claim filing system known as One Warranty for claim processing. Pre -approval for a claim or request for credit (post- correction claim) can be filed via the One Warranty system in the event a warrantable failure is found. All Standard and Extended Warranty claims are subject to specific Standard and Extended Warranty guidelines. Specific warranties exist for particular makes, models, chassis, options, etc. for Pierce products. Specific warranty bulletins are provided at time of sale to the end customer. Refer to a sampling of our other warranty statements and manufacturers' statements on engines, transmissions, water pump, etc. in the Warranty folder. A summary of warranty is also available "45. Warranty Overview.pdf'. 46 Do your warranties impose usage restrictions or other limitations that adversely affect coverage? We do have some base and extended warranties that have mileage limitations set to them. Limitations varies based on the options of the vehicle. Examples of base warranties are our structural warranties which carry a 100,000 -mile limit. Extended warranties carry various mileage limits based on the specific coverage. Paint warranties are prorated based on age of the unit. 47 Do your warranties cover the expense of technicians' travel time and mileage to perform warranty repairs? We pride ourselves with the coverage we have across the nation. There are no areas that we do not have coverage throughout US or Canada. Warranty is managed through our Pierce authorized dealers and dealer travel expenses are covered per our established internal One Warranty guidelines. Airport Products warranty is managed through authorized service representatives or our internal resources. Travel expenses are covered per our established internal one Warranty guidelines. 48 Are there any geographic regions of the United States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? Pierce prides themselves in the coverage we have across the nation. Pierce requires a certified technician for each area Therefore we are to support all regions throughout US or Canada. Airport Products will provide service through internal or external service representatives. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 49 Will you cover warranty service for items made by other manufacturers that are part of your proposal, Major components installed but not manufactured by Pierce or Airport Products are covered under original equipment manufacturer's warranties 52 or are these warranties issues typically passed on to the original equipment manufacturer? passed through to end user/customer. These include, but are not limited to, engine, transmission, water pump, ABS, and axles. 53 Describe any leasing or financing by educational or governmental options available for use entities. Component Warranties * 54 In some cases, suppliers will offer warranties beyond the Pierce or Airport Pierce has a variation of standard warranty documents. Sample documents are included in the warranty document uploads. No standard transaction documents are being requested to use in connection with an awarded contract. No service contracts are included in this proposal. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. 55 Do you accept the P -card procurement and payment process? If so, is there any additional cost to Sourcewell participating entities for using this process? Products one-year warranty. Warranties provided by individual suppliers other than Pierce or Airport Products apply after the one-year vehicle warranty. The administration of individual supplier warranties, per the supplier, are to be addressed directly with the supplier themselves. 50 What are your proposed exchange and return programs and policies? Pierce offers a return/exchange program for aftermarket parts only to the purchaser (Pierce dealer) and the dealer may extend this and other terms and conditions to the end customer. Aftermarket Parts Warranty Pierce and Airport Products warrants the purchaser that the parts sold by aftermarket be free from defects in product and workmanship for the period ' <' of six months from the delivery of the product. This Parts Warranty does not include freight, labor, travel, or markup. It is a part warranty only. Return of Defective Parts If parts used in the repair of an apparatus are required to be returned to Pierce, Dealers will receive notification. Dealers have up to 30 days to return the defective component or the warranty claim will be rejected. 51 Describe any service contract options for the Authorized Pierce dealers may offer service contracts for preventative items included in your proposal. maintenance purposes. * No service contracts are included in this proposal. Table 10: Payment Terms and Financing Options 0 e i7 r I .e�.-_ 52 Describe your payment terms and accepted payment methods. All sales of Pierce apparatus are sold through the authorized Pierce dealers. Payment terms are Cash on Delivery (COD) or prepayment unless otherwise agreed upon by the Pierce dealer. Oshkosh Airport Products' standard payment terms are net 30 days after delivery of vehicle. Accepted payment methods include check and wire transfer. 53 Describe any leasing or financing by educational or governmental options available for use entities. The same logic behind our custom chassis applies to our financial services: Tailor the product to the department, not the other way around. The Company offers two- to fifteen year municipal lease financing programs to its Fire & Emergency segment customers in the U.S. through the Pierce Financial Solutions program, provided by PNC Equipment Finance. Programs include competitive lease financing rates, creative and flexible finance arrangements and the ease of one-stop shopping for customers' equipment and financing. The Company executes the lease financing transactions through a co -branded arrangement with an independent third -party finance company. The Company typically provides credit support in connection with these financing and leasing arrangements With industry-leading tax-exempt rates, zero documentation fees, flexible payment plans and quick approvals that can bypass voter referendums, we make it easy to get behind the wheel of your new Pierce. Refer to "53. Pierce Financial Solutions Testimonials.pdf" and "53. Financial_Solutions.pdf' in the Additional Documents folder. * 54 Describe any standard transaction documents that you propose to use in connection with an awarded contract (order forms, terms and conditions, service level agreements, etc.). Upload a sample of each (as applicable) in the document upload section of your response. Pierce has a variation of standard warranty documents. Sample documents are included in the warranty document uploads. No standard transaction documents are being requested to use in connection with an awarded contract. No service contracts are included in this proposal. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. 55 Do you accept the P -card procurement and payment process? If so, is there any additional cost to Sourcewell participating entities for using this process? Pierce, Airport Products, and their independent dealers do not find that P -card procurement and payment feasible due to the size and build complexity of our products Table 11: Pricing and Delivery Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. ne 56 Describe your pricing model (e.g., line -item discounts or product -category discounts). Provide detailed pricing data (including standard or list pricing and the Sourcewell discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) in the document upload section of your response. Combination of line item and percentage discount are provided in an attached PDF document identified as follows • Product Category • Identification ID# • Product Description • List Price • Percentage off per product • Line Item (Contract) Price The Percentage Discount items are also applicable to the unpublished options added to the published base specification with a standard discount off of List contingent on the product. 57, Quantify the pricing discount represented by the pricing proposal in this response. For example, if the pricing in your response represents a percenta9e discount from MSRP or list, state the percentage or percentage range. The pricing presented in this proposal represents a 5.5% discount from Pierce's list price for unpublished options. ARFF products (Airport Products) represents a 7% discount off of list price. 58 Describe any quantity or volume discounts or rebate programs that you offer. Multi -Unit Purchase Discount: Additional discounts may be available for identical multi -unit purchases. Discount varies dependent upon the number of identical units, the configuration of the units, and will be handled on a case- by-case basis. Pre -Payment Discount Discount amount varies dependent upon apparatus price, delivery schedule, extent of pre -payment, and applicable rate. If elected, payment for the entire contract amount is due within thirty (30) days of contract execution. This deduction is in addition to all other discounts listed above. If this option is elected, final payment for any changes processed during manufacturing is due prior to the unit leaving the factory for delivery. Payment & pricing options: Chassis Progress Payment Discount: Discount of approximately 3% of the custom chassis price is offered if a chassis progress payment is made three (3) months prior to the RFP (ready for pick up from the factory) date. Example: Chassis progress payment in the amount of $220,714.00 could earn a discount of ($6,621.00). This discount is not available for Commercial chassis products. Aerial Device Progress Payment Discount: Discount of approximately 2% of the aerial device price is offered if an aerial device progress payment is made two (2) months prior to the RFP (ready for pick up from the factory) date. Example: Aerial device progress payment in the amount of $310,385.00 could earn a discount of ($6,207.00). 59 Propose a method of facilitating ''sourced" products or related services, which may be referred to as "open market" items or "nonstandard options". For example, you may supply such items "at cost" or "at cost plus a percentage," or you may supply a quote for each such request. Bid Number: RFP 113021 Sourced or open market items may be provided by the Pierce authorized dealer and would be quoted at time of request Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 60 Identify any element of the total cost of acquisition that is NOT included in the pricing submitted with your response. This includes all additional charges associated with a purchase that are not directly identified as freight or shipping charges. For example, list costs for items like pre - delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. If freight, delivery, or shipping is an additional cost to the Sourcewell participating entity, describe in detail the complete freight, shipping, and delivery program. 62 Specifically describe freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. Pre -Delivery Expenses Dealer provided options can be added to the apparatus contract upon request and will be handled by the Pierce authorized dealer. Dealer provided options can vary depending upon the customer's request and can include but are not limited to the items listed below. Pricing will be provided to each customer upon request and varies by dealership and customer location. Factory inspection trips Weekly construction photo progress reports Orientation DVD specific to your apparatus Loose Equipment Engine and or transmission diagnostic software Loose equipment (open market items) such as but not limited to monitors, hose, intercom system, radio equipment, and rescue tools and equipment Pre -delivery service consisting of basic fluids and filters Custom fabrication for tool mounting and communication equipment Other items as requested by customer and deemed sourced or open market Delivery Sales and other taxes, license, handling, or title fees are also not included. Transportation Expenses Prices quoted in RFP #113021 are FOB Manufacturer's facility. Transportation of the apparatus from the factory to the customer's facility can be added to the contract. In most cases the apparatus is [ delivered to the Pierce authorized dealer facility in the area for a Pre -Delivery inspection and the installation of any dealer provided options, if applicable. If there is not a Pierce authorized dealer facility near the customer location, the apparatus may be delivered. directly to the facility. The cost for this transportation varies dependent upon the type of apparatus and the proximity of your facility to the location of the manufacturer's facility. Delivery is conducted in accordance with DOT regulations. Delivery charges can vary based on the logistic or shipping location and requirements for example, more if flatbed, barge, or container ship transport is required. Shipping and Delivery programs for areas such as Alaska, Hawaii, or any offshore delivery requires coordination of different transit methods. Most often the apparatus is flatbed to the port destination, prepared for ocean transit, and travel to final destination (roll-on/roll off vessel is preferred). This unique shipping and delivery requirements are priced on a case-by-case basis as required. Shipping within the contiguous US states and Canada, shipping is calculated using numerous factors including but not limited to the type of apparatus which impacts permits as well as the distance to destination. Shipping expenses are not included in the base specifications cost. 63 Describe any unique distribution and/or delivery methods or options offered in your proposal. For ARFF vehicles, due to size and weight restrictions all trucks will be transported via low -boy or flatbed. All required licenses and permits will be obtained prior to shipment. Table 12: Pricing Offered 64 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. Pierce will not favor one GPO over another. Therefore, pricing model is consistent across all. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 13: Audit and Administrative Fee Lines k,. µ, o» —Response* Res ` . 65 Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. Pierce takes pride in upholding the integrity of the programs and contracts we participate in. System software changes have been built to facilitate the information gathered throughout any of our programs to efficiently run reports on demand. These reports are run at a minimum monthly for internal audit purposes and quarterly for contract requirements. All base specifications and additional upgrade options have been created in our customized truck configurator tool, PULSE so that a Dealer can copy that base specification to confirm line -item pricing. Any changes made to the base specification is then controlled and captured in a Change Report that can be validated to honor the Percentage Discount on options added. The process (see additional documents) outline shows that Pierce has a closed-loop process that provide checks and balances for all involved. Our reporting capabilities for other contracts have been noted to be timely, thorough, and accurate. The volume of sales under our consortium programs requires Pierce to have a well-defined and efficient process Awarded contracts are audited on product cost, labor efficiencies, product margin and customer satisfaction. Refer to 'Table 13. Question 65 Audit and Administrative Fee.pdf' in Pricing folder. 66 If you are awarded a contract, provide a few examples of internal metrics that will be tracked to measure whether you are having success with the contract. On a monthly basis Pierce will provide the percentage of Sourcewell orders to each authorized dealer in which they can compare to the prior year, this is provided in their monthly dashboards. 67 Identify a proposed administrative fee that you will pay to Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendors sales under the Contract or as a per-unit fee; it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) The Administrative Fee that Pierce will pay to Sourcewell for this proposed contract is aligned with the other contracts awarded to Pierce to create alignment and consistency. That fee will be a flat $2000.00 USD per customer purchase order or separate contract. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 14A: Depth and Breadth of Offered Equipment Products and Services LItin�{td, 1I Qv uestio,1 ` + 68 Provide a detailed description of the equipment, products, and services that you are offering in your proposal. Pierce is offering an array of fire apparatus to meet the customer's needs across the US and Canada, including Hawaii and Alaska. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. Our product portfolio includes the industry standard categories: Custom and Commercial Pumper products Aerial products, Command, ARFF, Rescue products, Tanker products, and Specialty vehicles. CUSTOM AND COMMERCIAL PUMPER PRODUCTS Pumper products include commercial and custom chassis with varying body sizes, pump rates, water tank capacity, and pump module style. AERIAL PRODUCTS Aerial products include ladders, platforms, and tillers. These provide ladder lengths ranging from 61' — 110'. Selections will include various axle configurations, pumping rates, ladder styles, and material. EMERGENCY RESPONSE VEHICLES - Designed to support the demands of emergency response. Many models fall under this category such as large mobile command, mid-size command vehicle, small mobile command, and cru 22mobile command vehicle. RESCUE PRODUCTS Rescue products will include commercial and custom chassis offerings along with a walk-in or non -walk-in style. The configuration capabilities vary but includes capacity to integrate complex A N, network and radio systems, air tool systems, breathing air systems with compressors, hydraulic rescue tool systems and winching capabilities, crew seating with storage, and custom fabricated shelves and trays. TANKER PRODUCT Tanker products offer a dual role of water transport and on -the -spot firefighting. Pierce offers Elliptical tankers, Tanker/Pumper models, Dry side and Wet side styles to choose from. Each tanker is custom designed to accommodate the fire department's water, foam and equipment storage needs. Pierce Tankers feature solid, lightweight, corrosion -free polypropylene tanks. The tanks are form -fitted specifically for Pierce vehicles and come with a lifetime warranty. SPECIALTY VEHICLES Specialty vehicles are those unique vehicles that have a purpose in which just one may be needed. Specialty vehicles may range from a mini pumper to a Wildland Type III vehicle or a Industrial Fire Fighting Vehicle. Maxi -Metal Partnership MAXIMETAL PRODUCTS- are distributed in the USA through PIERCE MANUFACTURING and the dealer network under the brand name "CONTENDER BY MAXIMETAL. The "Contender by MAXIMETAL" product line will be submitted by MAXI -METAL for consideration. Aircraft Rescue and Fire Fighting Vehicles (ARFF) — Airport Products offers the Oshkosh Striker 4x4, 6x6 and 8x8 along with the Stinger Q4 RIV (Rapid Intervention Vehicle). The ARFF vehicle will be equipped to meet NFPA 414 requirements with optional equipment and configurations to meet individual airport needs. 69 Within this RFP category there may be subcategories of solutions. List subcategory titles that best describe your products and services. ' Please see question 68 subcategories as they are described. There is also literature included to provide the breath of products we sell, service and support. No service contracts are included in this proposal. Example below of subcategories Category - Emergency Response Vehicles , ARFF, Aerial, Pumper, Rescue, Tanker, Specialty Subcategory - Ladder, Pumpers, Walk In, Pumper Tanker, Wildland, Platforms, Rescue -Pumper, Non Walk -In Dry -side Tanker, Mini -Pumper, Command Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. I�IIEteitem . r,.. l'y�; =�'fi � ' � -Offered_= comments x 70 Firefighting apparatus and service vehicles, of all types, such as: pumper/engine, initial attack, mobile water supply, aerial, quint, special service, mobile foam, command and communications, and purpose-built firefighting or rescue trailers C. Yes r No Frontline leads service on command and communications. 71 Wildland fire apparatus, of all types, such as: fire suppression equipment, mobile water supply, and crew carriers a Yes r No N/A 72 Aircraft rescue and firefighting vehicles a Yes r No Oshkosh Airport Products 73 Purpose-built chassis and vehicle components for firefighting apparatus and fire service vehicles a Yes r No Pierce has a variety of custom built chassis that you will find within the documents 74 Equipment, options, accessories, and supplies complementary or incidental to the purchase of a turnkey or complete unit of the types described in Lines 70-72 above a Yes r No Can be open source Offering is only in conjunction with a new order 75 ` Services related to the offering of the solutions described in Lines 70-74, including installation, customization, remount, refurbishment, inspection, repair, maintenance, training, and, support a' Yes r No We are required to provide training of our vehicle per compliance with NFPA. We do provide options within our proposals for this, and extended durations that have added cost associated. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 15: Industry Specific Questions Line ItemY �' .,. 'Question N' roi: a, ,� l �' � - e " K �' h en a� r- : R ,ynwxiG s im5 lti G �z . 76 Describe available service and repair options for the equipment and products offered in your proposal. Pierce Master Technician Program The Pierce Master Technician Program is focused on recognizing service technicians throughout the dealer network for their knowledge and ability to provide expert service on Pierce apparatus. With this tiered level program, a technician can work their way up from having one certification to the level of Master Technician. Active participation in the ASE & EVT programs is encouraged. A Pierce Master Technician must successfully complete the defined core classes dedicated to exclusive Pierce products. A cumulative final exam is taken upon completion of the core classes to obtain a Pierce Master Technician status. Pierce has over a 150 Master Technicians certified. 77 Describe available remount or refurbishing services included within your proposal, the pricing method for such services, and any related order processes. Remount and refurbished services are offered however each job is quoted independently from one another. This is required due to the complexity to refurb or remount. Refurb and remount pricing will not be part of this submission however pricing can vary depending on the repair or service needed. 78 Describe your compliance with US standards for the equipment and products offered in your proposal, including applicable federal and state requirements. Pierce fire apparatus are built with pride and dedication to a product that helps save lives. We have many internal quality check points throughout the build process and before the fire apparatus can be delivered it must go through third party testing by Underwriters Laboratories (UL). Pierce contracts with Underwriter's Laboratories to inspect Pierce apparatus for compliance to NFPA standards. Every NFPA 1901 apparatus manufactured in the Appleton facility is reviewed by a UL certified inspector after it is completed. Each apparatus is subjected to a visual inspection of construction and installed components such as chassis, driving and crew compartments, body compartments, steps, warning lights, reflective trim, waming, and instructional labels, etc. The inspection checklist, based on apparatus type, may have over 100 items to check. Once the UL inspection is complete a certification of NFPA compliance is provided to the customer upon delivery of their fire apparatus. Oshkosh ARFF products comply with latest edition of NFPA 414 and the Federal Aviation Administration Advisory Circular (AC) 150/5110-10E. 79 Describe your compliance with Canadian standards for the equipment and products offered in your proposal, including applicable federal and provincial requirements. CERTIFIED: ULJULC NFPA 1901 UL Certification & UL Canada (ULC) Certification Pierce is the first fire apparatus manufacturer to be both 3rd party certified to NFPA 1901-2009 edition and ULC listed to Canada ULC -S515-04 standard by Underwriters Laboratories. Stages of testing include road, pump, weight, brake, performance and aerial application. All products must pass all tests before a truck is released into Canada. This commitment to quality applies to trucks sold in the U.S. as well. All chassis' comply with Canadian Motor Vehicle Safety Standards CMVSS. Oshkosh ARFF products comply with latest edition of NFPA 414 and the Federal Aviation Administration Advisory Circular (AC) 150/5110-10E. We will work with the customer on specific Canadian requirements to ensure compliance as needed. Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Pricing - Table 12. Pricing.zip - Tuesday November 30, 2021 15:16:30 • Financial Strength and Stability - Table 2. Financial Strength and Stability.zip - Tuesday November 30, 2021 14:31:23 • Marketing Plan/Samples - Table 7. Marketing Plan.Samples.zip - Tuesday November 30, 2021 13:40:24 • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information - Table 9. Warranty Information.zip - Tuesday November 30, 2021 13:41:02 • Standard Transaction Document Samples - SALES_TEMPLATE_Sales Proposal Order Form .pdf - Tuesday November 30, 2021 13:43:12 • Upload Additional Document - Additional Documents.zip - Tuesday November 30, 2021 16:02:10 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. w By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Michelle Swokowski, Sales Operations Manager, Oshkosh Corporation/ Pierce Manufacturing/ Oshkosh Airport Products The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes c No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name shave reviewed the below addendum and attachments (if applicable) Addendum_4_F i re_A p paratus_RF P_113021 Sat November 20 2021 12:53 PM Addendum_3_Fi re_A pparatus_RFP_113021 Thu November 11 2021 02:09 PM Addendum _2_F ire_Apparatus_RFP_113021 Fri October 29 2021 09:20 AM Addendum 1 _Fire_Apparatus_RFP_113021 Fri October 29 2021 09:20 AM Bid Number: RFP 113021 5 1 1 1 Vendor Name: Pierce Manufacturing Pierce Manufacturing Inc. AN OSHKOSH CORPORATION COMPANY • ISO 9001:2000 CERTIFIED 2600 AMERICAN DRIVE POST OFFICE BOX 2017 APPLETON, WISCONSIN 54912-2017 920-832-3000 • FAX 920-832-3208 www.piercemfg.com Sourcewell. Awarded Contract Contract # 113021 -0KG-1 Pierce Manufacturing #113021-OKC Fire Apparatus -including rescue, command units and wildland. Pricing for contract #113021-OKC is as follows: • Base model pricing is provided at 5.50% discount off MSRP. • Base model options are provided at a 5.50% discount off MSRP. Additional discounts may be available for identical multi -unit purchases. Discount varies dependent on the number of identical units, the configuration of the units, and will be handled on a case-by-case basis. Authorized Pierce dealers may offer service contracts for preventative maintenance and other services. Pricing would be quoted on a time and materials basis, by the dealer, at the time of request. Pierce offers our dealers the ability to offer/develop custom service/maintenance contracts to Sourcewell members utilizing this contract. Persistent Inflationary Environment If the Producer Price Index of Components for Manufacturing [www.bls.gov Series ID: WPUID6112] ("PPI") has increased at a compounded annual growth rate of 5.0% or more between the month Pierce accepts the order ("Order Month") and a month 14 months prior to the then predicted Ready For Pickup date ("Evaluation Month"), then pricing may be updated in an amount equal to the increase in PPI over 5.0% for each year or fractional year between the Order Month and the Evaluation Month. The seller will document any such updated price for the customer's approval before proceeding and provide an option to cancel the order. Lead-times Due to global supply chain constraints, any delivery date on the customer contract is a good faith estimate as of the date of the order/contract, and merely an approximation based on current information. Delivery updates will be made available, and a final firm delivery date will be provided as soon as possible. Sour-eWeiiSOURCEWELL CONTRACT PIERCE MANUFACTURING INC. Base specification pricing includes the 5.5% discount off List for Pierce products and 7.00% additional discounting. Option Firkin 'Prices subject to change. Pricing will be determined nc frecrne 0113021 - OKC : PRODUCT & PRICE LISTING discount off List for Oshkosh airport products, as shorn below while any customization receives u5.5% off List as noted in our RFP response. at the time ofinvoicing based upon the Snuecewell contract. February 7 2025 Awarded CaMract -- AERIAL PRODUCTS ID= Pt rotlu,t lactic Engine Water Engine Tank Pps Pinup Monte HP (DAL) Axle ladder length Ladder Material Effective 2/07/2025 µoily Published 5ourcewelI Contract Contract Pricing 202 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Steel Aerial, Ascendant 100' Aerial Tower (No Pum. $ 1,856,196.79 223 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Aluminum Aendal, Platform 100' RMAP, No Pump, Alum $ 1,649,802.80 224 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 100 Aluminum Aerial, HD ladder 100' HAL, Alum Body $ 1,516,314.30 225 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 100' Aluminum Aerial, Platform 100' RMAP, Alum Body $ 1,771,578.30 226 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Aluminum �ndal, HD Udder 100' HAL, No Pump, Alum $ 1,401,441.76 Ermmem '=i '® "® '®' Side Control 52""®P Aerial, Platform 100', Alum Bod ®EZEIM '®' C '® "® '®' CEST "®® Aerial, Platform 100', PUC Alum Bod ®IMMI=EMICMEZIMETMEM Side Control, 52", 21=.1273.1121=1. Aerial, HD Udder 105' Alum Bod 13.111112EMI 232 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 105' Steel Aerial, HD Udder 105', No Pump, Alum Body $ 1,312,620.28 ®IMEME1=111.11172EICEMEMMEIMICIIMMIITIMIE2TIMI 105' Hea Out Steel Udder PUC 236 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52" Tandem 107' Steel Aend'al, HD ladder 107' ASL Tandem, Alum $ 1,423,762.33 237 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52", Tandem 110' Steel Aerial, Platform, 110' Ascendant, Tandem Axle Alum Bod $ 1,486,858.25 238 Aerial ENFORCER Cummi ns 450 500 1500 Side Control, 52", Single 110' Steel Aerial, Platform, 110' Ascendant, Single Azle, Quint Alum Bod $ 1,458,991.09 239 Aerial ENFORCER Cummi ns 450 500 1250 Side Control, 45" Single 61-55' Aluminum Aerial, Sky-Boom 61755', Alum Body $ 1,093,862.95 "®IMEM '®' 1 '® "® '®' Side Control, 52" rir=133.111ZE= Aerial, HD ladder 75', Quint, Alum Bod 241 Aerial ENFORCER Paccar 510 300 1500 Side Control, 52" Tandem 75' Steel Aerial, HD Udder 75', Tandem/Quint, Alum Bod $ 1,274,771.17 242 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 75' Steel ABeend'al, HD Udder 75', Tandem/Quint, Alum $ 1,265,902.68 244 Aerial ENFORCER Cummi ns 450 500 1500 PUC Single 75' Aluminum Aerial, HD Ladder, 75' HAL PUC, Quint, Alum Bod $ 1,324,104.71 IMEICIMEIMIMMT=112121113EMEECIIIIIMEN Pum. House, 40" 1:=01111I ':. - ' ' - ' '- FIZEIMM '®' '® "® 2000 Side Control, 36""®MIIII Aerial, 100AAT, Alum bod $ 1,968,235.30 316 Aenal ENFORCER Paccar 510 500 1500 Side Control, 52" Single 107' Steel Aerial, HD Udder 107' ASL Single, Quint, Alum Body $ 1,367,514.51 PAMPER 55051)x. IS ID, 252 Prorl o,t Pumper [1,,,-.,,tie' ENFORCER Paccar Engine Nater Purnp Pump Panel Hp Link GPM 510 750 2000 PUC Axle Single Roily Pumper, PUC, Aluminum Effective 2/07/2025 Published 5ourtewell Contract Pricing $ 835,014.13 253 Pumper FREIGHTLINER Cummi ns 360 750 1250 Side Control, 45" Angle Pumper, Medium, Aluminum, 2nd Gen, Commercial chassis $ 450,583.89 259 Pumper ENFORCER Paccar 510 750 1250 Side Control, 45" Single . , Pumper, Medium, Aluminum, 2nd Gen $ 785,472.40 260 Pumper SABER Cummi ns 400 750 1500 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen, { Saber $ 745,841.81 1798 Pumper FREIGHTLINER Cummi ns 360 1000 1500 Side Control 34" Single Pumper, Aluminum, BXP $ 444,662.22 1801 Pumper ENFORCER Paccar 510 750 1500 Side Control, 34' Single Pumper, Heavy Duty Rescue, Aluminum, 3G $ 992,401.32 2688 Pumper Electric Vehicle ENFORCER- VOLTERRA^ Cummi ns 361 500 1500 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen $ 1,947,937.45 RESCUE PEr [[Si, 15 ID:. 211 Praduct Rescue Cha,; is ENFORCER f �_ Paccar fay he Hp 4 510 Roily Style/ModelN"t"P"' Axl, Length 'Body p Heavy Duty Rescue, Non-Walk-In, Aluminum t 2/07/2025 O'tibl h d Sourcewell Contract Pacing Non-Walk In Single 18.5' $ 814,081.58 269 Rescue ENFORCER Paccar 510 =." Walk-In Single 18.5' Heavy Duty Rescue, Walk-In, Aluminum $ 845,114.19 271 Rescue ENFORCER Paccar 510 Non-Walk In Tandem 22.5' Heavy Duty Rescue, Non-Walk-In, Aluminum $ 893,376.25 272 Rescue ENFORCER Paccar 510 £ Walk-In Tandem 22.5' Heavy Duty Rescue, Walk-In, Aluminum $ 924,408.23 TANKER PR DUCTS Engine Water ID= Product Chassis Engine Hp Tank Pump Pump Panel AoIe Body GPM Published Sourcewell Contract Pricing 273 Tanker FREIGHTLINER Detroit 375 2100 1000 Side Control, 34" Tanker, 2100 Gallon, Single Rear Axle, Low Side, Wet Side, Single Commercial Chassis $ 445,647.41 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 34" Tanker, 3000 Gallon, Tandem Rear Axle, Low Compts, Wet Side, Tandem Commercial Chassis $ 490,82172274 277 Tanker FREIGHTLINER Detroit 375 2000 1000 Side Control, 34" Tanker, Dry Side, 2nd Gen, Aluminum Body, Single Axle, Single Commercial Chassis $ 464,617.62 278 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 34" Tanker, Dry Side, 2nd Gen, Aluminum Body, Tandem Axle, Tandem Commercial Chassis $ 500,271.46 283 Tanker SABER GummiTanker, ns 380 1800 1500 Side Control, 45" Single Dry Side, 2nd Gen, Aluminum Body, Single Axle, Saber $ 783,095.72 284 Tanker SABER Cummb 450 2500 1500 Side Control, 45" Tandem Tanker, Dry Side, 2nd Gen, Aluminum Body, Tandem Axle, Saber $ 908,705.22 1795 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 28" Tanker, 3000 Gallon, Tandem Real Axle, Low Compts, BXT Tandem program $ 417,438.89 1796 FRONTLINE Tanker PRODUCTS FREIGHTLINER360 Cummi ns 2100 1000 Side Control, 28" Single Tanker, 2100 Gallon, Single Rear Azle, Low Side, BXT Program $ 391,504.79 ID- �rz lust Chassis Genera for Length g I- flective 2/07/2025 workstations Body Published5 well Contract Pricing 404 Mobile Command Unit, 10,360 GVWR, 20- 100 C-20 FORD 7kW 20" C-20 Ford Transit 3 ft length, 7kW generator, three workstations 263,011.00 200 G-25 FORD 8kW 25" C-25 Ford F-650, 26,000 GVWR, Modular aluminum body, 25-k 3 length, 8kW generator, three workstations $ 484821.48 300 C-30 FREIGHTLINER � , '' Y:; 12kW 30" C-30 Freightliner M2-106, 33,000 GVWR, Modular aluminum 4 body, 30 -ft length, 12kW generator, four workstations $ 577,985.40 400 C-35 FREIGHTLINER 20kW 35" C-35 Freightliner M2-106, 33,000 GVWR, Modular aluminum 5 body. 35 -ft length, 20kW generator, five workstations $ 672,864.37 500 C-40 FREIGHTLINER 20kW 40" C-40 Freightliner M2-106, 54,000 GVWR, Modular aluminum 8 body, 40 -ft length, 20kW generator, eight workstations $ 740,759.84 700 CRU 22 FORD VIP 22" CRU (Critical Response Unit), Ford Transit -350 High Roof Van, 3 2W D, 9,500 GVWR, 22 -ft length, Single axle, Gasoline 333,739.00 AIRPORT PRODUCTS 'Authorized Pierce dealers may offer service contracts for preventative maintenance and other services. Pricing would be quoted on a time and material bases, by he dealer, at the time of request. Pierce offers our dealers the ability to offer/develop custom service/maintenance contracts to Sourcewell members utilizing this cont act. (base specification pricing includes the 7.00% discount off List as shown below for airport products) . .., .. Effective 2/07/2025 lire De. 1,1I101 Published Soorcewell Contract Pricing EMEMI Oshkosh Striker. 