Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
EQUIPMENT PROPOSAL (8)
TEN FIRE This Equipment undersigned Option List, defmed below), Purchasing Date: February 4111111 -8 Equipment Proposal Proposal # 1411 p & 1395 in response to the the Proposal Acceptance (as and Company's & SAFETY Proposal (the "Proposal") has been prepared by Ten -8 Fire & Safety, LLC ("Company") Customer's request for a proposal. This Proposal is comprised of the special terms set forth below, Warranty, and Company's Purchasing Terms and Conditions. Through its signature below or other Customer acknowledges having received, read and being bound by this Proposal, all attachments Terms and Conditions. 13, 2026 ("Proposal Date") Customer: Clearwater Fire Rescue ("Customer") Customer Address: 1140 Court Street, Clearwater, FL 33756 Qty Product Description & Options Price 1 Pierce Heavy Duty Velocity Platform, per Sourcewell Contract #082025 -PMI, ID#1812 $1,570,368.12 1 Removed Options w/ Pierce 5.5% discount CFR Proposal Option List #1411 (Truck -48) ($1,143,100.81 1 Added Options w/ Pierce 5.5% discount CFR Proposal Option List #1411 (Truck -48) ) $1,875,489.69 1 Pierce Heavy Duty Pumper, per Sourcewell Contract #082025 -PMI, ID#1804 1 Removed Options w/ Pierce 5.5% discount CFR Proposal Option List #1395"(Engine-45) $862,130.39 1 Added Options w/ Pierce 5.5% discount CFR Proposal Option List #1395(Engine-45) ($664,479.80) Pumper price $1,239,772 $1,042,121.40 1 Multi -Unit Discount for one (1) Velocity Engine & one (1) Velocity Platform ($45,460.98) Total: ** Pricing is subject to change as follows: $3,497,068.01 (a) Commercial chassis price is an estimate; final chassis price will be determined when chassis is delivered by the manufacturer to the original equipment manufacturer ("OEM"). The OEM will notify Company of its final price, and Company will notify Customer of the fmal price. (b) 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 the OEM accepts this order ("Order Month") and a month 14 months prior to the then predicted "ready for pick up" date ("Evaluation Month"), then Company may update the pricing in an amount equal to the increase in PPI over 5.0% in each year or fractional year between the Order Month and the Evaluation Month. Company will document any such updated price for Customer's approval, and Company will provide to Customer the option to cancel this Order for 45 days if Customer does not accept the updated price. If Customer accepts or fails to respond within such 45 day period, Customer will be obligated to complete the Product purchase at the updated Total price. Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 51 (months) after Company receives Customer's acceptance of this Proposal as defmed below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's control. Other: *Velocity Platform lead time is 50 months Unless accepted within 30 days from date of proposal, the right is reserved to withdraw this proposal. Order continues on immediately following page. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. "ACCEPTANCE" MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER'S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer: Clearwater Fire Rescue Ten -8 Fire & Safety, LLC By: Title: Print: Date: By: Title: Authorized Sales Representative Print: Dustin Bouwer Date: 2/13/2026 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of day of //ourcA , 2026, for the Ten -8 Equipment Proposal dated February 13, 2026 for the purchase of one new Pierce Heavy Duty Velocity Pumper (engine) and one Pierce Heavy Duty Velocity Platform (truck). Countersigned: Bruce Re Mayor Aped as to/Form: CSL wen Kohler Lead City Attorney CITY OF CLEARWATER, FLORIDA By: Attest: ennif Poirrier City Manager outa_ Ocu_ Rosemarie Call City Clerk 1/417)0bo) q Zo up Date EXHIBIT A PROPOSAL OPTION LIST Option List Customer: Clearwater Representative Bouwer, Dustin Organization: ,;:.Ten -8 Fire & Safety Requirements Manager: Description: 2025 - Clearwater - Velocity PAP T-48 :,Body: cl:Aerial, Platform 100', No Pump, Alum Body Chassis: •>::Velocity Chassis, PAP (Big Block), 2010 1/14/2026 Bid Number: 1411 Job Number: Number of Units: 1 Bid Date: 11/07/2025 Stock Number: Price Level: 54 (Current: 54) Lane: Lane 1 Line Option Type Option Description Qty 2 0018180 3 0584456 4 0584452 5 0588609 6 0816491 7 0533349 8 0588613 9 0681279 • 10 0816495 11 0825116 12 0766110 13 0535579 14 0529326 15 0816569 16 0000007 17 0002928 18 0564213 19 0000110 Boiler Plates, Aerial 100' Platform w/o Pump 1 Fire Department/Customer - Clearwater Fire Rescue Operating/In conjunction W -Service Center - Operating Miles - 50 Miles Number of Fire Dept/Municipalities - 25 Bidder/Sales Organization - Ten -8 Fire & Safety, LLC Delivery - Delivery representative Dealership/Sales Organization, Service - Ten -8 Fire, Bradenton Single Source Compliance, Aerials 1 Manufacture Location, Appleton, Wisconsin 1 RFP Location: Appleton, Wisconsin 1 Vehicle Destination, US 1 Comply NFPA 1900 Changes Effective Jan 1, 2024, With Exceptions 1 Aerial Fire Apparatus 1 Vehicle Certification, Aerial w/o Pump 1 Agency, Apparatus Certification, Aerial w/o Pump, U.L. 1 Certification, Vehicle Inspection Program, NFPA 1900 1 Customer Service Website 1 Consortium, Sourcewell 1 Not Required, Unit of Measure, (no pump, no tank) 1 Bid Bond, 10%, Pierce Built Chassis 1 Performance Bond, Not Requested, PPI Terms 1 Approval Drawing 1 Electrical Diagrams 1 Velocity Chassis, PAP (Big Block), 2010 1 Wheelbase 1 Wheelbase - 257" 20 0000070 GVW Rating 1 GVW rating - 80,800 21 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/ImpNel 1 22 0889469 Frame Liner, "C/Inv L" 12.50" x 3.00" x .25", AXTNeI/Imp/Enf, 56" QVaI 1 23 0637059 Axle, Front, Oshkosh TAK-4, Non Drive, 24,000 Ib, Velocity (425 Tires) 1 24 0090914 Suspension, Front TAK-4, 24,000 Ib, Qtm/AXTNeI/Enf/SFR 1 25 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/ImpNel/Enf 1 26 0000322 Oil Seals, Front Axle 1 27 0899289 Tires, Front, Goodyear, Armor MAX MSA, 425/65R22.50, 20 ply, Fire Service Load 1 28 0890369 Wheels, Front, 22.50" x 12.25", Steel, Hub Pilot 1 29 '0625534 , Axle, Rear, Oshkosh TAK-4 T3, 52,640 Ib, Rear Steer, 2 Axle, AXT/Enf/ImpNel 1 30 0544244 Top Speed of Vehicle, 60 MPH/96 KPH 1 31 0639311 Suspen, Rear, Oshkosh TAK-4, Independent, 52,640 Ib 1 32 0000485 Oil Seals, Rear Axle 1 33 0802662 Tires, Rear, Goodyear,Armor Max MSA,445/65R22.5,20ply,(AWS/IRS),Tand.FS 1 Load Rat 34 0832511 Wheels, Rear, Alcoa, 22.50" x 13.00", Aluminum, Hub Pilot, Tandem, AWS/IRS 1 35 0568081 Tire Balancing, Counteract Beads 1 36 0620569 Tire Pressure Monitoring, RealWheels, AirSecure, Valve Cap, Tandem Axle 1 Qty, Tire Pressure Ind -10 37 0002045 Mud Flap, Front and Rear, Pierce Logo 1 38 0601010 Chocks, Wheel, SAC -44-E, Folding, Aerials 1 Qty, Pair - 01 1/14/2026 6:28 AM Bid #: 1411 Page 1 Line Option Type Option Description Qty 39 0601009 Mounting Brackets, Chocks, SAC -44-E, Folding, Horizontal, Aerials 1 Qty, Pair - 01 Location, Wheel Chocks - Left Side Rear Tire, Forward 40 0821337 ABS Wabco Brake System, Tandem Rear Axle, Tak-4, NFPA 1900/ULC 1 41 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1 42 0831932 Brakes, Knorr, 17", Disc, Rear TAK-4 T3/IRS 1 43 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 1 44 0000789 Brake Reservoirs, Five ` 1 Paint Color, Air Tanks - Black #98 45 0568012 Air Dryer, Wabco System Saver 1200, Heater, 2010 1 46 0000790 Brake Lines, Nylon 1 47 0000854 Air Inlet, w/Disconnect Coupling 1 Location, Air Coupling(s) - DS Step Well, Forward Qty, Air Coupling (s) - 1 48 0070810 All Wheel Lockup (Aerial/Tanker Chassis) 1 49 0012034 Moisture Ejector, Manual, Remote Mounted 6 Location - below LS6 compartment Qty, Man. Moist Ejector - 6 50 0808504 Engine, Cummins X15, 605 hp, 1850 Ib -ft, W/OBD, EPA 2027, Velocity 1 51 0811409 Not Required, Engine Contingency Adjustment 1 52 0730808 Filters, Remote Mounted, Oil, Fuel, X15, VEUAXT/Enf 1 53 0001244 High Idle w/Electronic Engine, Custom 1 54 0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine 1 Switch, Engine Brake - e) Cummins Hi Med Lo 55 0552334 Clutch, Fan, Air Actuated, Horton Drive Master 1 56 0123135 Air Intake, w/Ember separator, ImpNel 1 57 0814375 Exhaust System, Horizontal, Right Side 1 Exhaust, Diffuser - Aluminized Steel (Standard) Exhaust, Material/Finish - Aluminized Steel (Standard) Location, Diffuser Termination - 2.00" Past Rub Rail (Standard) Tip, Exhaust Straight Tip (Standard) 58 0816185 SP Exhaust, Modified 35 Degree - Approval Req'd 1 59 0787999 Radiator, ImpelNelocity 1 60 0511425 Cooling Hoses, Rubber 1 61 0001125 Fuel Tank, 65 Gallon, Left Side Fill 1 62 0001129 Lines, Fuel 1 63 0618791 DEF Tank, 4.5 Gallon, LS Fill, Forward of Axle, Common Air Bottle Door 1 64 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd 1 65 0582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1 66 0553019 Cooler, Engine Fuel, ImpNel, SFR/Enf 1 67 0698720 Fuel Cap Retaining Chain With Holder 1 68 0578959 Fuel/Water Separator, Racor Inline 1 69 0887546 Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, ImpNel/SFR/Enf 1 70 0625331 Transmission, Shifter, 6-Spd, Push Button, 4000 EVS 1 71 0684459 Transmission Oil Cooler, Modine, External 1 .72 0522824 Mode, Downshift, Aggressive downshift to 3rd, w/engine brake, 6 speed 1 73 0801876 Fluid, 4000 Series Trans, Allison Approved TES -668 Synthetic, IPOS, Custom 1 74 0001375 Driveline, Spicer 1810 1 75 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1 76 0001544 Not Required, Steering Assist Cylinder on Front Axle 1 77 0509230 Steering Wheel, 4 Spoke without Controls 1 78 0690274 Logo/Emblem, on Dash 1 Text, Row (1) One - BESSLER'S Text, Row (2) Two - DRIP Text, Row (3) Three - WHIP 79 0090515 Hitch, Receiver, Front, 10,000 lbs, Custom Chassis 1 80 0622948 Winch, Wam, Zeon 10-S Kit, 10,000 Ib. Portable, Synthetic, Polished Fairlead 1 81 0639810 Bumper, 22" Extended, Under. Slung, Steel, Painted, Rec Tray, ImpNel 1 82 0510226 Lift & Tow Package, ImpNel, AXT 1 83 0061058 Tow Eyes, Below Deck, S/S 1 84 0607767 Tray, Full Width, 22" Bumper, Under Slung Design, 10" H Bumper, ImpNel 1 Capacity, Hose Tray - tray MUST be at least 6.5' wide 1/14/2026 6:28 AM Bid #: 1411 Page 2 Line Option Type Option Description Qty 84 Grating, Bumper extension - Grating, Rubber'; 85 0828611 Cover, Alum Treadplate, 4" Raised, Underslung 1 Type of Fastener - (2) Paddle Latches Stay arm, Tray Cover - c)Pneumatic Stay Arm, Dual 86 0698960. Coating, Top Flange, Front Bumper, Outside Exterior, UL -LX Coating, Black 1 87 0668314 Cab, Velocity FR, 7010 Raised Roof w/Notch 1 88.0894910 '... . Engine Tunnel, Foil Insulation w/Mech Fasteners, ImpNel FR, w/T3 Rear Axle 1 89 0818272 Cab Insulation, Extreme Climate, Foil Insulation, ImpelNelocity 1 ,90 :0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 1 91 0122465 Cab Lift, Elec/Hyd, ImpNel 1 92:0123176 Grille, Bright Finished, Front of Cab, Velocity 1 93 0752555 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each 2 Location - DS and PS EMS compartment exterior access doors. Qty, - 02 Material Trim/Scuffplate - c) S/S, Polished 94 0002224 Scuffplates, S/S At Cab Door Jambs, 4 -Door Cab 1 Material Trim/Scuffplate - c) S/S, Polished 95 0527032 Trim, S/S Band, Across Cab Face, Rect Lights, Velocity 1 Material Trim/Scuffplate - c) S/S, Polished Turnsignal Covers - Polished S/S Covers 96 0015440 No Chrome Molding, On side of cab 1 97 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex 1 98 0667921. Door, Half -Height, Velocity FR 4 -Door Cab, Raised Roof 1 Key Model, Cab Doors - 751 Cab, Exterior