404, 1500 gallons of water, 210 gallons of foam MEM Oshkosh Striker* 6x6, 3000 gallons of water, 420 gallons of foam EZMIZENME Oshkosh Striker• 808, 4500 gallons of water, 630 gallons of foam InMIFITSSIIIII IMEEM Oshkosh Striker' Volterra" 6x6, Electric Vehicle,3000 gallons of water, 420 gallons of foam KMINEREMI Oshkosh Snozzle Simulator Type 1- Basic desk top Striker simulator $ 80,348.00 IMMIE Oshkosh Snozzle Simulator Type 2 - Expanded Striker simulator with 4 screens, one Driver's seat, realistic buttons / switches. $ 620,100.00 Oshkosh Snozzle Simulator Type3 - Expanded Striker simulator with 6 screens, 2 full size seats and full Striker dashboard. $ 683,700.00 'Authorized Oshkosh service providers may offer service contracts for preventative maintenance and other services. Pricing would be quoted at time of request based on customer requirements and does not include the percentage discount. 2/14/2024 fla�Iprchia Principal Oshkosh Corporation Classification - Restricted Region HQPhon'e HQAddress City State Zip', State coverage Allegiance Fire and Rescue Justin Fink Bill O'Connor Michael Sirignano Northeast 508-668-3112 2181 Providence Hwy Walpole MA 02081 MA, ME, NH, RI, VT Atlantic Emergency Solutions, Inc. Joseph Pack Mid -Atlantic 703-393-9911 12351 Randolph Ridge Lane Manassas VA 20109 DE, KY, OH, MD, NC, WV, VA Conrad Fire Equipment Inc. Sal Monteleone Karl Schultz Joe Schultz Central 913-780-5521 19922 W. 162nd St. Olathe KS 66062 KS, OK Emergency Equipment Professionals, Inc. Jeff Kuntz Central 662-280-4729 PO BOX 1739 Southhaven MS 38671 AL, MS Fire Apparatus & Equipment, Inc. Leslie Niles Midwest 920-574-3410 5793 W. Grande Market Dr. Suite C Appleton WI 54913 WI Fire & Safety Services Ltd. Dave Russell Mid -Atlantic 800-400-8017 200 Ryan Street South Plainfield NJ 07080 NJ Firematic Supply Co., Inc. Mike Hanratty Peter Hanratty Northeast 631-924-3181 PO BOX 187 Yaphank NY 11980-0187 CT, NY Front Range Fire Apparatus, Ltd. Duane Doucette West 303-449-9911 7600 Miller Court Longmont CO 80504 CO, WY Glick Fire Equipment Co., Inc. Amy Switzer Jodi Mohn Mid -Atlantic 717-299-4120 PO BOX 69 Smoketown PA 17576-0069 PA Golden State Fire Apparatus, Inc. Ryan Wright Daron Wright West 916-330-1638 7400 Reese Road Sacramento CA 95828 CA Halt Fire Inc. Todd Lincoln Northeast 248-669-0800 50168 West Pontiac Trail, Unit 5 Wixom MI 48393 MI Hughes Fire Equipment Inc. Rex Hughes Michael Duyck West 541-747-0072 910 Shelley Street Springfield OR 97477 AK, AZ, HI, ID, NV, MT, OR, WA MacQueen Emergency Group Daniel Gage Central 651-645-5726 1125 7th St. E St. Paul MN 55106 IL, IN, MN, MO, ND, NE, SD Reliant Fire Apparatus, Inc. Bryan Krueger Brett Krueger Jason Krueger Central 262-297-5020 880 Enterprise Drive PO BOX 470 Slinger WI 53086 IA, WI Siddons-Martin Emergency Group, LLC Pat Siddons Leon Martin Jr West 800-784-6806 1362 East Richey Rd. Houston TX 77073 AR, LA, NM, NV, TN, TX, UT South Coast Fire Equip, Inc. Kevin Newell West 909-673-9900 3150 Palisades Dr. Corona CA 92878 CA Spartan Fire & Emergency Apparatus Robert Fore IV Mid -Atlantic 864-582-2376 319 Southport Road Roebuck SC 29376 SC Ten -8 Fire & Safety, LLC Keith Chapman Central 941-756-7779 2904 59th Ave. East Bradenton FL 34203-5312 FL, GA *Commercial Emergency Equipment Morgan Mackay Canada 418-228-6294 x249 591 Chester Road Delta BC V3M 6G7 AB, BC, MB, SK, NT, NWT, YT *L'Arsenal Marc -Andre Lemaire Louis -David Lemaire Canada 418-228-6294 x249 2250 Andre C. Hamel Drummondville QC J2C8B1 Quebec *Safety Source Fire Inc. Calvin Ripley Ross Henderson Canada 418-228-6294 x249 121 Ilsley Ave. Unit 4 Dartmouth NS B3B154 NB, NL, NS, PE Sourcewell , Awarded Contract CONTRACT PRICING WORKSHEET Contract No. Date Prepared #113021-0KC Feb 28th, 205 Buying Agency: City of Clearwater, Florida Dealer: Ten-8 Fire & Safety Contact Person: Debbie Moore Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: DustinB@ten8fire.com Email: Deborah.moore • m clearwate Pierce Bid #: Base 1370 Spec. Sourcewell ID # Description: Sourcewell Price Published Contract Price List Date 234 Aerial, Tiller, Alum Body, MSRP $1,848,119.61 2/7/2025 $ Removed Options from Base Spec. 1,746,473.03 Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 477,630.71 With Pierce Discount (5.S%) Added Options to Base Spec. $ 451,36102 Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 912,330.15 With Pierce Discount (5.5%) $ Qty Subtotal (Base Spec+Added/Removed Options) $ Other Expenses 862,151.99 2,157,264.00`' Description Price Travel $ - Taxes $ - Performance Bond $ - Applicable State Fees (Tire Fee, etc.) $ - Total Other Expenses Discounts $ - Description Price 100% Pre-Payment Discount $ - Chassis Pre-Payment Discount $ - Aerial Pre-Payment Discount $ - Mult-Unit Discount for one (1) Enforcer Tiller & two (2) Velocity Engines $ - Total Discount $ - Total Purchase Price (matches customer PO) $ 2,157,264.00 Proposal Comparisson Showing Differences Only Legend: Option Not Present in Category Feature Values Differ Bid 1369: 2025 - Clearwater - Enforcer Tiller Enforcer Chassis, Tractor (Tiller) Clearwater 520877 Comparison Report Required Fill in Blank TBD 114 Inspection Trip(s) Fill in Blank five (5) travel, lodging and meals for the Qty, two (2) 620357 Consortium, Florida Sheriff's 30006 Bid Bond Not Requested 816570 Performance Bond, 100% Req'd, PPI Terms 110 Wheelbase Wheelbase 163 70 GVW Rating GVW rating 71,800 20018 Frame Liner Not Req'd 630705 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 Ib, 30264 Suspension, Front TAK-4, 19,500 Ib, 87572 Shock Absorbers, KONI,TAK-4, 894433 Wheels, Front, 22.50" x 9.00", Steel, Hub Pilot, 530461 Axle, Rear, Meritor R530-185, 31,000 Ib, 544244 Top Speed of Vehicle, 60 MPH/96 KPH 585004 Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 654797 Wheels, Rear, Accuride, 22.50" x 9.00", Steel, Hub 822288 ABS Wabco Brake System, Single Axle, Tiller, NFPA 30185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 803729 Brakes, Meritor, Cam, Rear, 16.50 x 8.63" No Dust 20784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 637584 Brake Reservoirs, 5,376 Cubic Inch Minimum Paint Color, Air Tanks job color (lower) 854 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 607839 Fittings, Compression Type, Entire Apparatus, Single 812267 Engine, Cummins X15, 525 hp, 1850 lb -ft, W/OBD, 730808 Fitters, Remote Mounted, Oil, Fuel, X15, 687994 Engine Brake, Jacobs Compression Brake, Cummins Switch, Engine Brake high, medium and low setting 552334 Clutch, Fan, Air Actuated, Horton Drive Master 814375 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 standard straight tip on the end 829493 Radiator, Enforcer X15 763582 DEF Tank, 4.5 Gallon, D5 Fill, Forward of Rear Axle, Door, Material & Finish, DEF Tank polished stainless steel 723716 Fuel Priming Pump, Electronic, Automatic, Cummins, 582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 553019 Cooler, Engine Fuel, Imp/Vel, SFR/Enf 698720 Fuel Cap Retaining Chain With Holder 578959 Fuel/Water Separator, Racor Inline 522824 Mode, Downshift, Aggressive downshift to 3rd, 801876 Fluid, 4000 Series Trans, Allison Approved TES -668 669988 Steering, Sheppard M110 w/Tik, TAK-4, Eaton Pump, 605356 Steering Wheel, 4 Spoke without Controls, Saber 690274 Logo/Emblem, on Dash Text, Row (1) One Clearwater Text, Row (2) Two Fire Text, Row (3) Three Rescue Bid 1375: Sourcewell - 234 - Aerial - Tiller - Alluminum - NPNT Enforcer Chassis, Tractor (Tiller) $0.00 $0.00 ® 536644 $0.00 766110 $0.00 529326 $0.00 816569 $0.00 110 $0.00 ©70 $0.00 889469 $13,223.00 637911 $45,220.91 637913 $0.00 321 $2,835.55 19575 $22,941.81 530460 $0.00 818717 $8,577.84 782552 $3,570.34 55237 801909 3245 1960 $10,685.19 822289 $0.00 690932 $964.53 730 $0.00 735527 $0.00 644232 $562.66 11854 $2,199.10 $275,497.95 808515 $4,746.74 $8,848.19 735687 $0.00 ®644227 $0.00 814375 $..00E1788765 $0.00889521 $0.00 552793 $456.11 552712 $1,437.47 699437 $71.22 $674.67 690880 $1,206.15 $708.40 $0.00 734212 $3,446.28 802950 $0.00 690274 Customer Service Website Consortium, Sourcewell Bid Bond, 10%, Pierce Built Chassis Performance Bond, Not Requested, PPI Terms Wheelbase Wheelbase 163 GVW Rating GVW rating 56,400 Frame Liner, "C/Inv L" 12.50" x 3.00" x .25", Axle, Front, Dana, D -2000F, 20,000 Ib Saber Suspension, Front, Standens, Taper Leaf, 20,000 Ib, Shock Absorbers on Front Axle, Monroe Magnum Wheels, Front, Alcoa, 22.50" x 9.00", Aluminum, Axle, Rear, Meritor RS26-185, 27,000 Ib, Top Speed of Vehicle, 65 MPH/104 KPH, Non - Tires, Rear, Goodyear, Endurance RSA, 12R22.50, Wheels, Rear, Alcoa, 22.50" x 8.25", Alum, Dura - Lug Nut, Covers, Chrome Axle Hub Covers w/center hole, 5/5, Front Axle Axle Hub Covers, Rear, 5/5, High Hat (Pair) ABS/ATC Wabco Brake System, Single Axle, Tiller, Brakes, Bendix, ADB -22X, 17" Disc, Front Brakes, Meritor, Cam, Rear, 16.50 x 7.00" Air Compressor, Brake, Wabco 26.8 CI, Paccar Brake Reservoirs, 4,272 Cubic Inch Minimum Paint Color, Air Tanks same as frame color Air Inlet, w/Disconnect Coupling Location, Air Coupling(s) rearward in the driver side lower step well of cab Qty, Air Coupling (s) One (1) air inlet $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,601.36 $12,567.83 $3,477.35 $0.00 $3,288.40 $17,606.42 $0.00 $6,104.88 $6,023.12 $179.28 $155.05 $326.59 $10,685.19 $926.47 $0.00 $0.00 $0.00 $562.66 Engine, Paccar MX, 510HP, 1850 Ib-ftW/OBD, EPA $225,830.10 Engine Brake, Fully Integrated, Paccar MX13 Engine $6,175.40 Switch, Engine Brake high, medium and low setting Clutch, Fan, Air Actuated, Saber FR/Enforcer $515.32 Exhaust System, Horizontal, Right Side $0.00 Exhaust, Diffuser an aluminized steel exhaust diffuser Exhaust, Material/Finish aluminized steel Location, Diffuser Termination extend 2.00" past the body rub rail Tip, Exhaust a standard straight tip on the end Radiator, Saber FR/Enforcer DEF Tank, 7.3 Gallon, LS Fill, Under Cab, Paccar, Lift Door, Material & Finish, DEF Tank polished stainless steel Not Required, Fuel Priming Pump Not Required, Shutoff Valve, Fuel Line Cooler, Chassis Fuel, Not Req'd. No Selection Required From This Category Steering, Dual Gear, TRW TAS -65, w/tik, Paccar Steering Wheel, 4 Spoke w/Wiper Control, Saber Logo/Emblem, on Dash Text, Row (1) One Text, Row (2) Two Text, Row (3) Three $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,366.20 $3,446.28 $0.00 603633 558109 698960 648332 727969 752555 12226 647989 15440 648170 617333 762273 5772 825060 42105 12090 779033 894089 765875 750824 SP Bumper, Non -Extended, Steel, Painted, Saber Notch, Front For Recessing Of Q2B, Painted Bumper Location center Coating, Top Flange, Front Bumper, Outside Exterior, Cab, Enforcer, 7010 Engine Tunnel, X15, Foil Insulation w/Mech Scuffplate, 5/S, Striker Side, Cabinet Door(s), Each Location D5 and P5 EMS compartment exterior access doors Material Trim/Scuffplate polished stainless steel Qty: two (2) Scuffplates, S/S Corner Guard, Polished, Rear Cab Trim, 5/5 Band, Across Cab Face, Arrow Material Trim/Scuffplate polished stainless steel No Chrome Molding, On side of cab Door, Half -Height, Saber FR/Enforcer 4 -Door Cab, Cab, Exterior Door Handle, Finish chrome/black Key Model, Cob Doors 751 Controls, Electric Roll -Up Windows, 4dr, 2 Frt Elect, Steps, 4 -Door Cab, Dual, 1" Longer Bottom Step, Light, Step, Additional a white Step Well Material aluminum treadplate Fenders, S/S on cab, w/Radius corner, 2.00" wide Tractor 5th Wheel and Fenders, Single Material, Fender Crowns Stainless steel No Windows, Side of Crew Cab Not Required, Windows, Front/Side of raised roof Not Required, Windows Rear of Crew Cab, Saber Dash, Heavy Duty Metal, Enforcer Material Finish, Metal Dash pointed to match the cab interior Work Surface, 3/16" Alum, Full Eng Tnl, No Spacing, Lip 2.00" Material Finish, Cab Interior painted to match the cab interior Cab Interior, Vinyl Headliner, Saber FR/Enforcer, Cab Interior Rear Wall Material painted aluminum Color, Cab Interior Vinyl/Fabric 36 oz dark silver gray vinyl Engine Tunnel Cover padded and covered, on the top and sides, with black 36 ounce leather grain vinyl resistant to oil, grease, and mildew 753903 Cab Interior, Paint Color, Saber FR/Enforcer Color, Cab Interior Paint black, vinyl texture paint 722038 HVAC, Heavy -Duty, Enforcer, w/X15, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers HVAC System, Control Loc. within panel position 412 HVAC System, Filter Access hinged with two (2) thumb latches Paint Color, A/C Condenser cover to be painted 1110 white Plenum Cover Material a formed plastic cover 2526 Light, Engine Compt, All Custom Chassis 631830 Fluid Check Access, Saber FR/Enforcer, Arrow XT Latch, Door, Storage Southco C2 black powder coated flush latch 583040 Frontal Impact Protection 622618 Seating Capacity, 5 Betted Seats 636956 Seat, Driver, Pierce PSV, Air Ride, High Back, Frontal 632927 Seat, Officer, Pierce PSV, Air Ride, SCBA, Frontal 2517 Not Required, Radio Compartment 53,980.16 606186 $1,506.98 5630.20 $79,944.78 625650 50.00 747442 5380.91 2224 $642.19 51,272.62 647932 50.00 ® 87357 50.00 648171 $2,142.50 ®528958 $2,883.69 638310 $2,410.97 ® 2141 50.00 32086 $0.00'637984 $0.00 50.00 53,232.58 722796 $726.0511 51,146.94 11750824 $0.00 ©753903 520,392.51 817805 $0.00 0583938 $14.07 12631830 55,542.61 583039 50.00 622617 $4,357.93 636957 53,206.56 636946 50.00 620420 Bumper, Non -Extended, Saber FR/Enforcer $1,773.94 Cab, Enforcer, 7000 Engine Tunnel, X12, MX13, Spray Insulation, Scuffplates, 5/5 At Cab Door Jambs, 4 -Door Cab Material Trim/Scuffplate polished stainless steel Not Required, Trim, S/S Band, Across Cab Face, Molding, Chrome on Side of Cab Door, Half -Height, Saber FR/Enforcer 4 -Door Cab, Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 Not Required, Controls, Electric Window, AXT, Steps, 4 -Door Cab, Saber FR/Enforcer Step Well Material aluminum treadplate Fenders, s/son cab - Saber/Enforcer Tractor 5th Wheel and Fender Skirts, Single, Tiller, Window, Side of C/C, Fixed, Saber FR/Enforcer Dash, Poly, Saber FR/Enforcer Cab Interior, Vinyl Headliner, Saber FR/Enforcer, Cab Interior Rear Wall Material painted aluminum Color, Cab Interior Vinyl/Fabric 36 oz dark silver gray vinyl Engine Tunnel Cover padded and covered, on the top and sides, with dark silver gray 36 ounce leather grain vinyl resistant to oil, grease, and mildew Cab Interior, Paint Color, Saber FR/Enforcer Color, Cob Interior Paint fire smoke gray, vinyl texture paint HVAC, Heavy -Duty, Enforcer, Paccar, CARE Auxiliary Cab Heater one (1) 31,000 BTU auxiliary heater with 560 SCFM of air flow provided in each outboard rear facing seat riser with a dual scroll blower. An aluminum plenum incorporated into the cab structure to be used to transfer heat to the forward positions HVAC System, Control Loc. within panel position 412 HVAC System, Filter Access secured with four (4) screws Paint Color, A/C Condenser cover to be painted to match the cab roof Plenum Cover Material a formed plastic cover Lights, Engine Compt, Custom, Auto Sw, Win Qty, one (1) Fluid Check Access, Saber FR/Enforcer, Arrow XT Latch, Door, Storage Southco C2 chrome raised trigger lever latch Not Required, Side Roll and Frontal Impact Seating Capacity, 6 Betted Seats Seat, Driver, Pierce PSV, Air Ride, High Back, Seat, Officer, Pierce PSV, Fixed, SCBA, PRIMARY, Radio Compartment, Below Non -Air Ride Seat, Saber 574,128.56 50.00 51,034.50 50.00 50.00 50.00 50.00 $316.82 $1,136.95 50.00 50.00 50.00 $1,146.94 50.00 $19,781.91 $260.76 521.41 50.00 50.00 $2,503.08 51,385.16 50.00 819220 819221 821641 756626 821642 543991 734952 896451 727858 622803 509511 32602 543751 SP 5P SP SP Cabinet, Rear Facing, LS, 23 W x 28 H x 26.75 D, Fastener, Web, Cab Cabinet 1.00" wide nylon material with 2.00" openings permanently fastened on the top with 1.00" side release fasteners on the bottom to secure it 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 Shelf/Tray, Cabinet one (1) infinitely adjustable shelf with a 0.75" up -turned lip Cabinet, Rear Facing, RS, 22 W x 28 H x 26.75 D, Fastener, Web, Cab Cabinet 1.00" wide nylon material with 2.00" openings permanently fastened on the top with 1.00" side release fasteners an the bottom to secure it 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 Shelf/Tray, Cabinet one (1) infinitely adjustable shelf