Door Handle, Finish - 4 -Door, Chrome/Black 99 0655511 Door Panel, Brushed Stainless Steel, ImpelNelocity 4 -Door Cab 1 100 0667905 , . Storage Pockets w/ Elastic Cover, Recessed, Overhead, ImpelNelocity FR 1 101 0667902 Controls, Electric Windows, All Cab Doors, ImpelNelocity FR 1 102 0606691 Steps, 4 -Door Cab, Dual, 2" Larger Middle and Bottom Steps, ImpNel 1 Light, Step, Additional - P25 LED 103 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Backlit, 4 -Door Cab 1 Color, Handrail Light - Red Control, Handrail Light - Parking Brake and Cab Switch LS 104 0837159 SP Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1Lt Per Step, Prk Brk 1 Color, Trim - Chrome Housing 105 0002140 Fenders, S/S on Cab 1 106 0592071 No Windows, Side of Crew Cab, Vel/Imp 1 107 0568605 Not Required, Interior Trim, No Cab Side Windows 1 108 0012090 Not Required, Windows, Front/Side of raised roof 1 109 0509286 Not Required, Windows Rear of Crew Cab, ImpNel 1 110 0558334 Not Required, Trim, Cab Rear Windows, No Rear Windows 1 111 0814268 SP Fasteners, S/S, Rain Drip, IATS 1 112 0123686 Drip Rail, Cab Roof, ImpelNelocityNelocity SLT 1 113 0803382 .SP Guard, Radiator, S/S, Below Cab Grille, Lettering, AXT/ImpNel 1 Fill in Blank - CLEARWATER 114 0773956 • ~ Work Surface, 3/16" Alum, Full Eng Tnl, Flat, Upper Overhang, Lwr Lip,Vel/Imp FR 1 Material Finish, Cab Interior - Painted Lip - 2.00" 115 .0658283 Tray, Slideout, S/S, w/Sides, Locking, MDT Bracket, Officer 1 116 0748671 Cab Interior, Vinyl, Velocity FR, CARE 1 Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Black 117 0667943 Cab Interior, Paint Color, ImpelNelocity FR 1 Color, Cab Interior Paint - b) black 118 0509532 Floor, Rubber Padded Cab & Crew Cab, ImpNel 1 119 0819169 HVAC, Extreme -Duty, ImpelNelocity FR, CARE 1 Paint Color, A/C Condenser - Painted to Match Cab Roof HVAC System, Filter Access - Tool Free Panel Auxiliary Cab Heater - None 120 0639675 Sun Visor, Smoked Lexan, AXT, ImpNel, SFR/Enf 1 Sun Visor Retention - Polished S/S Bracket 121 0548173 Grab Handles, Driver and Passenger Door Post, ImpNel 1 1/14/2026 6:28 AM Bid #: 1411 Page 3 Line Option Type Option Description Qty 122 0693439 Lights, Engine Compt, Custom, Auto Sw, w/Fld Chk Dr Win 3SCOCDCR, 3" LED 1 Trim Qty, - 01 123 0122516 Fluid Check Access, ImpNei 1 Latch, Door, Storage - Southco C2 Black Flush 124 0583040 Frontal Impact Protection 1 125 0622618 Seating Capacity, 5 Belted Seats 1 126 0697006 Seat, Driver, Pierce PS6, Premium, Air Ride, High Back, Frontal Impact, PRIMARY 1 -127 0696991 ..'. Seat, Officer, Pierce PS6, Premium, Air Ride, SCBA, Frontal, PRIMARY 1 128 0002517 Not Required, Radio Compartment 1 129 0823624 L Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, Web, Ext Acc, ImpNei 1 Light, Short Cabinet - Pierce, Interior, Left Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (1) Shelf, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Stay Arm Louvers, Cabinet - 0 -No Louvers Fastener, Web, Cab Cabinet - Seat Belt Buckle, Left, Red Strap Not Required, Seat, Rr Facing C/C, Center 1 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Web, Ext Acc, Imp/Vel 1 Light, Short Cabinet - Pierce, Interior, Right Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (1) Shelf, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Stay Arm Louvers, Cabinet - 0 -No Louvers Fastener, Web, Cab Cabinet - Seat Belt Buckle, Right, Red Strap 132 0740001 SP Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" 1 Inbrd,SECONDARY 133 0649764 • . Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, SCBA, 17" Btm, SECONDARY 1 134 0739999 SP Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" 1 Inbrd,SECONDARY 135 0651182 Scuffplate, Cabinet, Interior Door Pan, Cab 2 Location - DS and PS EMS cabinets external doors Qty, - 02 Material Trim/Scuffplate - b) S/S, Brushed 136 0566653 Upholstery, Seats In Cab, Turnout Tuff 1 Color, Cab Interior Vinyl/Fabric - c) Black 137 0543991 Bracket, Air Bottle, Hands -Free II, Cab Seats 4 Qty, - 04 138 0690610 Embroidery, Seats, Cab and Crew Cab 1 Qty, Seats Embroidery - 5 Seats 139 0734952 Door, Access, Front, (2) Rear Facing Seat Risers, No Heater 1 Latch, Door, Storage - Southco C2 Black Raised Material Finish, Cab Interior- Black Louvers, Cabinet - 0 -No Louvers 140 0678689 Compt, Enclose, Forward Facing Seat Riser, VEL/IMP/SFR/Enf 3 Location - all (3) forward facing rear crew seats Qty, - 03 Seat Belt, ReadyReach 1 Seat Belt Color - Red Seat Belt Height Adjustment, 5 Seats, ImpNei 1 Helmet Storage, Provided by Fire Department, NFPA/ULC 2024 1 Lights, Dome, FRP Dual LED 4 Lts 1 Color, Dome Lt - Red & White Color, Dome Lt BzI - Black Control, Dome Lt White - Door Switches and Lens Switch Control, Dome Lt Color - Lens Switch 145 0896451 Enhanced Software for Cab and Crew Cab Dome Lts 1 146 0631776 Not Required, Overhead Map Lights 1 147 0816997 Portable Hand Light, Provided by Fire Dept, NFPA/ULC 2024 1 130 0102783 : 131 0823621 141 0603867 • 142 0604864 143 0817557 .. 144 0647647 1/14/2026 6:28 AM Bid #: 1411 Page 4 Line Option Type Option Description Qty - 148 0554191 . Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Tail Lights, 12v, Orange 2 Qty, Lights - 02 Location, Lights - to be installed at final inspection. wiring location to be at either side of the rear engine tunnel Cab Instruments, Ivory Gauges, Chrome Bezels, ImpelNelocity 2010 1 Air Restriction Indicator, ImpNel, AXT, Enf MUX 1 Light, Do Not Move Apparatus 1 • Alarm, Do Not Move Truck - Pulsing Alarm 152 0509042 Messages, Open Dr/DNMT, Color Dsply, 1 153 0611681 Switching, Cab, Membrane, ImpelNelocity, AXT WiFi MUX 1 Location, Emerg Sw Pnls - Driver's Side Overhead 154.0555915 Wiper Control, 2 -Speed with Intermittent, MUX, ImpelNelocity 1 155 0002565 Hourmeter, Aerial Inside Cab 1 156 0002615 Switch, Aerial 12V Master 1 157 0002617 PTO switch, w/light - aerial 1 158 0834416 USB, Cab, 4, 12V DC, Dual USB Termination, NFPA1900/ULC 1 USB, Type - USB Combo A & C 159 0583273 Wire, 18-ga. Spare, Dual Wire 1st 1 Qty, - 01 Location 2 - behind driver's seat Location - behind panel #10 (wrap around console) 160 0821329 Wiring, Spare, 10 A 12V DC Batt Dir 1st NFPA1900/ULC 1 12vdc power from - Battery direct Wire termination - Butt Splice Location - PS RF interior compartment. lower outboard wall (for suction charger) 161.0821674 Wiring, Spare, 60A 12V DC 1st NFPA1900/ULC 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Stud Location - behind driver's seat 162 0821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900/ULC 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Butt Splice Location - behind driver's seat 163 0821263 Wiring, Spare, 20 A 12V DC, 12 Ckt FB, Blue Sea 5026 Batt Dir 1st 1 NFPA1900/ULC 12vdc power from - Battery direct Location - LS6/RS6, middle of compt rear wall, future use for 12v chargers 164 0790556 Wire, CAT 6, terminated, Spare, Qty, 1st 1 Qty, - 01 Location 2 - in wrap around center console behind panel #10 Location - behind driver's seat 165 0817967 SP Wire, 14-ga. Spare, LS Dir, RS Dir, P Brk, E Mst, 10A Batt Dir, 10A Batt Sw, Gnd 1 Qty, - 01 Location - (Traffic Preemption Wiring) over Officer head switch panel 166 0821326 Wiring, Spare, 10 A 12V DC 2nd NFPA1900/ULC 1 Qty, - 01 12vdc power from - Battery saver Wire termination - Butt Splice Location - behind panel location #10 in center dash extension 167 0566101 Recess, Dash Panel, Officer Side, Vel/Imp 1 :.:168 0814201 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 1 System Of Measurement - US Customary 169 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 1 Subscription, HAAS R2V - R2V -10 Year Data Plan Subscription 170 0606249 Vehicle Data Recorder w/CZ and Overhead Display Seat Belt Monitor 1 171 0665245 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, Remote Head 1 •149 0568369 150 0509511 151 0543751 Location - behind driver's seat Qty, - 01 Location 2 - wrap around console, behind panel #8 1/14/2026 6:28 AM Bid #: 1411 Page 5 Line Option Type Option Description Qty 172 0692961 Cable, Motorola HKN6169, 17' Mobile 2 -way Radio, Remote Head 1 Location - behind driver's seat Qty, - 01 Location 2 - behind panel #3 173 0835677. Install Customer Provided Multiband/GPS Antenna(s), Loc 1 Location - Match previous units and J#44547 Location 1 - Match previous units and J#44547 Qty, Customer Supplied Antenna -1 174 0696439 : i Antenna Mount, Custom Chassis, Cable Routed to Instrument Panel Area . 1 Qty, - 01 Location, Antenna Mount = Right Side Antenna Mount, Larsen NMOKHFUDTHK, 0-6000MHz 1 Location - best roof location Qty, -01 Location 1 - behind driver's seat 176 0003757 Antenna, Std and Add'I Mts Only, 2 -way Radio,Cust,Spl Cable Routing 2 Location - behind driver's seat Qty, - 02 Location 1 - one on PS one on DS 177 0755697 SP Camera, Pierce, LS Mux, F/F, R, Cameras 1 Location - centered Camera System Audio - Not Provided 178 0814861 Camera, Switcher, Pierce, 4 channel, AHD, CVBS 1 179 0523921 Recess, Rear Vision Camera 1 Location, Camera, Recessed - Driver Side 180 .0896458 Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT 1 Color, Antenna - White Antenna odule Housings - Black Housing with Power and Status Ind 181 0896456 Prognostics, Electrical System 1 182 0816093 - ClearSky Telematics, Remote Fleet & On -scene Management, AT&T Commercial 1 Subscription, Telematics - 8 Year Subscription 183 0730603 Electrical System, Velocity ESP, Cummins, Paccar 1 184 0079166 Batteries, (4) Stryten/Exide Grp 31, 950 CCA ea, Threaded Stud 1 185 0008621 Battery System, Single Start, All Custom Chassis 1 186 0123174 Battery Compartment, ImpNel 1 187 0812586 Charger, Sngl Sys, Kussmaul, Chief 091-266-12-60, 60 Amp 1 188 0814869 Location, Cab, Charger, Behind Driver Seat 1 189 0811943 Panel, Remote Control, Kussmaul, Chief 091 -266 -RCP 1 190 0814942 Location, Cab, Ind/Remote, Driver's Seat with Bracket 1 191 0811952 Not Required, Indicator/Remote Status 1 192 0824337 Not Required, Location Ind/Remote 1 193 0824960 SP Shoreline, 30A 120V, Kussmaul Auto Eject, 091-159-30-120, 091 -159 -266 -XXX 1 Cover Color, Kussmaul Cover - b) red Shoreline Connection - battery charger and receptacles 194 0026800 Shoreline Location .1 Location, Shoreline(s) - Extd Bumper 195 0697931 Shoreline Inlet, 20A 120V, SB, IAT 1 Location - bumper extension, PS Connection, Shoreline - battery charger and receptacles Switch, Auto Transfer, Up to 30Amp, Multiple 1 Qty, -1 Connection, Transfer Swit - outlet strip behind the drivers seat 197 0009429 Electric Power Only, Portable Winch 3 Location - front bumper, both side hitches Qty, Receptacles - 03 198 0647728 Alternator, 430 amp, Delco Remy 55SI 1 199 0676572 SP Switch, Rocker Style, Load Manager 1 200 0532857 SP Programming, Step Lights, Activated w/Prk Brk, IAT 1 201 0627524 SP Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear. 1 202 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi -Idle - e)High Idle enable 175.0694166:.. 196 0526727 1/14/2026 6:28 AM Bid #: 1411 Page 6 Eine Option Type Option Description Qty 203 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/Enf/Imp/SabN".el 1 Color, Headlight Bez - Chrome Bezel 204 0648425 Light, Directional, Win 600 Cmb, Cab Crn, Wrp BA Out HD Lts, ImpNel/AXT/Qtm 1 Color, Lens, LED's - m)match LED's 205 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts 1 206 0648074 Lights, Clearance/Marker/ID, Front, P25 LED 7 Lts 1 207 0647993 Lights, Clearance/Marker/ID, Platform, P25 LED, 5 Lts 1 Light Guard - With Guard 208 0511569 Lights, Clearance/Marker/ID, Rear, P25 LED 7Lts 1 Light Guard - Without Guard 209. 