with a 0.75" up -turned lip Seat, Fwd Fcng C/C, LS Otbrd, Pierce PSV,SCBA,17" Cabinet, Forward Facing, Center, 28 W x 50 H x 18 D, Door, Cab Interior Cabinet one (1) Amdor rollup door with anodized finish, locking with 6751 key Light, Tall Cabinet one (1) white LED strip light installed on the left side of the interior cabinet door opening and one (1) white LED strip light installed an the right side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Shelf/Tray, Cabinet two (2) infinitely adjustable shelves with a 0.75" up -turned lip Seat, Fwd Fcng C/C, RS Otbrd, Pierce PSV,SCBA,17" Bracket, Air Bottle, Hands -Free II, Cab Seats Qty, three (3) Door, Access, Front, (2) Rear Facing Seat Risers, No 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 Enhanced Software for Cab and Crew Cab Dome Lts Light, Map, Sunnex SL9-200.251 LED Clear Lens, 12vdc power from directly to the battery switched power Color, Trim black housing Location over Officer left shoulder Qty, one (1) Cab Instruments, Black Gauges, Black Bezels, 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 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf Speedometer, Class 1 w/LED, Officer Overhead Light, Do Not Move Apparatus Latch, Door, Storage lift and turn latch $2,320.92 632852 Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, $2,293.29 ©632848 $1,525.84 ®108189 $4,037.51 821030 $1,525.84 ®108190 $3,301.48 65740 $448.68 El $0.00 $1,083.10 $1,483.45 a644187 $0.00 $820.88 $11.31 2544 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, Not Required, Seat, Forward Facing C/C, LS Seat, Fwd Fcng C/C, Ctr, (2) Pierce PSV, SCBA, Not Required, Seat, Forward Facing C/C, RS Bracket, Air Bottle, Zico, ULLH, Load & Lock, In Cab Qty, five (5) Cab Instruments, Black Gauges, Black Bezels, Saber 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 Air Restriction Indicator - Pierce Chassis $1,245.22 $1,245.22 $0.00 $2,490.43 $0.00 $0.00 $483.45 $0.00 543751 Light, Do Not Move Apparatus $93.86 Alarm, Do Not Move Truck activate a steady tone alarm 509042 Messages, Open Dr/DNMT, Color Dsply, 611683 Switching, Cab Instrument Lower Console & 802940 Wiper Control, 2 -Speed with Intermittent, Saber Location, Wiper Control located on the left side of the center instrument panel 814201 Vehicle Information Center, 7" Color Display, System Of Measurement US Customary 606249 Vehicle Data Recorder w/CZ and Overhead Display 616382 Install Customer Provided GPS/Muhimode Qty, one (1) 694166 Antenna Mount, Larsen NMOKHFUDTHK, 0 - Location best roof location Location 1 Behind Driver's seat Qty, one (1) 817058 Camera, Pierce, LS Mux, R Camera, SD, CL714 Camera System Audio not provided 890416 896456 624253 822649 813919 814942 770460 26800 92582 SP Pierce Command Zone, Advanced Electronics & Color, Antenna white WiFi antenna Module Housings electronic control modules to include black housings, a power indicator and status indicator Prognostics, Electrical System Electrical System, Enforcer MUX Charger, Sngl Sys, Kussmaul, LPC 80, 091-206-12, 80 Panel, Charger Display, Kussmaul, Included w/ Location, Cab, Ind/Remote, Driver's Seat with Shoreline, 20A 120V, Kussmaul Auto Eject, 091 -55 - Color, Kussmaul Cover red Qty, two (2) Shoreline Connection the battery charger Shoreline Location Location, Shoreline(s) One on the D5 of cob, above wheel, One on the P5 of cab, above wheel Load Manager/Sequencer, MUX Enable/Disable Hi -Idle to activate before any electric loads are shed and deactivate with the service brake 802935 Light, Directional, Win M62T• LED, Cmn Bzl, Above Color, Lens, LED's lens color(s) to be clear Color, Q Bezel and Trim housing to be polished and the trim shall be chrome Flash Pattern, Directional Lts Steady On (Arrow) 647802 Lights, Clearance/Marker/ID, Front, P25 LED 5 Lts, 514453 Light, Marker End Outline, Rubber Arm, LED Marker Location, Lights rear of truck Qty, Lights, Pair one (1) pair 815852 Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Color, Trim chrome housing 85910 Lights, Backup Included in Signal Cluster 769569 Lights, Perimeter Cab, Amdor AY-LB-12HW012 LED 763173 Lights, Perimeter Body, Amdor AY-LB-12HW012 LED Control, Perimeter Lts a switch within reach of the driver is activated, the parking brake is applied and a switch within reach of the tiller driver is activated 896454 Enhanced Software for Perimeter Lts 813525 Lights, Step, P25 LED, Tiller, Control, Trim Feature Color, Trim 50.00 637359 51,175.23 632738 $0.00 802946 $3,182.93131763646 52,909.07 11610240 5547.60 $208.57 ®696439 51,870.03 ©808099 511,963.62 13624241 50.00 50.00 624256 53,275.13 812586 $231.30 811943 $396.67 814939 52,140.82 16857 $274.381326800 $424.79 ''+644176 51,507.94 © 802935 50.00 D735474 5358.20 11514453 52,140.58E1804514 50.00 806466 556842 5894.18 817254 51,290.14 758586 $0.00 5651.42 F11644535 Alarm, Do Not Move Truck activate a pulsing alarm Not Required, Door Open Indicator w/Do Not Move Switching, Cab Instrument Lower Console & Wiper Control, 2 -Speed w/Intermittent, Steering Vehicle Information Center, LCD On Gauge Cluster System Of Measurement US Customary Vehicle Data Recorder w/Seat Belt Monitor Antenna Mount, Custom Chassis, Cable Routed to Location, Antenna Mount on the right side Qty, one (1) Camera, Pierce, 7" HD, R, Camera, AHD Color white Location, Camera Monitor in view of the driver on the dash Electrical Power/Signal Protection & Control, Electrical System, Enforcer Hard Wired Charger, Sngl Sys, Kussmaul, Chief 091-266-12-60, Panel, Remote Control, Kussmaul, Chief 091 -266 - Location, Cab, Ind/Remote, Driver's Seat Riser Shoreline, 20A 120V, Kussmaul Auto Eject, 091 -55 - Color, Kussmaul Cover red Qty, one (1) Shoreline Connection the battery charger Shoreline Location Location, Shoreline(s) on the driver side of cab, above wheel Load Manager, Integrated In Electrical System, Saber 50,00 50.00 $677.58 $0.00 51,909.07 $195.38 $1,395.46 50.00 50.00 $2,388.69 5664.54 50.00 $776.72 $137.18 5719.90 Light, Directional, Win M62T• LED, Cmn Bzl, Above 51,507.94 Color, Lens, LED's lens color(s) to be the same as the LEDs Color, Q Bezel and Trim housing to be polished and the trim shall be chrome Flash Pattern, Directional Lts Steady On (Arrow) Lights, Clearance/Marker/ID, Front, P25 LED 7 Lts, 50.00 Light Guard without guords Light, Marker End Outline, Rubber Arm, LED Marker 5358.20 Location, Lights at the rear of tiller body Qty, Lights, Pair one (1) pair Lights, Tail, Win M62BTT• Red Stop/Tail & M62T• 51,609.57 Color, Lens, LED's lens color(s) to be clear Flash Pattern, Directional Lts Steady On (Arrow) Lights, Backup, Win M62BU, LED, For Tail Lt Housing 51,010.21 Bezels, Win, (2) M6 Chrome Pierce, For mtg (4) Win 5854.79 Lights, Perimeter Cab, Amdor AY-LB-12HW0•• LED 51,074.42 Lights, Perimeter Body, CLC -1049 -••-AL LED, 1-12", $667.39 Control, Perimeter Lts the parking brake is applied Lights, Step, P25 LED, Tiller, Prk Brk $620.03 trim shall be chrome Control, Step Lts when parking brake is applied 811827 Lights, Tractor Scene, HiViz, FT-GSMJR LED Rear of $1,880.51 Q666072 Lights, Tractor Scene, Win M6ZC LED Rear of Cab Color, Trim chrome trim Control, Scene Lts when the aerial master switch is activated 660100 Light, Win, 12V PCP3P Pioneer LED Fld/Spt, Color, Win Lt Housing painted parts of this light assembly to be white Location, Lights One forward on the P5 tiller body, One rearward on the P5 tiller body (Ref Job 18174) Qty, two (2) Switch, Lt Control 1 DC,1 a switch at the driver's side switch panel Switch, Lt Control 2 DC,2 o switch at the passenger's side switch panel Switch, Lt Control 3 DC,3 a switch at the rear of apparatus on the passenger's side Switch, Lt Control4 DC,4 no additional switch location 660105 Light, Win, 12V PCP3P Pioneer LED Fld/Spt, Color, Win Lt Housing painted parts of this light assembly to be white Location, Lights One forward on the DS tiller body, One rearward on the DS tiller body (Ref lob 18174) Qty, two (2) Switch, Lt Control 1 DC,1 o switch at the driver's side switch panel Switch, Lt Control2 DC,2 a switch at the rear of apparatus on the driver's side Switch, Lt Control 3 OC,3 no additional switch location Switch, Lt Control 4 DC,4 no additional switch location 751229 Lights, Centering, Cab Roof, Tir, Win OS'00MCR, Color, Light blue Control, Light when the ignition switch is activated Location centered on back of cab Qty, one (1) 774948 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 cob 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 PS crew door Mount Win 11 light(s) to be installed in a all black 15 degree vertical recessed bracket PBH103B8 Qty, one (1) Scene Light Optics flood optics 775524 Lights, Win, P'1-11' 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 hos been selected for the driver's side flood light(s) Location High and rear of DS crew door $8,896.63 $8,785.99 ill $761.91© $2,461.53 111 $2,425.01© $1,498.49 Mount, Win 11 light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics flood optics 736755 Light, Win, 12V P512•' Slm Ln, 12 VDC 1st Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts by the switch that contras the left side scene lights) Location centered above left tiller window Mount, Win 11 light(s)to be installed on adjustable bail bracket(s) Qty, one (1) Scene Light Optics flood optics 736743 Light, Win, 12V PSL2•• Slm Ln, 12 VDC 2nd Color, Win Lt Housing painted ports of this light assembly to be white Control, Scene Lts by the switch that contras the right side scen light(s) Location centered above right tiller window Mount, Win Il lights) to be installed on adjustable bail bracket(s) Qty, one (1) Scene Light Optics flood optics 889974 Light, Win, 12V PSL2•• Slm Ln, 12 VDC 3rd Color, Win Lt Housing painted parts of this light assembly to be white Control, Scene Lts by a switch in the tiller cab Location centered above rear tiller window Mount, Win 11 lights) to be installed on adjustable bail bracket(s) Qty, one (1) Scene Light Optics flood optics 565198 Not Required, Deck Lights, Other Hose Bed & Rear 645677 Lights, Not Required, Rear Work, Ah. 12 Volt Lights 825621 Turntable Steps -Morton Cass, LS/RS, Tiller Single Body Handrail Finish knurled aluminum handrail 36497 Compt, F/H, Trans Roll, 92.00" Wide, LS Front, Tiller 796471 Compt, F/H F/D Front Roll, Center Lift Past 90, F/H 36498 Compt, F/H, Trans Roll, 92.00" Wide, RS Front, Tiller 796468 Compt, F/H F/D Front Roll, Center Lift Past 90, F/H 693027 Doors, Gortite, Rollup, 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 12 compartment doors 67767 Bumper, Rear, 5" w/Treadplate Cover, Tiller 19845 Guard, Drip Pan, S/S, Rollup Door Location, Door Accessory all compartments except rear door Qty, Door Accessory 12 compartment doors 603083 Lights, Compt,Pierce LED,Dual Light Strips,Each Side Location, Compartment Lights all body $1,706.57 El $1,706.57 ill $1,990.75 50.00 ©689891 $0.00 645681 591017 $2,438.28 $2,376.44 668119 $3,583.22 36511 $2,376.44 668115 $4,407.84 36513 $0.00 594014 $1,967.25 ®67768 $3,458.81 $3,641.03 11689549 Lights, Deck, Win (2) PFBPI2C LED Rear Flood Lights Switch, Scene Lt Cntri swich on the light heads) Lights, Not Required, Rear Work, Deck Lights At Rear Hose Restraint, Hose Bed, Aerial, Front Vekro Strap, Compt, F/H, Trans Roll, Shortened, Single Compt, Compt, Low, Roll, LS Rear, Tiller Compt, F/H, Trans Roll, Single Compt, Shortened, Compt, Low, Roll, RS Rear, Tiller Doors, Amdor, Rollup, Side Compartments Color, Roll -up Door satin aluminum Latch, Roll -up Door A stainless steel lift bar to be provided for opening the door and located at the bottom of each door with latches on the outer extrusion of the door frame. A ledge to be supplied over lift bar for additional area to aid in closing the door Qty, Door Accessory ten (10) compartment doors Not Required, Bumper, Tiller Lights, Compt, Pierce LED, Dual Light Strips, Each Location each side of doors, all compartments 51,528.93 $0.00 5161.89 5689.01 $0.00 5688.85 $0.00 -$1,351.89 $0.00 $2,934.48 Qty, Qty, nine (9) ten (10) 687135 Shelf Tracks, Unpainted $1,010.58©687139 No Shelf Tracks Required Location, Shelf Track L51, L53, L54,1.55, R51, R53 and 555 Qty, Shelf Track seven (7) sets of tracks 601757 SP Shelves, Fixed, 500 Ib Capacity, Full Width/Depth, $1,025.77 Location, Shelf D3 for cribbing. Lip at bottom. Exact measurements TBD (reference photo) Qty, Shelf Iwo (2) shelves 663447 Shelves, Adjustable, 500 Ib Capacity, Full $1,436.80 111 Location, Shelf (2) 03 towards front of the partition, (1) P3, (1) 01, (1) P1 Qty, Shelf five (5) shelves 3983 Tray, 500 Ib Slide-out, 2" Sides -Adj. Height $1,351.84 Location 05 Qty, Tray (slide-out) one (1) slide-out tray 99146 Tray, 500 Ib Slide-Out, 2" Sides - Adj. Height, 1/2 $4,055.53 Location 07 & P7 above skirt, 05 to the rear of partition Qty, Tray (slide-out) three (3) slide-out trays 510777 Tray, 2151b, Tilt/Slide-Out, 30 Deg, Adj, 1/2 Trans $4,367.8713 Location D7 & P7, P5, D4 in the transverse section (see print) Qty, Tray (slide-out) four (4) slide-out trays 603763 Tray, Floor Mounted, Slide-Out, 500lb, 2.00" Sides, $8,070.77 Location, Tray Slide-Out Floor Mounted LS6 Material Finish, Tray with a dual action finish Qty, six (6) 725635 Cabinet, Drawer Assembly, CTECH, Four Drawers, Up $3,523.40 El Location LS7 Qty, one (1) Size, Drawer Height 1 (Top) 2.00" with a face plate that is 3.00" Size, Drawer Height 2 3.75" with a face plate that is 4.00" Size, Drawer Height 3 3.75" with o face plate that is 4.00" Size, Drawer Height 4 8.75" with a face plate that is 9.00" 567369 Toolboard, Slide-out, Alum, .188", No Holes $2,054.19 11 Finish, Pegboard/Toolboard with a dual action finish location in compartment 05 towards the front of the partition Mounting, Toolboard mounted on adjustable tracks side to side within the compartment Qty One (I) 659091 Toolboard, Slide-out, Alum, .188", Peg Board $1,916.75 111 Finish, Pegboard/Toolboard spatter gray pointed Hole Diameter, Pegboard/Toolboard .203" diameter Location, Toolboard LS4 full height and width Mounting, Toolboard mounted on adjustable tracks side to side within the compartment Qty One (1) 726451 Partition, Vertical Compt $1,479.30 131 Location, Partition, Vertical 15" from front of LS3 & L55. 2 under shelf in LS3 for cribbing (match 31978) Qty, Partition Four (4) partitions 670382 Sealed, Compartment, Vented to Atmosphere Only $821.39 ri Fill in Blank $0.00 Four on the forward side of D7 & P7 Four on the rear side of D6 & P6 Qty, four (4) 539811 Box, Poly Tool Color black Depth 12.00" deep Length 24.00" long Location P3 Qty, Comp. Accessory three (3) Width 22.00" wide 88247 Compt, At Rear Between Tow Eyes, Tiller Door, Material & Finish, Storage painted aluminum 50308 Rear of Body, Smooth Aluminum Sheet 796216 Floor Extension, Compartment, 1.00" Downturned Location 195 to support the toolboard and the partition mounted in the transverse section. D7 over CTECH toolbox for half depth slide out tray. P7 at top of skirt for half depth slide out tray Qty, three (3) 558496 Handrails, Access to Tiller Cab, U -Shaped, Knurled 590943 Compt w/Rack, Air Bottle, 8.50" Square, Rear of Latch, Air Bottle Compt pair of Southco raised trigger C2 chrome lever latches 657524 Compt, Air Bottle, Single, Round, Fender Panel Door Finish, Fender Compt brushed Insert Air Bottle Compt black rubber matting Latch, Air Bottle Compt flush Southco C2 black powder coated 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 4218 Ladder, 35' Duo -Safety 1200A 2 -Sect Qty, two (2) 34226 Ladder, 28', Duo -Safety 1200A 2 -Section Qty, one (1) 635956 Ladder, 14' Duo -Safety 775 -DR Roof Qty, one (1) 44235 Ladder, 16' Duo -Safety 875A Roof Qty, one (1) 664691 Ladder, 18' Duo -Safety 875 -DR Roof Qty, one (1) 515233 Ladder Storage, Horizontally Hinged Lift Up Door, 602100 Lights, Torque Box Ladder Storage, Pierce LED Strip 724818 Compt, Above Rear Compt, T/P, Stokes Storage, Lift Access, Backboard/Stokes/Long Tool Compt either side Door, Material & Finish, Storage aluminum treadplate Latch, Door, Storage D -handle latch Size, Stokes Basket, Predefined 88.00" long x 26.00" wide x 9.00" high 84317 Not Required, Pole, Pike, 12' 547754 Not Required, Pike, Pole, 8' 549137 Not Required, Pike Pole, 6' 548410 Not Required, Pole, Pike, 3' 51,200.87 51,710.88 111 $0.00111 $1,342.03 $682.32 $1,044.56 $1,761.48 111 $4,137.98 ©4218 $1,701.67 101 $861.93 ® 4232 $758.38 $1,007.59 13 $0.00Il 524506 $254.29 602102 $2,853.02 $0.00 ©775907 50.00 D789564 50.00 13789566 $0.00 13816916 Ladder, 35' Duo -Safety 1200A 2 -Sect Qty: one (1) Ladder, (2) 16' Duo -Safety 875A Roof Ladder Storage, Vertically Hinged Lap Doors, Smooth Lights, Torque Box Ladder Storage, Truck -Lite Pike Pole, 12' DUO Safety, Fiberglass Qty; two (2) Pike Pole, 8' DUO Safety, Fiberglass, Aerial Q4', two (2) Pike Pole, 6' DUO Safety, Fiberglass, Aerial two (2) Pike Pole, 3', Provided by Fire Department, Pike Pole Make/Model Akron 3' pike pole Qty, $2,068.99 $1,516.76 $0.00 $459.20 $398.30 $276.72 5250.68 50.00 770572 Pike Pole Tubes, in Torque Box/Ladder Storage, Qty, five (5) 1836 No Light, No Pump Compartment 606832 Location, Air Horns, Bumper, Left Side, Outside 757076 Control, Air Horn, Lanyard, RS Lanyard lanyard to be a plastic coated braided cable 6133 510206 748306 748293 805709 601375 895310 6097 748305 748282 895055 894118 740391 736691 607632 641779 723867 16380 815300 620063 756747 812500 SP Siren, Code 3 3692 100W or 200W Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the passenger side inside switch panel Control, Elec Siren, Multi Select