0602938. Light, Marker End Outline, Rubber Arm, LED Marker Lamp, Rear Body 1 Qty, Lights, Pair - 1 210 0804519 Lights, .Tail, Win M62BTT* Red Stop/Tail & M62T* Amber Dir Arw w/Flange 1 Color, Lens, LED's - Clear Color, Trim - Chrome Trim Flash Pattern, Directional Lts - Steady On (Arrow) 211 0805618 Lights, Backup, Win M62BU 1 Color, Trim - Chrome Trim 212 0889577 - Bracket, License Plate & Light, P25 LED, Stainless Brkt 1 Color, Trim - Chrome Housing 213 0589905 Alarm, Back-up Warning, PRECO 1040 1 214 0817254 Lights, Perimeter Cab, Amdor AY-LB-12HW0** LED 4Dr 1 215 0768765 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Turntable Access 1 Control, Perimeter Lts - DS Switch Panel, Ignition Switch, DS Directional Light to DS Side Lts and PS Directional Light to PS Side Lts 216 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt 2 Qty, Lights - 02 Location, Additional Perimeter Lights - Under Compt RS6, lit and Under Compt LS6, 1It 217 0896454 Enhanced Software for Perimeter Lts 1 218 0756434 . Guard, Aluminum Treadplate, Whelen Summit Light, Brow Mount, Location 4 Location - over the top Qty,-04 219 0775524 Lights, Win, P*H1* Pioneer, 12 VDC, 1st 1 Location - DS over EMS door Qty,-01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS and Cab and Crew Cab Dr Sw, DS Scene Light Optics - flood Mount, Win II - Semi-recessed 15 deg P**1. 220 0774948 Lights, Win, P*H1* Pioneer, 12 VDC, 2nd 1 Location - PS over EMS door Qty, - 01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS and Cab and Crew Cab Dr Sw, PS Scene Light Optics - flood Mount, Win II - Semi-recessed 15 deg P**1 Lights, Win, P*H1* Pioneer, 12 VDC, 1st 2 Location - high, each side, rear body Qty, - 02 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS and Body Switch, DS Rear SS Scene Light Optics - Flood Mount, Win II - Semi-recessed 0 deg P**1 222 0727739 SP Lights, Win, S58M** 58" 12VDC, RS Body 2 Location - centered over RS2 & centered over RS6 Qty, - 02 Control, Light - Mkr Lt Not Connected Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS and Cab Sw Panel PS LED Module Type - 4 White Spot Mount, Win Summit - SUBKT4 Flat Mnt Horizontal 221 0774336 1/14/2026 6:28 AM Bid #: 1411 Page 7 Line Option Type Option Description Qty ' '223 0727740 SP Lights, Win, S58M*58^12VDC.LSBody 2 Location - centered over LS2 & centered over LS6 Qty, - 02 Control, Light - Mkr Lt NoConnected /'^ Color, Win Lt Housing - White Paint Contro.GoaneUo-CubSwPmne DS and Cab Sw PanePS „` LED Module Type - 4 White Spot ,- Mount, Win Summit -SUBPT4Flat Mn Horizontal `Ho224O721O84 ` ^ Lights, Hose Bed, Not Required, No Hose Bed/Cargo Area 1 �,2250045677.``' Lights, Not Required, Rear WorkAlt. 12 Volt Lights At Rear Body '1 226 0709438 Lights, WaIk Surf, FRP Flood, LED 1 ` ,.z270G25273'` SP Switch, All Upper & Lower Rear Waming Lights, Activated Together 1 Sw In Cab 1' �228 0020538 AeriaI, Platform 100', No Pump, Alum Body '_,� 229 0554269 Body Skirt Height, 18' ' 1 .r 230 0597794 Cargo Area Construction, No Pump (PAP) 1i 231 0723547 Painted Hose Bed/CargoArea 1 Color,HoseBed|n���r MatchLuwer PaintBody ' 1 232 0735580 Tumtable Swing, Lit Handrails, LS/RS, Ascend 1 TA,PAL,PAP,Handholds Color,Hmnd�N-Red - Light . � Control, Handrail Light - Body Handrail Controls Step, Flip - Flip Step, Two Step Assembly Body Handrail Finish - knurled aluminum lit 233 0892656 Lights, Step (6), P25 LED, Each Side 1! . � Control, Scene Lts - ParBrake Color, Trim - Chrome Housing 234 0690023 Wall, RearSmooth Aluminum 1 235 0058049 Tow Eyes, Stainless Steel, (2), Aerial 1 236 0013639 ConotrunUon, Compt, Alum, PAP 1 237 0790983 . Compt w/No Pump, 60” Wide w/Dbl Doors, Height to Match Flat Roof Cab 1 238 0505652 Compt, LS F/H F/D, Dbl Drs, w/o Chute, w/Cond Reel, 100' PAP 1 Hinge Location - Top Door, Material & Finish, Stabilizer - Smooth aluminum painted upper body color Latch, Door, Access - SouthCo C2 chrome raised 239 0838234 SP Compt, LSTurntable, F/H RD.Lap Drs, Top Hatch Style Access LS2.1OO'PAP 1 240 0023872 Compt, IPO Stairs, Not Required, LS 1 241 0505658 Compt, RSF/H F/D.Lap Drs, w/o Chute, w/CondReel, 1OO'PAP 1 Hinge Location - Top Door, Material & Finish, Stabilizer - Smooth aluminum painted upper body color . � Latch, Door, Access - SouthCo C2 chrome raised 242 0839235 SP Compt, RSTurntable, F/H F8].Lap Drs, Top Hatch Sy|oAccess LS2.107PAP 1 243 0023873 Compt, |POStairs, Not Required, RS 1 244 0666795 Doors, Lap v/] Handles, Aluminum, Side Compartments 1 ..245 0550162 Not Raq'd.Compt Blister inFront ofRear Axle 1 246 0018820 Bumper, Rear, 5" w/Treadplate Cover, Ascendant Tandem, PAP, PAL, RMAP' 1 247 0603711 Guard, Drip Pan, SIS, Rollup Door, Aerial 'D� Qty, Door Accessory - 08 - Location, Door Guard/Drip Pan -LS1.LS3Over Wheel, LS4.LS5.RS1. RS3 Over Wheel, RS4 and RS5 �.248O003U83 . Lights, Compt,Pierce LED,Dual Light Strips,Each Side Dr,Ascend 11 ,. TA,75'HAL,PAP,HDL Qty. -11 LouoUon.CompadmenLights-AUBodyCumpts , 249 0687135 Shelf TracksUnpainted 8 Qty, Shelf Track - 08 Location, Shelf Track -LS1.LS3.LS4.LSG.RS1.RS3 RS4 and RS6 250 0631810 Shelves, Fixed, 500 Ib Capacity, Full Width/Depth, Brushed Aluminum 1 Qty, Shelf - 01 Location, Shelf -LS4.42.75^from floor 251 0838144 Shelves, Adj, 500 lb Capacity, Full Width/Half Depth, Predefined Locations 4 Qty, Shelf - 04 __ .