Control, Elec Siren, Ft Sw, RS Control, Elec Siren, Horn Ring, Interlock Control, Interlocks control to be available when the parking brake is released Speaker, (1) Code 3, PB100C, Chrome Connection, Speaker connected to the siren amplifier Siren, Federal Q2B Finish, 028 Siren chrome finish Location of Siren, Recessed in Bumper Location, Siren, Mech in the center Control, Mech Siren, Multi Select Control Mech Siren, Ft Sw LS Control Mech Siren, Ft Sw RS, Interlock Control, Interlocks control to be available when the parking brake is released Control Mech Siren, Horn Ring, Interlock Control, Interlocks control to be available when the parking brake is released Sw, Siren Brake, Momentary Chrome Push Button, Sw, Siren Brake, Momentary Chrome Push Button, Lightbar, Win, Freedom IV -Q, 81", Filter, Whl Freedom Ltbrs clear lenses included on the lightbor Momentary Opticom Activation no momentary switch to activate the traffic light controller Opticom Activation by a cab switch with emergency master control Opticom Priority national standard high priority Bracket, Lightbar, Forward Offset, FR Raised Roof Lightbars, Win, Freedom IV -Q, 2-21.5", RRWRR Lightbar Location, Cob/Crew Cab over the cab doors No Additional Lights Req'd, Side Zone Upper Lights, Front Zone, Hiviz FT-HVC-GSMJR-W N ", 4lts Color, Lt D5 Frnt Outside left side outside warning light to include red LEDs Color, Lt D5 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 Light, Front, Win Dominator Plus DP8 30.36", 8 -Red, Flash Pattern,Wln Dominator To Phasing In/Out Lights, Side Zone Lower, HiViz, Separated into Front, $2,605.33 111770578 $0.0011583824 $0.00 11606835 $204.12 $849.83 ® 525667 $0.00 510206 $0.00 76156 $194.80 $328.65 $926.21© 601306 $5,558.4911 $0.00 11 $0.00 $194.80 $285.75 $269.76 El $351.60 $351.60 $11,588.63 1606775 $281.10 III $5,940.88 $0.00 $3,449.05 11540384 $2,476.64 $284.57 $0.00 540692 two (2) Pike Pole Tubes, in Torque Box/Ladder Storage, ABS $0.00 Qty, six (6) Light, Pump Compt, Win 3SCOCDCR LED White $233.60 0ty, one (1) Location, Air Horns, Bumper, Each Side, Outside $0.00 Siren, Win 295SLSA1, 100 or 200 Watt Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the driver side inside switch panel Control, Elec Siren, Head Only Speaker, (1) Win, SA315P, w/Pierce Polished Connection, Speaker connected to the siren amplifier Lightbar, Win, Freedom IV -Q, 72", Filter, Whl Freedom Ltbrs clear lenses included on the lightbor Lights, Front Zone, Win MVC LED, Clear Lens, in Color, Lt DS Front driver's side front warning light to be red Color, Lt P5 Front passenger's side front warning light to be red $779.02 $0.00 $0.00 $948.52 $7,432.65 $1,310.59 Lights, Side Zone Lower, Win MVC LED, Clear Lens, $2,944.93 Color, Lt Side Front side front lights to be red Color, Lt Side Middle side middle 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 Mid Side one (1) each side of cab rearward of crew cab doors 815224 Lights, Side Zone Lower Front, Hiviz FT-HVC-GSMJR- $1,791.77 Color, Lt Side Frnt LS Cmb left side middle dual color flashing LED light(s) to include red alternating with white Color, Lt Side Fmt RS Cmb right side middle dual color flashing LED light(s) to include red alternating with white Color, Trim chrome trim Location, Lights Front Side one (1) each side on the front custom cab comer 815225 Lights, Side Zone Lower Middle, Hiviz FT-HVC-GSMIR- $1,721.82 Color, Lt Side Mid LS Cmb left side middle dual color flashing LED light(s) to include red alternating with white Color, Lt Side Mid RS Cmb right side middle dual color flashing LED light(s) to include red alternating with white Color, Trim chrome trim Location, Lights Mid Side one (1) each side of cab rearward of crew cab doors 812504 Lights, Side Zone Lower Rear, Hiviz FT-HVC-GSMJ R. $1,721.82 Color, Lt Side Rear LS Cmb left side rear dual color flashing LED light(s) to include red alternating with white Color, Lt Side Rear RS Cmb right side rear dual color flashing LED lights) to include red alternating with white Color, Trim chrome trim Location, Lights Rear Side one (1) each side on the rear fender panel 896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401 - Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located over the door window. 895994 Lights, Door Interior Flash, 4 Dr Cab, Win M4" Color, Lens, LEDs lens color(s) to be clear Color, Lt Cab Left light(s) to include amber flashing LED's Color, Lt Cab Right light(s) to include amber flashing LED's Color, Lt Crew Cab Left light(s) to include amber flashing LED's Color, Lt Crew Cab Right light(s) to include amber flashing LED's 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. 815847 Connectors, Door Interior Flash, All Cabs, 819486 Lights, Side, Hiviz FT-HVC-GSMIR-WN ", HVC Color, Lights, Warning lights) to include red and white LEDs Color, Trim chrome trim Control, Light with the side warning switch Location, Lights rear of crew cab door inline with the side warning Tight on the front bumper Put the second pair on the front bumper on the angled portion Qty, four (4) 815499 SP Lights, Side, HiViz FT -G14-' LED, Mounted In Rub Color, Lights, Warning red Color, Trim chrome trim Control, Light $1,045.28 $1,735.76 $0.00 II $3,087.44 $4,813.29 Location, Lights Rear Side one (1) each side located between the tandems with the emergency master Location, Lights Center of each rub rail Qty, eight (8) 815854 Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN-••, $2,676.64 111564655 Lights, Rear Zn Lwr, Win M6•C LED, Clear Lens, For $1,014.21 Color, Lt DS Rear Color, Lt DS Rear left side rear warning light to include red driver's side rear light to be red LEDs Color, Lt PS Rear Color, Lt PS Rear right side rear warning light to include red passenger's side rear light to be red LEDs 6700 Mounting, Lights, Recess In Rear Bulkhead (pair) 51,787.09 El Location one (1) each side on upper corners of bulkheads Qty, Lights, Pair one (1) pair 686562 Light, Rear Zone Up, Win MCFLED2• LED $3,193.34 ©88745 Light, Rear Zone Up, Win L31HRFN LED Beacon, Red $2,497.50 Color, Lens, LED's Color, Dome, Rear Warning clear both domes clear Color, Lt, Rear Upper 05 rear upper light(s) on the driver's side to be red Color, LL Rear Upper PS rear upper light(s) on the passenger's side to be amber 6615 Mtg, Rear Warn Lts, Compt Top $0.00' 6646 Electrical System, 120/240VAC, General Design $0.00 94673 Generator, Harrison 10kW MPC Hydraulic, Hotshift $45,324.75 Generator Interlocks at any time (no interlocks) 505796 Location, Hydraulic Generator Above Gooseneck of $1,118.29' 16752 Starting Sw, Truck Engine Powered Gen, Cab Sw PnI $0.00 651902 Remote Start, Hydraulic Generator, 1 Location $343.86 Location 1 Tiller cab 16740 Not Required, Fuel System $0.00' 16767 Not Required, Oil Drain Extension, Generator $0.00 36738 Circuit Breaker Panel, Included With PTO Generator 50.00 Location, Circuit Breaker Panel high on the right wall of compartment RS7 16771 Not Required, Routing Exhaust, Generator $0.00 6825 Reel, Elect Cable, Hannay, 1600, (3) Wire $5,161.97 Finish, Reel painted graphite metallic from the reel manufacturer Location, Electric Cord Reel one (1) over the driver's side front stabilizer compartment on the body and one (1) over the passenger's side front stabilizer compartment on the body Qty, Cord Reels two (2) cord reels Reel Guide A captive roller assembly to be provided to aid in the payout and loading of the reel 6828 Cord, Electric, 10/3 Yellow, 3 Wire Connection, Cord A Hubbell L5-20, 20 amp, 120 vole, twist lock connector body Feet of Yellow Cord 200 feet Lengths of Elect Cord two (2) lengths, one (1) for each reel, 564103 Cover, Aluminum Treadplate, Removable, Over Cord Location Over each cord reel above DS Front Stabilzer Compt, 1 Reel and Over P5 Front Stabilizer Compt, 1 Reel Qty: two (2) 779707 Receptacle Strip, 20A 120V 6 -Place, Interior Body AC Power Source shoreline inlet Location 1 P3 Qty: one (I) 649748 Not Required, Hydraulic Hose 601990 Light, Boom Support, Peterson 393C, Incandescent 755127 Tie Down, Rope, Per Pair, 9000Ib Rating, Trailer Finish, Tie Down nickel plated Location, Rope Tie Down each side of the tiller gooseneck in the rearward location $2,732.48 El $589.97 $559.66 El 50.00 $0.00 758287 Light, Boom Support, CLC -1049 -12 -AL, 12" LED $214.67 $691.49 Qty, Pair one (1) pair 526885 Indicator, Extension, Inside and Outside Handrails, Color red 674963 Scabbard, Temporary Vent Saw Storage, No Depth Location, Aerial Device each side of the aerial egress Qty, two (2) 678539 Brackets Only, Roof/Wall Ladder, Aerial Fly Section Finish painted to match the aerial device Roof Ladder, Make/Model 14' Duo -Safety 775-A, 16.00" wide 678641 Brackets Only, Pike Pole, Aerial Hy Section Pike Pole Make/Model Fire Hooks Unlimited 8' New York pike pole Qty, one (1) 680525 Steps, Additional Folding on Ladder, w/ LED, Trident Coating, Step a block tread coating 771409 Hoist Rings, 5/S, Forward Area of Turntable, 530819 Not Required, Aerial Stabilizer Pins 779621 Doors, Stabilizer Control Box, Valve/Electrical Door, Material & Finish, Access aluminum treadplate Door, Material & Finish, Stabilizer aluminum treadplate Hinge Location on the bottom Latch, Door, Access SouthCo C2 chrome raised trigger lever latch Latch, Stabilizer Door SouthCo C2 chrome raised tagger lever latch 615058 Stabilizer Placement, Cameras w/Command Zone 803462 Lights, Tip, Win MP.* LED, 28s Color, Win Lt Housing painted parts of this light assembly to be white Mount, Win II light(s) to be installed on adjustable bail brocket(s) Scene Lt Optics LH Fly left side tip light to include spot optics Scene Lt Optics RH Ry right side tip light to include spot optics 802753 Lights, Tracking, Win MP" LED, 26s Color, Win Lt Housing painted parts of this light assembly to be white Location, Sw, Arl DC Lts platform/tip and turntable Mount, Win ll light(s) to be installed on adjustable bail brackets) Scene Lt Optics LH Base left side tracking light to include flood optics Scene Lt Optics RH Base right side tracking light to include flood optics 653677 Lighting, Rung, LED, TecNiq, 4 Section, Base, Color, Lt Aerial Base Sect base section of the ladder to be blue Color, Lt Aerial Fly Sect fly section of the ladder to be red Color, Lt Aerial Lower Mid Sect lower mid section of the ladder to be red Color, Lt Aerial Upper Mid Sect upper mid section of the ladder to be white Control, Aerial Rung Lighting a switch at the turntable operator's panel is activated through the master battery switch 762390 Lights, Stabilizer Scene, (1) set, Amdor AY -LB - 6930 AC Power To Aerial Tip, (PAL) 20A 120V L5-20 530828 Turntable Access, Chains 603173 Monitor, TFT Typhoon YS-EB1A-1302 Electric, Nozzle, Monitor 1 PAL TFT 1500 gpm Model M-ERP150O 5849.59 526890 Not Required, Indicator, Extension 50.00 $676.35 780041 Egress, Shortened, Ascendant Ladder, 100'/105' 5569.57 $375.18115 $297.36 5961.70 11 52,130.55 111682164 50.00 111 530817 $448.36 779621 52,964.84 52,984.41 807388 $3,072.03 a764346 510,154.81 $2,671.81'692980 $2,671.81 6929 50.00 530826 51,538.87 632855 Cover, Around Aerial Rotation Bearing Material aluminum treadplate Aerial Stabilizer Pins Doors, Stabilizer Control Box, Valve/Electrical Door, Material & Finish, Access aluminum treadplate Door, Material & Finish, Stabilizer aluminum treadplate Hinge Location on the bottom Latch, Door, Access flush lift and turn latch Latch, Stabilizer Door flush lift and turn latch Lights, Tip, HiViz FT -WL -X-5 "--", 26s Color, Lt Housing HiViz white housiing(s) Scene Lt Optics LH Fly left side tip light to include spot optics Scene Lt Optics RH Fly right side tip light to include spot optics Lights, Tracking, HNiz FT -WL -X-9-• LED, 2Its Color, Lt Housing HiViz painted parts of the light housing and brackets to be white Location, Sw, Arl DC Lts platform/tip and turntable Scene Lt Optics LH Bose left side tracking light to include spot optics Scene Lt Optics RH Base right side tracking light to include spot optics Lights, Stabilizer Scene, (1) set, Truck -Lite 40227C, Not Required, 120v To Tip Turntable Access, ManSaver Bars, Yellow Monitor, Akron 3480 StreamMaster II Electric Nozzle, Monitor 1 PAL Akron 1500 gpm Model5178 $243.74 50.00 $389.76 $1,719.19 51,881.08 50.00 50.00 51,060.96 51,584.43 751020 695671 512185 785064 548464 503743 567137 626771 520176 709566 509327 646897 693798 693793 809565 733739 7234 790913 544124 680703 27341 543998 679794 679819 679795 679826 679906 594559 679866 685932 685932 SP Air Conditioner, Tiller Cab, 2019 Seat, Tiller, Pierce P56, Premium, Air Ride Hi -Back Mirror, 10" Round Convex, Special Wedge Bracket, Air Conditioning, Master Shut Off Switch, Overhead Footswitch, Buzzer Signaling System, Location Location this was 5P504831 Door Stop, Rubber Bumper, w/Door Plate, Tiller Cab Scuffplate, Polished S/S, Bottom of Tiller Cab Doors Trailer, 3.00" Extended Gooseneck, Single Axle Only, Wheels, Accuride, 22.50" x 12.25", Steel, w/ 425 Paint, Two -Tone Color, Enforcer Paint Break, Cab a standard two-tone cab paint break provided Point Color, Lower Area, Predefined #90 red Paint Color, Upper Area, Predefined #10 white Shield, Cab a deep cab shield provided Paint, Two Tone, Tiller Cab Location Per L&S print Paint Color, Upper Area # 10 white Paint, Color #90 red Paint Chassis Frame Assy, E -Coat, Standard Paint Color, Frame Assembly, Predefined a single system black top coot Paint, Front Wheels Paint, Wheels paint #90 red Paint, Rear Wheels, Single Axle Paint, Wheels paint #90 red Paint, Single, Steel Tiller Wheels Paint, Wheels paint #90 red Paint, Axle Hubs Paint, Axle Hub black 6101 Compartment, Unpainted, D/A Finished Aerial Ladder Paint, Incl Gooseneck, Stabilizers, Tiller Paint Color, Aerial Control Console red 90 Paint Color, Aerial Device white 10 Point Color, Aerial Rotation Motor black Paint Color, Aerial Stabilizers red 90 Paint Color, Boom Support gloss black primer Paint Color, Cylinders red 90 Paint Color, Egress #90 red Paint Color, Trailer Gooseneck, 5th Wheel red 90 Paint Color, Turntable white 10 Reflective Band, 1"-4"-1" Color, Reflect Band - A gold Color, Reflect Band - B white Color, Reflect Band - C gold Reflective Stripe Across Cab Face Jog, In Reflective Stripe, Single or Multiple Qty, one (1) Stripe, Reflective, Tillerman Doors Interior Color, Reflective white Stripe, Reflective, Two -Tone Paint Break with Shield, Stripe, Sign Gold, Two -Tone Paint Break, Tiller Cab Stripe, Reflective, Side of Cab, Up Stripe, Sign Gold, Side of Cab, Low and Over Fender Stripe, Sign Gold, Box, Boom Sign with Scrolls, Aerial Lettering Specifications, (Sign Gold Process) Stripe, Sign Gold, Side of Body, Over Fender Only, Lettering, Sign Gold, 3.00", (41-60) Outline, Lettering outline and shade Lettering, Sign Gold, 3.00", (41-60) $5,006.01 555793 $1,600.92 61991 $808.76 12207 $516.88 $303.57 $197.19 $1,087.62 $0.00 52,813.63 $2,554.02 Not Required, Air Conditioner, Tiller Cab, Tiller Seat, Tiller, 911 Fixed Non -Suspension, Hi -Back, w/3 Mirror, 6" Round Convex, Tiller Cab (PR) 626264 Trailer, 3.00" Extended Gooseneck, Shorter Trailer, 37030 Wheels, Alum. Alcoa, 22.50" x 12.25" (385/425), 709567 Paint, Single Color, Enforcer Paint Color, Cob #90 red $1,492.27 ©509328 5508.06 131646901 $292.05 693797 $587.51 693792 $587.51 :,.;809564 $0.00 1E733739 50.00 7230 $2,305.32 790913 5360.94 ©544111 $164.92 `_' 7356 5332.34 $113.15 11543998 $393.21 $308.90 $273.58 5838.63 $1,762.56 $0.00 27372 $547.95 $1,440.14 686428 $1,440.14 686428 Paint, Single Color, Tiller Cab Point, Color #90 Paint Chassis Frame Assy, With Liner, E -Coat, Paint Color, Frame Assembly, Predefined primer and gloss black paint No Paint Required, Aluminum Front Wheels No Paint Required, Aluminum Rear Wheels No Paint Required, Aluminum Tiller Wheels Paint, Axle Hubs Paint Axle Hub to match lowerlob color Compartment, Painted, Spatter Gray Aerial Ladder Paint, Inc' Gooseneck, Stabilizers, Tiller Paint Color, Aerial Control Console white 10 Paint Color, Aerial Device white 10 Paint Color, Aerial Rotation Motor black Paint Color, Aerial Stabilizers black 101 Paint Color, Boom Support gloss black primer Paint Color, Cylinders white 10 Paint Color, Egress #50 red Paint Color, Trailer Gooseneck, 5th Wheel red 90 Paint Color, Turntable white 10 Reflective Band, 10" Color, Reflect Band - A white Reflective across Cab Face Stripe, Reflective, Tillerman Doors Interior Color, Reflective ruby red Lettering Specifications, (GOLD STAR Process) Lettering, Gold Leaf, 3.00", (41-60) Outline, Lettering outline and shade Lettering, Gold Leaf, 3.00", (41-60) 50.00 $838.51 $268.87 $0.00 $4,659.80 $0.00 $0.00 51,668.07 $0.00 $0.00 $0.00 $0.00 $0.00 $2,167.88 50.00 $164.92 $113.15 50.00 51,694.28 51,694.28 685732 685743 685745 776253 56505 632430 562655 755789 654570 657001 695610 769753 0 0 31972 SP SP SP SP STF STF Outline, Lettering outline and shade Lettering, Sign Gold, 14.00", Each Outline, Lettering outline and shade Qty, Lettering two (2) letters Lettering, Sign Gold, 10.00", (21-40) Outline, Lettering outline and shade Lettering, Sign Gold, 10.00", Each Outline, Lettering outline and shade Qty, Lettering four (4) letters Emblem, 150 CLASS 1, w/Ribbon, Sign Gold, Pair Qty, one (1) Emblem, "Honoring America's Bravest" w/Helmet, Location, Emblem tbd Qty, one (1) Emblem, Helmet Logo w/Sign Gold Lettering Location, Emblem LS1/RS1 Qbs one (1) Emblem, "Dept. Patch", 12", Reflective Location, Emblem cab doors Qty, two (2) Emblem, Seal, Sign Gold, 18"-20", Each Location, Emblem rear roll up door Qty: one (1) Emblem, Vinyl, Per Dept. Submittal, Each Location, Emblem crew cab windows Q4, two (2) Size, Dept Seal, Vinyl 13.00"-15.00" Emblem, Reflective, Per Dept. Submittal, Each Location, Emblem cab doors Qty, two (2) Size, Dept Seal, Reflect 12.00" -14.00" Emblem, Reflective, Per Dept. Submittal, Each Location, Emblem rear roll up door Qty, one (1) Size, Dept Seal, Reflect 22.00"-24.00" Emblem, American Flag Painted on Cab Grille, All Department Contigency Fund Equipment Mounting Manuals, Two (2), Fire Apparatus Parts, Custom 2905 Manuals, (2) Chassis Service, Custom 32433 Manuals, Two (2) Chassis Operation, Custom 696698 Warranty, Engine, Cummins, 5 Year, WA0181 684953 Warranty, Steering Gear, Sheppard M110, 3 Year 595698 Warranty, Axle, 3 Year, TAK-4, WA0050 524627 Warranty, Electronics, 5 Year, MUX, WA0014 725636 Warranty, Harrison Generator, 2 Year 595412 Warranty, Graphics Lamination, 1 Year, Apparatus, 808564 Certification, Engine Installation, Enf, Cummins X15, 631974 Certification, Electric Window Durability, Saber 4713 ENGINE, OTHER $488.80 12 $3,992.0512 $591.39 EI 5381.50 $428.71 $497.95 Ei 51,139.05 II $1,050.91© $569.24 12 $602.28 $444.33 21 $1,832.43 510,582.00 510,582.00 5545.60 772003 $1,372.89 131772037 $0.00 773381 $0.00 735523 $0.00 684952 $0.00 610471 $0.00 $0.00 50.00 595421 $0.00 '`r:- 808565 50.00 556828 $0.00 735525 Added Options to Base Spec. $912,330.15 Outline, Lettering outline and shade Manual, Fire Apparatus Parts, USB Flash Drive, Qty, one (1) Manual, Chassis Service, USB Flash Drive, Custom Qty, one (1) Manual, Chassis Operation, (1) USB Flash Drive, Warranty, Engine, Paccar MX13, 5 Year, WA0386 Warranty, Steering Gear, TRW Ross TAS, 1 Year Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Warranty, Goldstar, 3 Year, Apparatus, WA0018 Certification, Engine Installation, Enf, Paccar MX, Certification, Electric Window, Not Available PACCAR MX13 ENGINE 5272.80 5690.14 50.00 50.00 50.00 50.00 $0.00 $0.00 $0.00 $0.00 Removed Options from Base Spec. $477,630.71 Sourcewell „ Awarded Contract CONTRACT PRICING WORKSHEET Contract No. Date Prepared #113021-0KC Feb 28th, 205 Buying Agency: City of Clearwater, Florida Dealer: Ten-8 Fire & Safety Contact Person: Debbie Moore Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: DustinB@ten8fire.com Email: Deborah.moore • m clearwate Pierce Bid #: Base 1370 Spec. Sourcewell ID # Description: Sourcewell Price Published Contract Price List Date 202 Pumper, Custom chassis,152" 2nd Gen, Medium, MSRP $831,187.72 2/7/2025 $ Removed Options from Base Spec. 785,472.40 Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 648,097.06 With Pierce Discount (5.5%) Added Options to Base Spec. $ 612,451.72 Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,022,375.93 With Pierce Discount (5.5%) $ - Qty Subtotal (Base Spec+Added/Removed Options) $ Other Expenses 966,145.25 1,139,165.93 Description Price Travel $ - Taxes $ - Performance Bond $ - Applicable State Fees (Tire Fee, etc.) $ - Total Other Expenses Discounts $ - Description Price 100% Pre-Payment Discount $ - Chassis Pre-Payment Discount $ - Aerial Pre-Payment Discount $ - Trade-In Value / Other Customer Adjustments $ - Total Discount $ - Total Purchase Price (matches customer PO) $ 1,139,165.93 Proposal Comparisson Legend: Showing Differences Only Option Not Present in Category Feature Values Differ Bid 1370: 2025 - Clearwater - Velocity Pumper E44 & E46 Velocity Chassis (Med Block), 2010 Clearwater 520877 Comparison Report Required Fill in Blank 38965 114 Inspection Trip(s) Fill in Blank five (5) travel, lodging and meals for the Qty, two (2) 620357 Consortium, Florida Sheriff's 816569 Performance Bond, Not Requested, PPI Terms 2928 Electrical Diagrams 597598 Velocity Chassis (Med Block), 2010 110 Wheelbase Wheelbase 18450 inches 70 GVW Rating GVW rating 43500 203 Frame Rails, 13.38 x 3.50 x.375, 508848 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 Ib, 30264 Suspension, Front TAK-4, 19,500 Ib, 87572 Shock Absorbers, KONI, TAK-4, 894433 Wheels, Front, 22.50" x 9.00", Steel, Hub Pilot, 530464 Axle, Rear, Meritor R524-160, 24,000 Ib, 122076 Suspen, Rear, Standens, Spring, 24,000 Ib, Imp/Vel 585004 Tires, Rear, Goodyear, G289 WHA, 315/801222.50, 20 654797 Wheels, Rear, Accuride, 22.50" x 9.00", Steel, Hub 2045 Mud Flap, Front and Rear, Pierce Logo 544802 Chocks, Wheel, SAC -44-E, Folding, (Up to 44" Qty, Pair one (1) pair 544806 Mounting Brackets, Chocks, SAC -44-E, Folding, Location, Wheel Chocks one (1) forward and one (1) rearward of the left side rear tire Q4', Pair one (1) pair 30185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 730 Brakes, Meritor, Cam, Rear, 16.5007.00" 20784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 785 Brake Reservoirs, Three Paint Color, Air Tanks same as frame color 854 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 615609 Fittings, Compression Type, Entire Apparatus, Single 808533 Engine, Cummins X10, 450 hp, 1250 Ib -ft, W/OBD, 687994 Engine Brake, Jacobs Compression Brake, Cummins Switch, Engine Broke high, medium and low setting 552334 Clutch, Fan, Air Actuated, Horton Drive Master 123135 Air Intake, w/Ember separator, Imp/Vel 814375 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 787999 Radiator, Impel/Velocity 722487 Cooling Hoses, Gates Silicone and Rubber 788718 Radiator Coolant, Peak Final Charge Global OAT, Red 51125 Fuel Tank, 75 Gallon, Left Side Fill, Finish polished stainless steel 692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Material & Finish, DEF Tank polished stainless steel 723716 Fuel Priming Pump, Electronic, Automatic, Cummins, Bid 1376: Sourcewell - 259 - Pumper - 1250GPM -152" 2nd Gen Enforcer Chassis Price Level: 51 so.00 $0.00 50.00 766110 50.00 816849 50.00 76695 565,685.09 649754 50.00 110 50.00 ©70 51,897.83 729280 50.00 635815 539,220.91 637879 50.00 321 51,835.55 789277 514,452.96 640711 54,030.49 565380 $7,577.84 782552 51,570.34 55237 801909 $869.57 $816.11 818775 5570.191111 544690 50.00'627930 50.00 627930 50.00 735527 50.00 644232 $562.66 11854 $5,418.97 $255,418.97 808515 $8,848.19 735687 $0.00 $0.00 $164.82 644227 640477 814375 $0.00 788765 1090 50.00 $818.97 $0.00 f: ' 1125 $292.45 A889521 50.00 © 552793 Consortium, Sourcewell 50.00 Performance Bond, Not Requested 50.00 Electrical Diagrams, (1) Paper Copy & (1) CD copy 533.23 Enforcer Chassis $19,324.49 Wheelbase 50.00 Wheelbase 187.5 GVW Rating 50.00 GVW rating 42,000 Frame Rails, 13.38 x 3.50 x.375, Enforcer $18,708.02 Axle, Front, Dana, D -2000F, 18,000 Ib Saber $12,567.83 Suspension, Front, Standens, Taper Leaf, 18,000 Ib, $3,477.35 Shock Absorbers on Front Axle, Monroe Magnum 50.00 Wheels, Front, Accuride, 22.50" x 9.00", Steel, Hub $1,461.79 Axle, Rear, Dana 526-190, 27,000 Ib Saber/Enforcer $12,528.70 Suspen, Rear, Single Slipper Spring, 27,000 Ib, $4,205.73 Tires, Rear, Goodyear, Endurance RSA, 12R22.50, 56,104.88 Wheels, Rear, Alcoa, 22.50" x 8.25", Alum, Dura- $6,023.12 Lug Nut, Covers, Chrome 5179.28 Chocks, Wheel, Pumper, Provided by Fire Mounting Brackets, Chocks, Provided by Fire Brakes, Bendix, ADB -22X, 17" Disc, Front Brakes, Bendix, Cam, Rear, 16.50 x 8.63" Air Compressor, Brake, Wabco 26.8 CI, Paccar Brake Reservoirs, 4,272 Cubic Inch Minimum Paint Color, Air Tanks same as frame color Air Inlet, w/Disconnect Coupling Location, Air Coupling(s) rearward in the driver side lower step well of cob Qty, Air Coupling (s) One (noir inlet Engine, Paccar MX, 510HP, 1850 Ib-ftW/OBD, EPA Engine Brake, Fully Integrated, Paccar MX13 Engine Switch, Engine Brake high, medium and low setting Clutch, Fan, Air Actuated, Saber FR/Enforcer Air Intake, Metal Screen, Saber FR/Enforcer Exhaust System, Horizontal, Right Side Exhaust Diffuser an aluminized steel exhaust diffuser Exhaust, Material/Finish aluminized steel Location, Diffuser Termination extend 2.00" past the body rub rail Tip, Exhaust o standard straight tip on the end Radiator, Saber FR/Enforcer Cooling Hoses, Rubber Fuel Tank, 65 Gallon, Left Side Fill DEF Tank, 7.3 Gallon, LS Fill, Under Cab, Paccar, Lift Door, Material & Finish, DEF Tank polished stainless steel Not Required, Fuel Priming Pump 50.00 50.00 $926.47 $949.53 50.00 50.00 $562.66 5225,830.10 56,175.40 5515.32 50.00 50.00 50.00 50.00 50.00 50.00 50.00 582243 698720 606925 887559 625329 90176 801878 1370 669988 1544 509230 690274 524744 616489 728443 760795 728504 510226 522573 698960 668315 724237 887600 SP SP SP SP Shutoff Valves, Fuel Line @ Primary Filter, Cummins Fuel Cap Retaining Chain With Holder Access, With Cab Raised, Fuel Filter and Shutoff Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, Transmission, Shifter, 5-Spd, Push Button, 3000 EVS Mode, Downshift, Aggressive downshift to 3rd, Fluid, 3000 Series Trans, Allison Approved TES -668 Driveline, Spicer 1710 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, Not Required, Steering Assist Cylinder on Front Axle Steering Wheel, 4 Spoke without Controls Logo/Emblem, on Dash Text, Row (1) One Clearwater Text, Row (2) Two Fire Text, Row (3) Three Rescue Bumper, 22" Extended, Steel, Painted, Imp/Vel Tray, Hose, Center, 22" Bumper, Inside Air Horns, Capacity, Bumper Tray 125'of1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating Hose Restraint, Bumper Tray, 1" Nylon Webbing, Type of fastener 1.00"side release Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, 51,279.92 Capacity, Bumper Tray 150'of1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating Hose Restraint, Bumper Tray, 1" Nylon Webbing, $245.40 Type of fastener 1.00" side release Lift & Tow Package, Imp/Vel, AXT, Dash CF Tow Hooks Not Required, Due to Lift and Tow Coating, Top Flange, Front Bumper, Outside Exterior, Cab, Velocity FR, 7010 Raised Roof Engine Tunnel, ISL, Foil Insulation w/Mech Cab Insulation, Impel/Velocity FR $456.11 552712 Not Required, Shutoff Valve, Fuel Line 50.00 $71.22 50.00 690880 No Selection Required From This Category 50.00 545,122.49 887546 Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, 551,097.17 50.00 625331 Transmission, Shifter, 6-Spd, Push Button, 4000 EVS 50.00 5206.15 5404.80 53,798.15 1375 Driveline, Spicer 1810 53,798.15 $0.00 734212 Steering, Dual Gear, TRW TAS -65, with, Paccar 51,366.20 50.00 50.00 605355 Steering Wheel, 4 Spoke with Controls, Enforcer, $5,120.82 50.00 690274 Logo/Emblem, on Dash 50.00 Text, Row (1) One Text, Row (2) Two Text, Row (3) Three $4,070.81®12245 Bumper, 19" Extended, Polished 5/5, Saber $3,970.37 5647.19 640197 Tray, Hose, Center, 19" Bumper, Outside Air Horns $534.74 Capacity, Bumper Tray 125' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating 5280.02 1111633479 Hose Restraint, Bumper Tray, Velcro Straps, Pair $186.34 Qty, Pair one (1) pair 677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 122465 123176 752555 29007 2224 527032 15440 667921 655511 667905 667902 606691 892637 2140 592071 SP Cab Lift, Elec/Hyd, Imp/Vel Grille, Bright Finished, Front of Cab, Velocity Scuffplate, 5/5, Striker Side, Cabinet Door(s), Each Location DS and P5 EMS compartment exterior access doors Material Trim/Scuffplate polished stainless steel Qty, two (2) Scuffplates, On Rear Corners of Cab Material Trim/Scuffplate polished stainless steel Scuffplates, 5/5 At Cab Door Jambs, 4 -Door Cab Material Trim/Scuffplate polished stainless steel Trim, 5/5 Band, Across Cab Face, Rect Lights, Material Trim/Scuffplate polished stainless steel Turnsignal Covers no covers No Chrome Molding, On side of cab Door, Half -Height, Velocity FR 4 -Door Cab, Raised Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 Door Panel, Brushed Stainless Steel, Impel/Velocity 4 - Storage Pockets w/ Elastic Cover, Recessed, Controls, Electric Windows, All Cab Doors, Steps, 4 -Door Cab, Dual, 2" Larger Middle and Light, Step, Additional a white Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, Color, Trim chrome housing Fenders, S/5 on Cab No Windows, Side of Crew Cab, Vel/Imp $0.00 614646 50.00 2270 5630.20 $136,877.66 648332 50.00 747442 $0.00 887601 633594 $0.00 632103 50.00 644201 50.00 695930 5380.91 5714.98 El $1,034.50 111 $0.00 © 647932 50.00 ® 87357 50.00 648170 5486.03 655543 50.00 50.00 528958 51,688.16 638310 539.06 1121892638 51,136.95 1112141 $0.00 637984 No Lift & Tow Package, Imp/Vel, AXT, SFR/Enf Tow Hooks, Chrome Cab, Enforcer, 7010 Engine Tunnel, X12, MX13, Spray Insulation, Cab Insulation, Enforcer/Saber FR Rear Wall, Interior, Adjustable Seating Rear Wall, Exterior, Cab, Saber FR/Enforcer Material, Exterior Rear Wall overlaid with bright aluminum treadplate except for areas that are not typically visible when the cab is lowered Cab Lift, Elec/Hyd, Saber FR/Enforcer Grille, Bright Finished, Front of Cab, Enforcer Not Required, Trim, 5/S Band, Across Cab Face, Molding, Chrome on Side of Cab Door, Half -Height, Saber FR/Enforcer 4 -Door Cab, Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 Door Panel, Brushed Stainless Steel, Saber/Enforcer Not Required, Controls, Electric Window, AXT, Steps, 4 -Door Cab, Saber FR/Enforcer Step Well Material aluminum treadplate Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, Color, Trim chrome housing Fenders, s/s on cab - Saber/Enforcer Window, Side of C/C, Fixed, Saber FR/Enforcer 50.00 50.00 $76,944.78 50.00 50.00 50.00 5310.17 50.00 50.00 50.00 $0.00 50.00 50.00 50.00 5316.82 $188.82 $1,136.95 50.00 568605 Not Required, Interior Trim, No Cab Side Windows 509286 Not Required, Windows Rear of Crew Cab, Imp/Vel 558334 Not Required, Trim, Cab Rear Windows, No Rear 887710 Window Coatings, Solar Film, Cab/Crew Cab 123686 Drip Rail, Cab Roof, Impel/Velocity/Velocity SLT 773956 748671 SP Work Surface, 3/16" Alum, Full Eng Tnl, Flat, Upper Lip 2.00" Material Finish, Cab Interior painted to match the cab interior Cab Interior, Vinyl, Velocity FR, CARE Color, Cab Interior Vinyl/Fabric 36 oz black vinyl 667943 Cab Interior, Paint Color, Impel/Velocity FR Color, Cab Interior Paint black, vinyl texture paint 509532 Floor, Rubber Padded Cab & Crew Cab, Imp/Vel, 741239 HVAC, Heavy -Duty, Impel/Velocity FR, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers HVAC System, Filter Access secured with four (4) screws Paint Color, A/C Condenser cover to be painted to match the cab roof 567443 Grab Handles, DS & PS Door Post & Passenger Dash 122516 Fluid Check Access, Imp/Vel Latch, Door, Storage Southco C2 black powder coated raised trigger latch 583040 Frontal Impact Protection 622618 Seating Capacity, 5 Belted Seats 697006 Seat, Driver, Pierce P56, Premium, Air Ride, High 696991 Seat, Officer, Pierce P56, Premium, Air Ride, SCBA, 2517 Not Required, Radio Compartment 50.00 50.00 779033 Not Required, Windows Rear of Crew Cab, Saber 50.00 50.00 53,800.04 $429.39 722796 Dash, Poly, Saber FR/Enforcer 50.00 51,154.78 $0.00 11750824 $0.00 © 753903 50.00 1152100 $18,972.14 722696 5142.40 ®634328 528.68 631830 53,542.61 583039 50.00 622617 $4,286.33 636957 53,134.96 636946 50.00 620420 754652 Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, $4,216.41©632852 Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D -ring latch with 4751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized finish, locking with 4751 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 752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, $4,156.1811632848 Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D -ring latch with 4751 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 Cab Interior, Vinyl Headliner, Saber FR/Enforcer, 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 Cab Interior, Paint Color, Saber FR/Enforcer Color, Cab Interior Paint fire smoke gray, vinyl texture paint Floor, Rubber Padded, Cab & Crew Cab, 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 riser with a dual scroll blower. An aluminum plenum incorporated into the cab structure to be used to transfer heat to the forward positions HVAC System, Control Loc. within panel position 412 HVAC System, Fitter Access secured with four (4) screws Plenum Cover Material a formed plastic cover Grab Handles, Driver and Officer Door Posts, Saber Fluid Check Access, Saber FR/Enforcer, Arrow XT Latch, Door, Storage Southco C2 chrome raised trigger locking lever latch Not Required, Side Roll and Frontal Impact Seating Capacity, 6 Belled Seats Seat, Driver, Pierce PSV, Air Ride, High Back, Seat, Officer, Pierce PSV, Fixed, SCBA, PRIMARY, Radio Compartment, Below Non -Air Ride Seat, Saber Latch, Door, Storage Southco C2 chrome flush latch Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, 50.00 50.00 50.00 518,141.33 50.00 $40.19 50.00 50.00 $2,503.08 $1,385.16 $58.62 51,245.22 51,245.22 740001 649764 739999 651182 543991 734952 678689 603867 604864 627014 631779 727858 568369 SP SP 5P no louvers Material Finish, Shelf pointed 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 Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, Seat, Fwd Fcng C/C, Ctr, (1) Pierce P56, Base, SCBA, Seat, Fwd Fcng C/C, RS Otbrd, Pierce P56, Base, Scuffplate, Cabinet, Interior Door Pan, Cab Location DS and PS EMS cabinets external doors Material Trim/Scuffplate brushed stainless steel (BY, two (2) Bracket, Air Bottle, Hands -Free II, Cab Seats Qty, four (4) Door, Access, Front, (2) Rear Facing Seat Risers, No 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 Compt, Enclose, Forward Facing Seat Riser, Location under center forward facing rear crew seat $1,878.67 108189 $1,878.68 632658 $1,878.67 108190 5397.09 Not Required, Seat, Forward Facing C/C, LS Seat, Fwd Fcng C/C, Ctr, (2) Pierce PSV, SCBA, Not Required, Seat, Forward