(�/��� 1/14/2026 6:28 AM Bid #: 1411 Page 8 „ Line Option Type Option Description Qty 251 .Location, Shelf - RS1 lower third, RS1 upper third, RS3 centered, RS4 centered Location - RS1 lower third, RS1 upper third, RS3 centered, RS4 centered Material Finish, Shelf - Brushed Location, Shelves/Trays, Predefined - RS3-Centered, RS4-Centered, RS1-Lower Third and RS1-Upper Third 252 0709692 Tray, 215 Ib, Tilt/Slide-Out, 30 Deg, Adj, Predefined Locations Qty, Tray (slide -out) - 01 Location, Shelves/Trays, Predefined - LS1-Centered Material Finish, Tray Brushed Tray, 215 Ib, Tilt/Slide-Out, 30 Deg, Adj, 1/2 Trans Location - RS6 upper, rear of partition Qty, Tray (slide -out) - 01 254 0738546 SP Tray, 215 Ib, Tilt/Slide-out, 15 Deg, Adj, 3/4 Trans •::::, Location - LS3, rear of partition, 62" deep (as deep as possible to not interfere with standard shelf on RS of transverse compt) Qty, Tray (slide -out) - 01 Tray, Floor Mounted, Utility, One Way Slide -Out, 5001b, 3" Sides, 1/2 Trans Qty, - 01 location - above LS6 floor extension, in between forward partition and rear floor mounted slide tray Material Finish, Tray - DA Finish Tray, Floor Mounted, Slide -Out, 5001b, 2.00" Sides, 2G Aerial Qty, - 07 Location, Tray Slide -Out, Floor Mounted - RS1, RS4, LS1, LS4, LS6, LS6 - Right of Partition and RS6 - Left of Partition Material Finish, Tray - Brushed Cabinet, Drawer Assembly, CTECH, Four Drawers, Up To 36" Wide, 24" Deep Qty, - 01 Location - floor of RS1, full width Size, Drawer Height 1 (Top) - 2.00" Size, Drawer Height 2 - 3.75" Size, Drawer Height 3 - 3.75" Size, Drawer Height 4 - 3.75" 258 0607733 SP Toolboard, Slide -out, Alum, .188", Peg Board, Size Size - 36" Qty - 1 Mounting, Toolboard - Adjustable side -side Hole Diameter, Pegboard/Toolboard - .203" diameter Finish, Pegboard/Toolboard - Brushed Finish Location, Partition/Toolboard, Predefined - LS4 - Centered 259 0648483 Toolboard, Alum, Adj, Added to 1/2 Transverse Slide -Out Tray Finish - Brushed location - LS6, above floor extension, forward slide tray Qty -1 260 0726457 Partition, Vertical Compt, Predefined Locations Qty, Partition - 02 Location, Partition/Toolboard, Predefined - LS3- 26.00" From Forward Door Frame and RS3- 16.00" From Forward Door Frame Material Finish, Partition - Brushed 261 0726403 Partition, Vertical Compt, Special Height Qty, Partition - 01 Fill in Blank - 36" height of the lower Location - lower LS4, 19.5" from LS4 forward wall, floor to fixed shelf Material Finish, Partition - Brushed 262 0726429 Partition, Vertical Compt, Transverse Compt, Aerials/HDRs Qty, Partition - 01 Location - 11" from forward wall, LS6/RS6 (or enough to fit pike tubes forward of the partition) 263 0539811 Box, Poly Tool Location - LS3, in between air bag rack and 3/4 tilt/slide Qty, Comp. Accessory - 02 Color - 1) black Length - 24.00" Width - 18.00" 253 0510777 255 0646559 256 0603763 257 0725635 1 1 1 7 1 1 1 2 1 1 2 1/14/2026 6:28 AM Bid #: 1411 Page 9 Line Option Type Option Description Qty 263 264 0033909 265 0054014 Depth - 8.00" Compt, Transverse Over Torque Box, PAP Location - LS3/RS3 and LS4/RS4 Qty, Comp. Accessory - 02 Floor, Aluminum Treadplate, Angled for Cribbing Location - LS3, Rear of partition, LS2 Qty, Comp. Accessory - 02 266 0048837 Rack, Air Bags Inside Compartment, 4 -Slot Location - forward wall of LS3 Size - left to right... (frwd to rearward) 24.5 x 20.5 x 2", 18.5x2122", 17.5 x 17.5 x 2", 13.8x13.8x2" Finish - Brushed 267 0671863 SP Rack, Poly Boxes, Compartment Location - LS3 Qty, - 02 Size - to fit two poly boxes, 18"W x 24"L x 8"D each Configuration - one above the other Floor Extension, Compartment, 1.00" Downturned Lip Location - rear of LS6 partition Qty, -1 Strap, Nylon wNelcro Location - LS3 polybox rack, to restrain polyboxes Qty, - 01 270 0004016 Rub Rail, Aluminum Extruded, Side of Body 271 0802979 Fender Crowns, Rear, S/S,Removable Fender Liner,Aerial,2G,Two Pair,Wider Than St Material Finish, Fender Liner - Painted Aluminum Lower Body 272 0802986 Compt, Air Bottle, Between Tandems, Four (4) Bottles, w/ Straps, Bolt -In, Aerial Qty, Air Bottle Comp - 2 Door Finish, Fender Compt - painted to match lower body Location, Fender Compt - LS and RS Latch, Air Bottle Compt - Southco C2 Chrome Raised, Pair Insert, Air Bottle Compt - Rubber Matting and Dura -Surf Lining Door Type - drop down with support cable 273 0804426 Compt, Air Bottle, Single, Round, Fender, Bolt -In, Tandem Aerials Qty, Air Bottle Comp - 8 Door Finish, Fender Compt - Polished Location, Fender Compt - Single (2) - LS Tandem, Single (2) - RS Tandem, Single - LS Fwd, Single - LS Rear, Single - RS Fwd and Single - RS Rear 268 0796216 269 0013202 Latch, Air Bottle Compt - Southco C2 Chrome Raised Insert, Air Bottle Compt - Rubber Matting 274 0004218 Ladder, 35' Duo -Safety 1200A 2 -Sect 2 Qty, -02 275 0010406 Ladder, 28' Duo -Safety 1200A 2 -Section 1 Qty, -1 Location, Extension Ladder - torque box 276 0024232 Ladder, 16' Duo -Safety 875A Roof 1 Qty, -1 277 0648681 Ladder, 14' Duo -Safety 875 -DR Roof 1 Qty, -01 Location - aerial fly section 278 0056478 Ladder, 14' Duo -Safety 775A Roof •1 Qty, -1 279 0521218 Not Required, Attic Extension Ladder 1 280 0004246 Ladder, 10' Duo -Safety Folding, 585A 1 Qty, - 01 Location, Folding Ladder Aerial - torque box 281 0651834 Ladders Stored Torq Box,Lift Dr Past 90,w/Anti-Migration Plate,AscendTA,PAUPAP 1 282 0602108 Lights, Torque Box Ladder Storage, Truck -Lite 40227C 21ts, Incd, Round 4" 1 283 0658170 Ladders, Nested, Right Side Ground Ladder Storage 1 1/14/2026 6:28 AM Bid #: 1411 Page 10 Line Option Type Option Description Qty 284 0807601 285 0816914 .: -- 286 0816920 Backboard Storage, Rack, Inside Trans Compartment Qty, Backboard Storage - 03 Backboards Access, Backboard/Stokes/Long Tool Compt - Both Location Within Compartment - horizontally on ceiling of LS6/RS6 Location, Compartment, Predefined - LS6 and RS6 Size, Backboard, Predefined - 88" L x 13"W x 12"H Configuration, BB/Stokes/LG - Horizontal Pike Pole, 12', Provided by Fire Department, NFPA/ULC 2024 Qty, - 02 Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook, RH- 1 12 Pike Pole, Provided by Fire Department, NFPA/ULC 2024 2 Qty, - 02 Pike Pole Make/Model - Fire Hooks Unlimited 8' Roof Hook .287 0816918 .. Pike Pole, 6', Provided by Fire Department, NFPA/ULC 2024 4 Qty, - 04 Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook, RH-6 