Facing C/C, RS $4,401.98 65740 Bracket, Air Bottle, Zico, ULLH, Load & Lock, In Cab Qty, five (5) $448.68 $514.10 Qty, one (1) Seat Belt, ReadyReach $0.00 n603866 Seat Belt Color red Seat Belt Height Adjustment, 5 Seats, Imp/Vel, Dash $357.99 II Pick Not Required, Seat Belt Color Selected in Seat $0.00 Light, Map, Overhead, Round Halogen, AXT/Imp/Vel 50.00 12vdc power from directly to the battery switched power Light, Map, Sunnex S19 -200.25L LED Clear Lens, $1,083.1011 12vdc power from directly to the battery switched power Color, Trim block housing Location over Officer left shoulder Qty, one (1) Cab Instruments, Ivory Gauges, Chrome Bezels, $0.00 ©622803 611681 Switching, Cab, Membrane, Location, Emerg Sw Pnls driver side overhead 555915 Wiper Control, 2 -Speed with Intermittent, MUX, 583273 Wire, 18-ga. Spare, Dual Wire 1st Location behind panel #10 (wrap around console) Location 2 Behind driver's seat QtY, one (1) 790556 Wire, CAT 6, terminated, Spare, Qty, 1st Location behind driver's seat Location 2 in wrap around center console behind panel 610 Qry, one (1) 820894 Wiring, Spare, 15 A 12V DC, Batt Dir, 1st 12vdc power from directly to the battery power Location, Wiring $0.00 D622798 5307.75 11 802940 $176.56 5544.18 $197.12 Seat Belt, Dual Retractor, ReadyReach, Saber Seat Belt Color red Cab Instruments, Black Gauges, Black Bezels, 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 Switching, Cab Instrument Lower Console & Wiper Control, 2 -Speed with Intermittent, Saber Location, Wiper Control located on the left side of the center instrument panel $0.00 52,490.43 50.00 $0.00 $0.00 $483.45 $0.00 $0.00 PS RF interior compartment. lower outboard wall (for suction charger) Wire termination with heat shrinkable butt splicing 820897 Wiring, Spare, 15 A 12V DC, Batt Dir, 2nd 12vdc power from directly to the battery power Location, Wiring behind panel location 810 in center dash extension Wire termination with heat shrinkable butt splicing 821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900/ULC 12vdc power from directly to the battery switched power Location behind driver's seat Qty, one (1) Wire termination with heat shrinkable butt splicing 821674 Wiring, Spare, 60A 12V DC 1st NFPA1900/ULC 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 743033 Bin, Center Dash Console 616382 Install Customer Provided GPS/Multimode Qty, one (1) 694166 Antenna Mount, Larsen NMOKHFUDTHK, 0 - Location best roof location Location 1 Behind Driver's seat Qty, one (1) 511071 Guard, 4 -Way, Rear Vision Camera Location above 81 compartment, please match previous 896458 730603 123174 822649 814949 813919 770460 26800 647728 676572 532857 627524 92582 SP SP SP SP Qry, one (1) Pierce Command Zone, Advanced Electronics & Color, Antenna white WiFi antenna Module Housings electronic control modules to include black housings, a power indicator and status indicator Electrical System, Velocity ESP, Cummins, Paccar Battery Compartment, Imp/Vel Charger, Sngl Sys, Kussmaul, LPC 80, 091-206-12, 80 Location, Crew Cab, Charger, Forward Facing Seat Panel, Charger Display, Kussmaul, Included w/ Shoreline, 20A 120V, Kussmaul Auto Eject, 091 -55 - Color, Kussmaul Cover red Qty, one (1) Shoreline Connection battery charger and cab receptacle Shoreline Location Location, Shoreline(s) on the driver side of bumper extension Alternator, 430 amp, Delco Remy 5581 Switch, Rocker Style, Load Manager Programming, Step Lights, Activated w/Prk Brk, IAT Scene Light Switching, All Lights controlled by 1 Load Manager/Sequencer, MUX Enable/Disable Hi -Idle to not be controlled by the load manager 783153 Headlights, Rect LED, 1W Spkr Evo 2, Color, Headlight Bez headlights to include chrome bezels 648425 Light, Directional, Win 600 Cmb, Cab Crn, Wrp Bzl $197.12 12 $143.66 El 5295.89 50.00 $547.60 5208.57 $173.99 12 $2,134.28 ©890416 $0.00 624253 $0.00 2698 53,275.13 812586 $356.20 814869 5231.30 811943 814939 51,070.41 $137.18 11 $5,609.64 647729 $152.32 5191.16 $156.80 $424.79 784767 $2,581.60 ©648596 Pierce Command Zone, Advanced Electronics & Color, Antenna black WiFi antenna Module Housings electronic control modules to include black housings, a power indicator and status indicator Electrical System, Enforcer MUX Battery Compartment, Saber/Enforcer Charger, Sngl Sys, Kussmaul, Chief 091-266-12-60, Location, Cab, Charger, Behind Driver Seat Panel, Remote Control, Kussmaul, Chief 091 -266 - Location, Cab, Ind/Remote, Driver's Seat Riser Alternator, 320 amp, Delco Remy 4051 Load Manager/Sequencer, MUX Enable/Disable Hi -Idle to activate 30 seconds after engine start up and activate "Load Man Hi -Idle On" label on the information center where applicable, before any electric loads are deactivated Switch, Load Manager , the parking brake is applied and a switch in the cab on the switch panel is on Headlights, Rectangular Halogen, AXT/Dash 511,963.62 50.00 50.00 $2,388.69 50.00 $664.54 50.00 $4,737.82 5460.58 50.00 50.00 ®804681 Light, Directional, Win 604T• Cmn Bzl, Above $927.16 Color, Lens, LED's the same color as the LED's 736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others 627282 Lights, Clearance/Marker/ID, Rear, FRP LED Bar & 815852 Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Color, Trim chrome housing 85910 Lights, Backup Included in Signal Cluster 769569 769572 770056 769567 622040 609064 749399 SP SP $0.00 647802 647899 $0.00 90155 $2,140.58 ..804761 $0.00 111804764 743554 Lights, Perimeter Cab, Amdor AY-LB-12HW012 LED $894.18®758572 Lights, Perimeter Pump House, Amdor AY -LB- $513.12 758563 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED $945.71 758585 Control, Perimeter Lts a switch within reach of the driver is activated and the ignition switch activates the side facing lights Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt $393.91© Location, Additional Perimeter Lights one (1) light under compartment 01 and one (1) light under compartment P1 Qty, Lights two (2) lights Lights, Step, P25 LED 4hs, Pump Pnl Sw, Cab Sw $1,029.45 11556337 Trim, SS Polished Arround Recessed Light At the $620.78 Location DS and PS rear Qty, two (2) Light, Visor Mt, Win 572M", 72" Cnt Feature $6,450.13 111 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 LED Module Type additional modules to be four (4) scene Tight modules with white LEDs 774948 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 cob doors on the passenger's side are open and by the same control that hos been selected for the passenger's side flood light(s) Location High and rear of P5 crew door Mount, Win ll light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics flood optics 775524 Lights, WIn, P"Hl" Pioneer, 12 VDC, 1st Color, Win Lt Housing pointed 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 05 crew door Mount, Win ll light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics flood optics 774017 Lights, Win, P"Hl" 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 $2,425.01 $2,425.01© $4,668.87 El Color, Lens, LED's lens color(s) to be the same as the LEDs Flash Pattern, Directional Lts Steady On (Arrow) Lights, Clearance/Marker/ID, Front, P25 LED 5 Lts, Lights, Directional/Marker, Cab Front Side, Weldon Lights, Clearance/Marker/ID, Rear, Truck -Lite Lights, Tail, Win 604BTT" Red LED Stop/Tail & 604T Color, Lens color lenses Lights, Backup, Win 604BU, LED for Win 3 & 4 Bezels, Win, (2) CAST4V, For Mtg (4) 600 Lts Color, Trim polished aluminum Lights, Perimeter Cab, CLC -1049 -12 -AL LED 4Dr Lights, Perimeter Pump House, CLC -1049 -12 -AL LED Lights, Perimeter Body, CLC -1049 -12 -AL LED 26s, Control, Perimeter Lts the parking brake is applied $0.00 $72.40 $318.20 $1,383.44 $691.95 $2,18491 $858.69 $429.34 $429.34 Lights, Step, P25 LED at Rear Tailboard, 28s Perm Lts $635.60 728518 728517 645668 787447 7883 13303 541296 10011 635329 553725 815391 3481 83488 824269 5P SP SP SP One DS 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 Lights, Win, S72M" 72" 12VDC, LS Body Color, Wln Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lis 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 LS2 on catwalk Qty, one (1) Lights, Win, 572M•• 72" 12VDC, R5 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 RS2 on catwalk Qty, one (1) Lights, Front of Hose Bed, Win 7000ELZR LED 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 $6,335.35 112 $6,335.35 El ©657535 $581.93 U645877 Qty, one (1) Lights, Walk Surf, Dual LED Light Strips, Cargo Area, $0.00'709438 Switch, Master, Pump Panel Lights $304.84 Tank, Water, 500 Gallon, Poly, Med, New York Style 513,835.56 28245 Dome, Foam Fill, Location $0.00 28107 Location Match 33243. On the DS front corner of upper portion of water tank Fill Dome Special Location $0.00 131633066 Location, Tank Dome Match 33243 - in line and rearward of foam dome Modified Poly Tank & Cradle, Ext'd To Rear, Pumper 51,731.11 Restraint, Water Tank, Heavy Duty, Special Type $712.92 553729 Hose Bed, Aluminum, Pumper, New York Style, Fill in $2,748.56 126633 Fill in Blank 62" Material Trim/Scuffplate brushed stainless steel Hose Bed Capacity, Special 50.00 ©3480 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" Divider, Hose Bed, .25" Unpainted 53,148.47 123488 Qty, Hosebed Dividers Three (3) hosebed dividers Hose Restraint, Hose Bed, Vinyl, Top, Separate from $1,231.67 ©806306 Color, Vinyl Cover block Lights, Work, (2) Win PEL.0 LED, w/Alternative Hose $565.19 Switch, Scene Lt Cntrl control from the driver side switch panel Lights, Hose Bed, Sides, Dual LED Light Strips $845.21 Control, Hose Bed Lts by a cup switch at the rear of the apparatus no more than 72.00" from the ground Lights, Walk Surf, FRP Flood, LED Tank, Water, 750 Gallon, Poly, Med Not Required, Foam Cell Modification Sleeve, Through Tank Qty, Sleeve One (1) sleeve Water Tank Sleeve - Plumbing/Hydraulic a 3.00" pipe Not Required, Restraint, Water Tank, Heavy Duty Hose Bed, Aluminum, Pumper Hose Bed Capacity, Std, 1500' of 2.5", 400' of 1.5" Divider, Hose Bed, Unpainted Qty, Hosebed Dividers Two (2) hosebed dividers Straps, Top of Hose Bed $0.00 $12,274.02 50.00 $519.41 50.00 50.00 50.00 $1,529.26 5184.27 824271 40083 695401 681766 815881 SP SP Fastener, Top Restraint, Front Velcro Fastener, Top Restraint, Sides Velcro strap and footman loop Hose Restraint, Hose Bed, Web, Rear, Separate from Fastener, Rear Restraint, Top Velcro strap and footman loop Divider, Unpainted, Extruded, Additional Location Install two in the center of the hose bed Match previous unit 33243 Qty, two (2) Running Boards, 14.75" Deep, Rear 45 Degree Tailboard, 16" Deep, Full Width, Extended Wall, Rear, Smooth Aluminum/Body Material, Flush 590926 Hose Restraint, Running Board, Velcro Straps Location, Hose Tray, Running Board one (1) in each side running board Qty, Tray, Hose Two (2) hose trays 14110 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 23650 LS 152" Rollup, Full Height Front & Rear, FDLER 63658 RS 152" Rollup, Full Height Front & Rear, FDLER 13671 Compt, Rear, Rollup, 30.75" FF, 25.88" D 692746 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 cob doors 509489 16023 618000 19845 616670 689538 687135 600350 726394 SP Scuffplate, 5/5, Rear Ladder Rack Arm Location 05 Qty, Scuffplates One (1) scuffplate Scuffplate, Polished S/5 On Rear Outside Edge of Guard, 5/5 for "D" Latch Handle on Access Door, 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) Guard, Drip Pan, 5/5, Rollup Door Location, Door Accessory all body compartment doors Qty, Door Accessory seven (7) compartment doors Lights, Compt, Pierce LED, Dual Light Strips, Each Location, Compartment Lights 151, 1.53, RS1, RS3 and B1 Qty, five (5) Lights, Compt, Pierce, LED Light Strip, 54", Additional Location, Lights P2 and D2 mounted horizontal on ceiling Qry, two (2) Shelf Tracks, Unpainted Location, Shelf Track RS3 Qty, Shelf Track one (1) set of tracks Shelves, Adj, 500 lb Capacity, Full Width/Depth, Location, Shelves/Trays, Predefined in RS3 centered between the floor and the ceiling Material Finish, Shelf with a dual action finish Qty, Shelf one (1) she¢ Partition, Trans Rear Compt, Notched Fill in Blank a pike pole tube (broom storage) w/open ends to pass through from 931 to LS1 Location $999.53 ® 807424 $1,531.1312 10133 $137.441/1 13512 51,834.12 689621 $2,521.32 690037 5372.67 111 51,524.26 $7,136.52 83650 511,581.86 812779 50.00 83700 -56939 692746 $152.63 $443.18 $443.18 51,434.30 $1,467.24 ©616670 5505.50 5144.37 ©687139 $287.36 is $836.47 El Hose Restraint, Hose Bed, Web, Rear, Separate From Fastener, Rear Restraint, Bottom Velcro strap and footman loop Fastener, Rear Restraint, Top Velcro strap and footman loop Cross -Divider, Hose Bed Running Boards, 12.75" Deep Tailboard, 16" Deep Wall, Rear, Smooth Aluminum/Body Material Material, Rear Wall Inboard Facing Surfaces aluminum diamondplate L5152" Rollup, Full Height Front & Rear RS 152" Rollup, Full Height & Depth Front & Rear, Compt, Rear, Rollup, 37.75" FF, 25.88" D Door, Gortite, Rollup, Rear Compartment Color, Roll -up Door, Ganite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel RJt bar to be provided for each roll -up door Lights, Compt, Pierce LED, Dual Light Strips, Each Location, Compartment Lights all body Qty, seven (7) No Shelf Tracks Required $614.22 $699.66 $0.00 $0.00 $0.00 $5,407.37 $11,581.87 50.00 -518055 52,054.14 50.00 upper/forward (of body) corner Location, Partition left and right side rear compartments Qty, Partition Two (2) partitions 3995 Grating, Alum in Compt $204.90 CI Location L53 Qty, Comp. Accessory one (1) 820754 No Louvers, Delete Standard Compt Louvers, Per $172.42 CI Location 81 Qty, Comp. Accessory compartments 9729 Pac Trac, Installed on Compartment Walls $5,394.8611 Location rear upper tank wall of RS2, LS1, LS2 and 153 Qty, Comp. Accessory four (4) 696950 High Rise Pack Storage, Curved Mount, Inside $1,381.62 Dimensions 7.25" by 3" high. Location RS1 Location, Bracket/comp. Match 33243 - the mounts will be positioned 49.25" off the comportment 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" 676355 Handrails, Rear, (3), (1) Above and (2) Below Hose $435.73 ®4146 Handrail, Rear, Below Hose Bed, Full Width $0.00 Reinforcement Hose Bed Divider The hose bed dividers do not require additional reinforcement. 749600 SP Compt, Air Bottle, Fender Panel, Double, Vertical, $1,448.66 111 Location, Bracket/comp. RS rear fender Qty, Air Bottle Comp one (1) air bottle compartment 657651 Compt, Air Bottle, Double, Fender Panel $3,444.36 MI 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 28934 Rack, Ladders, Hydraulic, LS, Air Clamps $15,858.99 812656 Ladder Storage, Built Into Body, RS, Enclosed, RPH $6,595.88 Ladder Rack Lock Enclosure/Light Mounting Door, Material & Finish, Ladder Storage A polished stainless steel enclosure shall be smooth aluminum 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 Hinge Location at the pump panel adjacent to the ladder along the inboard edge rack 756375 761307 24499 40714 SP 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 Mounting Clips, Folding Ladder, Hydraulic Ladder Location, Folding Ladder Storage on the outboard side of the hydraulic ladder rack when in the stored position Arm, Rear, Offset, Hydraulic Rack 2000, Recess Light Ladder, Mounting, 2000 Rack Special Arrangement Fill in Blank $0.00 $262.39 ©816617 $1,168.45 III $313.60 Latch, Door Ladder Storage 0 -handle latch Trough, Folding Ladder, Built Into Body Ladder Location, Left Side, Right Side right side $292.94 795582 725371 816920 816918 58193 784210 785102 592994 5496 35501 4460 4485 746511 SP SP They want the 14' ladder to load first so the first one off will be the 24' Bracket, Mounting, Surf Board, Inboard of Hydraulic 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 HSH is mounted there 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 MI push to close flush mounted stainless steel handle latch Location, BB/Stokes/Long Tool Storage Over forward of the cargo area Qty, Backboard Troughs two (2) storage troughs Size, Backboard, Predefined 72.00" long x18.00" wide x 3.00" high Pike Pole, Provided by Fire Department, NFPA/ULC Pike Pole Make/Model Fire Hooks Unlimited 10' all purpose hook model APH-10 Qty, one (1) Pike Pole, 6', Provided by Fire Department, Pike Pole Make/Model Fire Hooks Unlimited 6 foot roof hook Qty, one (1) Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Location on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes one (1) pike pole Tubes, Alum, Long Tool Storage, 2.50" Diameter, Location upper front corner of Bl, open ends flush with partitions for transverse pass through, per write up at final Qty, one (1) Steps, Folding, Front of Body, Cargo Bed Access, 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 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, Pump House, Side Control, 45" Pump House Structure, Std Height Pump, Waterous, CMU, 1500 GPM, Two Stage Transfer Valve, Electric, Waterous Valve, Relief Intake, TFT Pressure Setting 125 psig $635.54 11 $2,421.87 El $0.00 © 820490 Not Required, 8' Pike Pole, Fire Department Omits, $0.00 820492 Not Required, 6' Pike Pole, Fire Department Omits, $321.08 12 $423.58 12 $631.87 U591804 $13.59 21592994 $0.00 7545 $0.00 37731 $46,950.23 4420 $2,151.45 14486 $3,850.61 746501 826104 Controller, Pressure, FRC, Pump Boss Max, PBA500 $4,846.19 ©794959 Pressure Governor Alarm NOT BE Pressure Governor Default Mode RPM Setting Pressure Governor Std/Metric standard PSI Pressure Governor Throttle Control Clockwise Pressure Governor Transducer one (1) 600 PSI transducer on the pump discharge Step, Folding, Front of Body, Left Side, Trident Coating, Step a luminescent tread coating, that is rechargeable from any light source and can hold a charge for up to 24 hours, Steps, Folding, Rear of Body, w/LED, Trident Coating, Step a black tread coating Pump House, Side Control, 45", Control Zone Pump House Structure, Raised, Included with Ladder Pump, Waterous, CSU, 1250 GPM, Single Stage Not Required, Transfer Valve, Single Stage Pump Valve, Relief Intake, Elkhart Intake Relief Valve Control behind the right side pump panel with a stainless steel access door Pressure Setting 125 psig Qty One (1) Controller, Pressure, Pierce, Pump Boss, PBA300 $0.00 $0.00 -$237.67 $13.59 $0.00 $0.00 $45,319.06 $0.00 $3,850.62 $4,684.25 641743 603128 795135 4686 4680 897257 14823 737987 732444 4788 37897 820189 649939 633403 4995 40286 24930 65696 91106 770359 46857 591145 34554 764515 15412 31896 5448 91036 746445 35570 629224 721765 SP SP SP Primer, Waterous, VPO Motor, (1) VAP Valve, (1) Plumbing, Stainless Steel and Hose, Two Stage Pump Plumbing, Stainless Steel, w/Foam System Valve, Inlet(s) Recess Behind Panel, Side Cntrl Qty, Inlets two (2) inlets Inlet, Right Side, 2.50" Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, 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 Control, Front Inlet, Electric, w/Indicator Lights Valve, Relief Intake, Front Inlet, TFT Pressure Setting 125 psig Swivel, Front Inlet, 4.00" to 6.00", w/Drain Finish, Front Inlet Elbow/Adapter Chrome Inlet Bleeder quarter -turn style of bleeder Inlet, Size 6.00" inlet Cap, Front Inlet, Long Handle, VLH Front Suction, Max Clearance Control, Outlets, Manual, Pierce HW if applicable Outlet, Front, 1.50" w/2" Plumbing 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 Front Outlet, Raised, On a Bright Aluminum Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges Two (2) discharge outlets Elbow, Rear Outlets, 30 Degree, 2.50" FNST x 2.50" Outlet, Rear, 1.50", Additional Location PS Qty, Discharges Two (2) discharge outlets Not Required, Elbow, Rear Outlets, 1.50", Additional Outlet, 3.00" Deluge w/TFT Extend -a -Gun XG18, No Monitor Requested, Customer/Dealer Furnished Fill in Blank TFT Crossfire Deluge Mount, For TFT Crossfire Monitor, TFT Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Qty, one (1) Crosslays, 6.00" Lower Than Standard Scuffplate, Brushed S/S, Front & Rear Wall of Location on the pointed surfaces of the crosslays Qty, two (2) Foam Sys, Akron Eductor 3126-125 (Single Agent) Discharge Forwardcrosslay Demonstration, Foam System, Dealer Provided Foam Cell, 40 Gallon, Not Reduce Water Foam, Brand Name national Type of Foam Class A foam Drain, 1.00" Foam Tank p1 Approval Dwg, Pump Operator's Panel, Includes Num Of Truck(s) or Sim Unit, OPER Pump Pnl, 33243 Pump Panel Configuration, No Match Required Material, Pump Panels, Side Control Black UL -LX Material Finish, Pump Panel, Side Control black UL -LX Material, Pump Panel, Side Control aluminum Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black raised trigger latch $1,264.38 72153 $5,439.88 602512 $0.00 89437 $1,409.31 16158 $1,806.62 N29147 $13,098.14 $1,265.00 11 $1,069.49 $2,488.48 $0.00 $294.25 $0.00 62133 $3,477.93 649939 $293.59 $6,147.01 92575 $0.0045099 $5,157.49 92574 $0.00 85695 $6,462.88 820280 $0.00 770359 $0.00 111 5070 $245.27 591145 $1,099.55 119853 $787.44 $8,166.84E144333 $0.00 ' 42573 $2,801.14 '= 45465 $0.00 91110 $0.00 738072 $0.00 32479 $964.24 635355 $137.67 11721765 Primer, Trident, Air Prime, Air Operated Plumbing, Stainless Steel and Hose, Single Stage Plumbing Without Foam System Valve, Inlet(s) Recessed, Side Cntrl, "Control Zone" Qty, Inlets one (1) inlet Not Required, Inlet, Right Side Control, Outlets, Manual, Pierce HW if applicable Outlet, Front, 1.50" w/2" Plumbing Drain, Front Outlet automatic Fitting, Outlet 1.50" NST with 90 degree stainless steel swivel Location, Front, Single in the center bumper tray Not Required, Outlet, Rear Not Required, Elbow, Rear Outlets Not Required, Outlet, Rear, Additional Not Required, Elbow, Rear Outlets, Large, Additional Outlet, 3.00" Deluge Riser No Monitor Requested, Customer/Dealer Furnished Fill in Blank customer provided Deluge Mount, NPT Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Qty, two (2) Crosslays, 8.00" Lower Than Standard - Control Zone Not Required, Foam System Not Required, Foam System Demonstration Not Required, Foam Tanks Not Required, Foam Tank Drain Approval Dwg, Pump Panel(s), Not Required Pump Panel Configuration, Control Zone Material, Pump Panels, Side Control Painted Material Finish, Pump Panel, Side Control painted FormCoat black Material, Pump Panel, Side Control aluminum Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black swell latch $961.55 $0.00 $0.00 $0.00 $0.00 $0.00 $3,477.93 $0.00 $0.00 $0.00 $0.00 $3,008.53 $0.00 $0.00 $490.55 $1,099.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 5945 Light, Pump Compt $0.00 131693336 586382 69390 763096 32297 604123 750438 604354 682261 682498 606833 898102 39791 6133 510206 748306 805709 601375 601551 895310 6095 748305 748280 740834 812509 SP Gauges, Engine, Included With Pressure Controller Control, Air Horn At Pmp Pnl, Red Button Fittings, Compression IPO PTC, All Pump Panel Gauge, Flowmeter, Class 1, IAT Discharge w/Flowmeter 4" PS W discharge Qty, Gauges/Disc. one (1) Gauge, Water Level, FRC, WLA 300-A00, TankVision Water Level Gauge, Win PSTANK2, LED 1 -light, 4 - 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 Q4s two (2) Gauge, Foam Level, FRC, Tank Vision Pro, WIA 360 - Light Shield/Step 8", DS LED, P25 LED Step Lt Light Shield/Step 8", PS LED, P25 LED Stp Lt Location, Air Horns, Bumper, Each Side, Inside Control, Air Horn, Ft Sw, RS Prk Brk Interlocked Switch, Disable Air Horn Foot Switches Location Driver side switch panel Siren, Code 3 3692 100W or 200W Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the passenger side inside switch panel Control, Elec Siren, Multi Select Control, Elec Siren, Horn Ring, Interlock Control, Interlocks control is not interlocked Speaker, (1) Code 3, PB100C, Chrome Connection, Speaker connected to the siren amplifier Location, Speaker, Frt Bumper, Recessed, Right Side, Siren, Federal Q2B Finish, 428 Siren chrome finish Siren, Mechanical, Mounted Above Deckplate Location, Siren, Mech on the left side Control, Mech Siren, Multi Select Control Mech Siren, Horn Ring Sw, Siren Brake, Momentary Red, LS Overhead Sw Lightbar, Hiviz, FT-HVC-OMEN-84, 84", HVC 641779 Bracket, Lightbar, Forward Offset, FR Raised Roof 815377 Lightbar, Hiviz,FT-HVC-OMEN-24, 2-24", HVC Lightbar Location, Cab/Crew Cab over the cab doors 812499 620063 756747 812500 SP Light, Front Zone, Hiviz FT-HVC-GSMJR-WN '", Q BzI 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 P5 Fmt Outside right side outside warning light to include red LEDs Color, Lt P5 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 Light, Front, Win Dominator Plus DP8 30.36", 8 -Red, Flash Pattern,WIn Dominator To Phasing In/Out Lights, Side Zone Lower, HiViz, Separated into Front, $0.00 536401 $264.87 $806.60 52,011.49 51,494.43 ®62586 $1,221.46 $1,323.02 ...':. 6774 5837.24 $837.24 $0.00 606835 $500.52 $355.51 $849.83 ® 525667 $0.00 510206 $0.00 76156 $237.70 $926.21 U601302 $0.00 8601552 $5,558.49 so.00ril $0.00 $194.80 $351.60 $10,190.57 1606721 5281.10 $9,138.38 Light, Pump Compt, Truck -Lite 44308C LED Location passenger pump Qty, one /1) Gauges, Engine, Included With Pierce Pressure Gauge, Water Level, Class 1, Pierce Std Not Required, Foam Level Gauge Location, Air Horns, Bumper, Each Side, Outside Siren, Win 295SLSA1, 100 or 200 Watt Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the driver side inside switch panel Control, Elec Siren, Head Only $298.57 $0.00 $797.36 $0.00 $0.00 $779.02 $0.00 $0.00 Speaker, (1) Win, SA315P, 100 watt $948.51 Connection, Speaker connected to the siren amplifier Location, Speaker, Frt Bumper, Recessed, Right Side, 50.00 Lightbar, Win, Freedom IV-V, 60", Filter, Whl Freedom Ltbrs clear lenses included on the lightbar H16380 No Additional Lights Req'd, Side Zone Upper 540384 Lights, Front Zone, Win M6"C LED, Clear Lens, in Color, Lt D5 Front driver's side front warning light to be red Color, Lt P5 Front passenger's side front warning light to be red $3,367.25 El $2,476.64 $' $264.57 $0.00 540679 $5,805.26 50.00 $1,310.59 Lights, Side Zone Lower, Win M6°C LED, Clear Lens $2,046.50 Color, Lt Side Front 815224 Lights, Side Zone Lower Front, Hiviz FT-HVC-GSMIR- Color, Lt Side Frnt LS Cmb left side middle dual color flashing LED light(s) to include red alternating with white Color, Lt Side Frnt RS Cmb right side middle dual color flashing LED light(s) to include red alternating with white Color, Trim chrome trim Location, Lights Front Side one (1) each side on the bumper extension $1,721.82 II 815225 Lights, Side Zone Lower Middle, Hiviz FT-HVC-GSMIR- $1,721.82 ri Color, Lt Side Mid LS Cmb left side middle dual color flashing LED light(s) to include red alternating with white Color, Lt Side Mid RS Cmb right side middle dual color flashing LED light(s) to include red alternating with white Color, Trim chrome trim Location, Lights Mid Side one (1) each side of tab rearward of crew cab doors 812504 Lights, Side Zone Lower Rear, Hiviz FT-HVC-GSMJR- $1,721.82© Color, Lt Side Rear LS Cmb left side rear dual color flashing LED light(s) to include red alternating with white Color, Lt Side Rear R5 Cmb right side rear dual color flashing LED light(s) to include red alternating with white Color, Trim chrome trim Location, Lights Rear Side one (1) each side above rear wheels 896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401- $1,045.28 ri Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located over the door window. 895060 Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR 51,716.15 El 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. 815847 Connectors, Door Interior Flash, All Cabs, 50.00 11 815499 SP Lights, Side, H Viz FT -G14-' LED, Mounted In Rub 51,906.64 Color, Lights, Warning red Color, Trim chrome trim Control, Light with the side warning switch Location, Lights Center of each rub rail Total 6 Q four (4) 815854 Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN!•, $1,676.64 D564655 Color, Lt DS Rear left side rear warning light to include red LEDs Color, Lt P5 Rear right side rear warning light to include red LEDs 815482 Lights, Rear, Hiviz FT-HVC-GSMJR-WN-", 1st, INC 51,639.13 El Color, Lights, Warning light(s) to include amber flashing LEDs Color, Trim chrome trim Control, Light with the emergency master 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 Lights, Rear Zn Lwr, Win M6•C LED, Clear Lens, For 51,014.21 Color, Lt DS Rear driver's side rear light to be red Color, Lt P5 Rear passenger's side rear light to be red Location rear body Qty' two (2) 6700 Mounting, Lights, Recess In Rear Bulkhead (pair) Location one (1) each side on upper corners of bulkheads Qty, Lights, Pair one (1) pair 820200 Lights, Rear/Side Up Zone, Hiviz FT-HVC-GSMJR-W N - 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 left 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 537807 Mtg, Rear Warn Lts, Side Sheets & On Rear 781579 Receptacle, 15/20A 120V 3 -Pr 3-Wr, NEMA 5-20R SB AC Power Source shoreline inlet Cover, Receptacle interior stainless steel wall plate(s) Location 1 D5 RF EMS compartment. Lower inboard corner Qty, one (1) 816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by 709846 Paint, Two -Tone Color, Velocity/Impel Point Break, Cab a standard two-tone cab paint break provided Paint Color, Lower Area, Predefined 890 red Paint Color, Upper Area, Predefined 810 white Shield, Cab a high cab shield provided 646897 Paint Chassis Frame Assy, E -Coat, Standard Paint Color, Frame Assembly, Predefined a single system black top coat 693798 Paint, Front Wheels Paint, Wheels paint 890 red 693793 Paint, Rear Wheels, Single Axle Paint, Wheels paint 890 red 544087 Reflective Band, 6" Color, Reflect Band - A white 510041 Reflective across Cab Face, Imp/Vel 536954 Stripe, Chevron, Rear, Diamond Grade, Pumper Color, Rear Chevron DG yellow 27341 Jog, In Reflective Stripe, Single or Multiple Qty, one (1) 679885 Stripe, Sign Gold Outline Above & Below Reflective Qty, one (1) 567374 Stripe, Black Outline each Chevron Stripe @ Rear 87355 Stripe, Reflective, 6" Inside Compt Door Color, Reflect Band - A black Location each exterior access EMS compt door Qty, two (2) 65687 Stripe, Reflective, Cab Doors Interior Color, Reflective black $787.09 $3,242.65 ®88745 $0.00 1216610 $460.86 649753 $0.00 817018 $2,554.02 709567 $508.060646897 $292.05 111693798 $587.51©693792 $0.00 1E1544129 $164.93 7357 $1,151.92 536954 $332.3411 $3,201.76 $106.45 $106.45 $225.59 D552453 Light, Rear Zone Up, Win L31HRFN LED Beacon, Red $2,497.50 Color, Dome, Rear Warning both domes clear Mtg, Rear Warn Lts, Std Mt, S/S Brkts Material, Bracket polished stainless steel Not Required, PTO Driven Hydraulic Tool System Not Required, Extinguisher, Dry Chemical, Fire Paint, Single Color, Enforcer Paint Color, Cab 890 red Paint Chassis Frame Assy, E -Coat, Standard Paint Color, Frame Assembly, Predefined primer and gloss block paint Paint, Front Wheels Paint Wheels powder coat point 890 red No Paint Required, Aluminum Rear Wheels Reflective Band, 1"-6"-1" Color, Reflect Band - A white Color, Reflect Bond - B white Color, Reflect Band - C white Reflective on Front Bumper Stripe, Chevron, Rear, Diamond Grade, Pumper Color, Rear Chevron DG fluorescent yellow green Stripe, Reflective, Chevron, Cab and Crew Cab Doors Color, Reflect Band - A fluorescent yellow green diamond grade Color, Reflect Chev - A $68.71 50.00 $0.00 $0.00 $1,280.19 $292.05 50.00 $633.71 $164.92 $1,151.92 $545.77 679822 594559 685932 685732 685817 686082 686084 776253 632430 654570 657001 695610 769765 0 624039 624037 772060 611136 696698 684953 595767 595698 733306 808580 892701 548950 548967 667411 549273 735950 4713 46395 28087 20014 SP SP SP STF Stripe, Sign Gold, Two -Tone Paint Break with Shield, $835.58 Lettering Specifications, (Sign Gold Process) 50.00 33179 Lettering, Sign Gold, 3.00", (41-60) $1,440.14 686159 Outline, Lettering outline and shade Lettering, Sign Gold, 14.00", Each 5977.59 Outline, Lettering outline and shade Qty, Lettering four (4) letters Lettering, Sign Gold, 4.00", Each 5574.39 111 Outline, Lettering outline and shade Qty, Lettering 13 letters Lettering, Reflective, 3.00", (1-20) $442.35 12 Outline, Lettering outline Lettering, Reflective, 3.00", Each $88.47 Outline, Lettering outline Qty, Lettering four (4) letters Emblem, 150 CLASS 1, w/Ribbon, Sign Gold, Pair $381.50 Qty, one (1) Emblem, Helmet Logo w/Sign Gold Lettering $497.95 Location, Emblem D1/P1 Qty, one (1) Emblem, Vinyl, Per Dept. Submittal, Each 5569.24 rl Location, Emblem crew cab windows Qt', two (2) Size, Dept Seal, Vinyl 13.00"-15.00" Emblem, Reflective, Per Dept. Submittal, Each $602.28 Location, Emblem cab doors Qty, two (2) Size, Dept Seal, Reflect 12.00"-14.00" Emblem, Reflective, Per Dept. Submittal, Each $444.33 111 Location, Emblem rear roll up door Qty, one (1) Size, Dept Seal, Reflect 22.00" - 24.00" Lettering, Numerals, Grille, Painted w/ Outline (2) 51,340.47 Equipment Mounting 510,582.01 Manual, Fire Apparatus Parts, (1) Hard Copy, (1) USB 5553.12 526005 Manual, Chassis Service, (1) Hard Copy, One (1) USB $978.85 543577 Manual, Chassis Operation, (1) Hard Copy, (1) USB $45.17 531638 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 50.00 Warranty, Engine, Cummins, 5 Year, WA0181 $0.00 735523 Warranty, Steering Gear, Sheppard M110, 3 Year 50.00 684952 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 50.00 596017 Warranty, Axle, 3 Year, TAK-4, WA0050 50.00 610471 Warranty, Single Axle, 5 Year, Meritor, General $0.00 610485 Certification, Engine Installation, Imp/Vel, Cummins 50.00 808565 Certification, Cab Integrity, Impel/Velocity FR, 50.00 892691 Certification, Cab Door Durability, Velocity/Impel, 50.00 631973 Certification, Windshield Wiper Durability, 50.00 631978 Certification, Electric Window Durability, $0.00 556828 Certification, Seat Belt Anchors and Mounting, 50.00 631977 Certification, Cab HVAC System Perf, Vel/Imp FR, 50.00 735949 ENGINE, OTHER $0.00 735525 EVS 3000 Series TRANSMISSION 50.00 46396 EDUCTOR FOAM SYSTEM 50.00 28047 FRONT SUCTION $0.00 Added Options to Base Spec. 51,022,375.93 red diamond grade Size, Chevron Striping 6.00" Lettering Specifications, Reflective Lettering, Reflective, 3.00", (41-60) Outline, Lettering outline and shade Manuals, One (1), Fire Apparatus Parts, & (1) CD, Manuals, (1) Chassis Service & (1) CD, Custom Manual, Two (2) CD, Chassis Operation, Custom Warranty, Engine, Paccar MX13, 5 Year, WA0386 Warranty, Steering Gear, TRW Ross TAS, 1 Year Warranty, Frame, 50 Year, Custom Chassis, WA0013 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Certification, Engine Installation, Enf, Paccar MX, Certification, Cab Integrity, Saber FR/Enforcer, Certification, Cab Door Durability, Saber Certification, Windshield Wiper Durability, Saber Certification, Electric Window, Not Available Certification, Seat Belt Anchors and Mounting, Saber Certification, Cab HVAC System Performance, PACCAR MX13 ENGINE EVS 4000 Series TRANSMISSION NO FOAM SYSTEM 50.00 5995.29 $553.12 $978.85 50.00 50.00 50.00 50.00 50.00 50.00 $0.00 50.00 50.00 50.00 50.00 50.00 50.00 50.00 50.00 50.00 Removed Options from Base Spec. $648,097.06