288 0816916 Pike Pole, 3', Provided by Fire Department, NFPA/ULC 2024 4 Qty, 04 Pike Pole Make/Model - Fire Hooks Unlimited NHFG-40" with D Handle 289 0770464 Trough, S/S, Torque Box/Ladder Storage, D -Handled Pike Pole/Trash Hooks 1 Qty, - 01 Pike Pole Make/Model Predefined - Duo -Safety 6' Pike Pole D Handle 290 0770578 Pike Pole Tubes, in Torque Box/Ladder Storage, ABS 6 Qty, - 06 291 0591519 Tubes, Alum, Pike Pole Storage, Location FIB 4 Location - Horizontal on the frwd wall of the trans LS6/RS6 compt, between the frwd wall & partition, match the compt interior. Two hooks will be removed from the DS, two hooks removed from the PS. Cotter pins will retain the poles Qty, Pike Pole Tubes - 04 292 0024388 No Steps Required, Front Of Body 1 293 0005080 Reducer, 2.50" FNST x 1.50" MNST, w/Cap 2 Qty, Adapter for Outlets - 02 Location, Adapter(s) - on the PS 2.5 VUM discharges 294 0887754 Air Horns, (2) Hadley, Rectangular Bell, Through Underslung Bumper Flange 1 295 0606835 Location, Air Horns, Bumper, Each Side, Outside Frame, Outboard (Pos #1 & #7) 1 296 0757092 Control, Air Horn, Multi Select 1 297 0757076 Control, Air Horn, Lanyard, RS 1 Lanyard - Plastic Coated Braided Cable 298 0757084 Control, Air Horn, Horn Ring 1 299 0835902 Siren, Code 3 3692S, 100/200 Watt 1 300 0510206 Location, Elect Siren, Recessed Overhead In Console 1 Location, Elec Siren - Overhead, DS Center Sw Pnl 301 0748306 Control, Elec Siren, Multi Select 1 302 0805709 Control, Elec Siren, Horn Ring, Interlock 1 Control, Interlocks - No Interlocks • ` .303 0791125 ' Speaker, (1) Code 3, C3100 Series, Mounted Behind Bumper, 100 watt 1 Connection, Speaker - siren head 304 0557994 Location, Behind Front Bumper 1 Location, - driver's side 305 0895310 Siren, Federal Q2B 1 Finish, Q2B Siren - Chrome 306 0630659 . Siren, Mechanical, Mounted Above Deckplate, Under Slung Bumper 1 Location, Siren, Mech - b) right 307 0748305 Control, Mech Siren, Multi Select 1 308 0748282 Control Mech Siren, Ft Sw LS 1 309 0895055 Control Mech Siren, Ft Sw RS, Interlock 1 Control, Interlocks - Prk Brk Released 310 0748280 Control Mech Siren, Horn Ring 1 311 0740391 Sw, Siren Brake, Momentary Chrome Push Button, RS 1 312 0740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw Pnl 1 313 0811625 Control System, Supplier Based, Electrical Win CenCom Core C399 HW CCCo 1 1/14/2026 6:28 AM Bid #: 1411 Page 11 Line Option Type Option Description Qty 314 0824788 Not Required 1 •` 315 0746353 Not Required, Warning Lights Intensity 1 316 0724188 ^ Lightbar,Win, Fndm|V'WC%F4M|N|.2'21.Sr.RRVVRRRRVVRR.PC, CCCo 1 • Filter, WhFreedom Ltbrs - No Filters 317 0818860 Lights, Frn2nUpr,Pbborm.Win, M8° LED.4Ito `1 . Location, Lights - 2 facing forward, 2 low and centered on the sides of the bucket Color, Lens, LED's - c)clear � !, Color, Lt DS Fmt Outside - Red ^^' Color,L1P8Outside-Rad � �! Frnt Color, Lt DS FronInside - Red � ^ +^ Color, Lt PS FronInside - Red Color, Trim - Chrome Trim `l'3180887345Lightbem.Win, Freedom NuWCXF4N\|N|.2-21.5",RRVVRRRRVVRR.CCCo ' 1) Lightbar Location, Cab/Crew Cab - c)over the cab doors Filter, Whi Freedom Ltbrs - No Filters . 319 0731884 Lights, FronZone, Win MG°*S\ Q Beze4LtuCCCo 1 Color, LensLED's - Clear Color, LtDGFrn Outside - Left Red /`' Color, Lt PS Frnt Outside - Right Red Color, Lt DS FronInside - Left Red Color, Lt P5 FrontInside ' Right Red Color, Q Bezeand Trim - Polished Chrome .. � 320 0818269 SP Light, Front, Win VVX223OF.Lower QNMt, CCCo 1� LED 1-Red8Nh LED 2-Red8Nh LED 3 - Red/Wht LED 4-Rod/WhL LED 5-Rad8Nht LED 6 - Red/Wht 321 0653837 Flasher, HeadHght Alternating 1 Headit flash dehigh beam 322 0895940 Lights, Side Zone Lower, Win, Separated into Front, Middle, Rear 1 ' 323 0804494 Lights, Side Zone Lower Front, Win M6D# DUO, CCCo 1 Location, Lights Front Side - b)each side bumper Color, Trim - Chrome Trim Cu|or, Lt Side Frnt RS Cmb - Red and White Color, Lt Side Frnt LS Cmb - Red and White 324 0804496 Lights, Side Zone Lower Middle, Win M6D# DUO, CCC0 1. Location, Lights Mid Side - Rearward of Crew Cab Doors Color, Trim - Chrome Trim Color, Lt Side Mid LS Cmb - Red and White Color, Lt Side Mid RS Cmb - Red and White 325 0807294 Lights, Side Zone Lower Rear, WIn M6V2**, CCCo 1 Color, Lens, LED's - Clear Control, Scene Lts - Cab Sw Panel DS and Directional Light - Respective Location, Lights Rear Side - Centered Above Rear Wheels Color, Trim - Chrome Trim Color, Lt Side Rear PS - Right Red Color, Lt Side Rear DS - Left Red ' .328 0896818 . Lights, Door Interior Flash, 4 Dr CabWeldon 8401-0000-20 Strip Light 1! �-;� Control,DoorkdF�oh None(Duo�on�) �- Location, Light, Door Int Flash - Low and Outside 327 :0895060 Lights, Door Interior Flash, 4 Dr CabWin PSSEQACR Strip Light 1. Color, Trim - Chrome Trim Control, Door Int Flash - None (Doors only) Location, Door ILow and Outside 328 0815847 Connectors, Door Interior Flash, AH Cabs, Weatherproof 1 329 0803815 SP Lights, Side, Win M9D# DUO, CCCo1st 2 Location - TBD Qty. -02 Co|or, Lights, Warning - Red and White Control, Light - f) emerg master Color, Trim - Chrome Trim ` ���� ~/• < `�. • 1/14/2026 6:28 AM Bid #: 1411 Page 12 Line Option Type Option Description Qty 330 0807350 Lights, Side, Win M6D# DUO, CCCo, 1st 4 Location - a pair rear of the crew cab door inline with the side warning light on the front bumper. Put the second pair on the front bumper on the angled portion. Match J#33243 Qty, - 04 Color, Lights, Warning - Red and White Control, Light - f) emerg master Color, Trim - Chrome Trim 331 .0808641 SP Lights, Side, WIn WIONSM#* Split Mtd/Rec in Rub Rail, 1st CCCo 6 Location, Lights - Center of each rub rail Total 6 Qty, - 06 Color, Lt Side Split - Red and White Color, Lt Housing - Chrome 332 0808594 Lights, Rear Zn Lwr, Win M6D# DUO, For Tail Lt Housing, CCCo 1 Color, Lt DS Rear Splt - Red and Blue Color, Lt PS Rear Splt - Red and Blue 333 0727950 Lights, Rear Zone Up, Win L31 H*F Beacon, M6*CS Rr 4lts, CCCo 1 Color, Lts, Rear Zone Upper - r)red Color, Lt, Rear Upper DS - Red Color, Lt, Rear Upper PS - Red Color, Lt, Rear Lower DS - Amber Color, Lt, Rear Lower PS - Amber Color, Trim - Chrome Trim 334 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 335 0791501 Light, Traffic Directing, Win TAL65, 36" Long LED, Aerials 1 Activation, Traffic Dir L - Not Connected 336 0530074 Location, TDL, On Top of Body Below Turntable w/Treadplate Box 1 337 0530282 Location, Traf Dir Lt Controller, Overhead Switch Panel DS Right End 1 338 0006646 Electrical System, 120/240VAC, General Design 1 339 0516616 Generator, Harrison 6kW MCR Hydraulic, Hotshift PTO 1 Generator Interlocks - Parking Brake 340 0015429 Mounting, Hydraulic Generator Above Torque Box 1 Location, Generator - cargo area above torque box. 341 0016752 Starting Sw, Truck Engine Powered Gen, Cab Sw Pnl 1 342 0016757 Not Required, Remote Start, Generator 1 343 0016740 Not Required, Fuel System 1 344 0016767 Not Required, Oil Drain Extension, Generator 1 345 0036738 Circuit Breaker Panel, Included With PTO Generator 1 Location, Circuit Breaker Panel - LS4, Left Wall High 346 0044662 Door, Leave Door on Breaker Box 1 347 0016771 Not Required, Routing Exhaust, Generator 1 348 0006825 Reel, Elect Cable, Hannay, 1600, (3) Wire 2 Qty, Cord Reels - 2 Reel Guide - a) Nylatron guide Finish, Reel - Painted Gray Location, Electric Cord Reel - 2Rls in Front Stabilizer Compts 349 0006828 Cord, Electric, 10/3 Yellow, 3 Wire 2 Lengths of Elect Cord - 2 Feet of Yellow Cord - e)200 Connection, Cord - Hubbell 20A 120V Twst Lock 350 0838081 Box, Junc, Akron, 3 -Wire, 20 Amp, Configurable 2 Qty, - 02 Receptacle and Plug AC - JB NEMA 5-20, 20 amp, 120 volt SB, Single Recpt Connection, Electric Plug / Inlet (Male) - JB NEMA L5-20, 20 amp, 120 volt TL Plug Receptacle and Plug AC 2 - JB NEMA 5-20, 20 amp, 120 volt SB, Single Recpt Receptacle and Plug AC 3 - JB NEMA L5-20, 20 amp, 120 volt TL, Single Recpt Receptacle and Plug AC 4 - JB NEMA L5-20, 20 amp, 120 volt TL, Single Recpt 351 0780360 Receptacle Strip, 20A 120V 6 -Place, Interior Cab 1 Qty, - 1 Location 1 - behind driver's seat 1/14/2026 6:28 AM Bid #: 1411 Page 13 Line Option 351. 352 0652605 353 0649753 354 0784643 355 0000038 356 0762413 .. 357 0680822 . 358 0804205 .:359 0526885; • 360 0688232 :361 0623645 •362 0753191 -! .. 363 0804518 364 0740378 365 0614100 366 0728977 367 0600934 368 0677439 369 0754365 370 0673251 371 0633318 372 0673222 373 0747920 374 0601972 375 0601949 Type Option Description AC Power Source - Gen to Shoreline Transfer Switch Brand, Hydraulic Tool System, Hurst eDraulic Not Required, PTO Driven Hydraulic Tool System Aerial, 100' Pierce Platform, 35 MPH Wind Rating, 4001b Tip Load Allowance Boom Support, Recessed in Compt IPO Pump Light, Boom Support, Amdor AY-LB-12HW012, 12" LED Boom Panel, Not Required Lights, Aerial Boom Panel, Amdor AY-LB-12H*0** Full Length Qty, - 02 Color, Light,One - White Steady Control, Scene Lts - Cab Sw Panel DS, Park Brake and Aerial master Location, 12/24 Volt Lights - LS of Aerial Boom and RS of Aerial Boom Indicator, Extension, Inside and Outside Handrails, Every 10' Color - 2) red Rung Covers, Aerial Device Rung Cover Color - Safety Yellow Aerial Stability Test, Maximum Tip Options SP Eyelet, Rope Tie Off, Aerial Base Cross Tube, 100' PAP, ASL SP Box,Stokes/Misc Storage,w/Cover,Base Section,Adjacent to Boom Panel, w/Door Sw Finish - Painted, Job Color Latch, Door, Storage - Butterfly Latch, Pair Location, Aerial Device - right side Louvers - no louvers Size, Stokes Basket, Predefined - 85"L x 24"W x 10"H Size, Stokes Box - 90"L x 26.50"H x 11.25"W SP Scuffplate, Front and Rear Corners of Stokes Box Qty, - 02 Finish - Polished Stainless SP Brackets Only, Roof Ladder/Pike Pole, Special Mounting, LS Aerial Fly Section Roof Ladder, Make/Model - 14' Duo -Safety 875 -DR Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook RH-8 Box,Stokes/Lyfe Bracket,w/Cover,Base Section,In Place of Boom Panel,w/Door Sw Finish - Painted, Job Color Latch, Door, Storage - Butterfly Latch, Pair Location, Aerial Device - left side Louvers - no louvers Size, Stokes Basket, Predefined - 85"L x 24"W x 10"H Basket, PAP, Wide Aerial Basket Latch - LyfeLatch Box, Hose Storage, Platform Qty, - 02 Latch, Door, Storage - Butterfly Latch Location, Aerial Basket - each side Cover - cover Hose Size, Hosebox - 100' of 1.75" Cover, MUX Display, Platform Latch, Door, Storage - Southco 97 Draw Latch Stainless Steel Material - Stainless Steel, Brushed Scuffplate, Front Basket Comers Material Trim/Scuffplate - c) S/S, Polished SP Box, Miscellaneous Storage, Platform Qty, - 01 Size - 8.5" x 8.5" x 25" tall Make/Model - Amerex Model 240, 2.5 gallon water can Latch, Door, Storage - Butterfly Latch Location, Aerial Basket - left Cover - cover Scuffplate, Top Edge of Basket Material Trim/Scuffplate - c) S/S, Polished SP Brackets Only, Ziamatic MB-3PBA, PAP, 100AAT Qty, - 01 Lights, Turntable Walkway, P25, LED Light, Turntable Console, TecNiq T-10, LED Strip Light Qty 1 1 1 1 1 1 1 1 1 1 1/14/2026 6:28 AM Bid #: 1411 Page 14 Line Option Type Option Description Qty 376 0682164 Cover, Around Aerial Rotation Bearing 1 Material - treadplate 377 0732760 Basket Heat Shields, 100' PAP 1 378 0508717 Control Stations, 100' PAP, Color Display 1 379 0680909 Stabilizers, Two Sets, PAP, Split Pan 1 Material, Stabilizer Pad - Composite 380 0728961 Stabilizer Pan Material . 1 Stabilizer Panels - polished stainless steel 381 0530819 Not Required, Aerial Stabilizer Pins 1 382 0809974 Door, Stabilizer Control Box, MUX Aerials 1 Latch, Door, Storage - Southco C2 Chrome Raised Hinge Location - Outboard Door, Material & Finish, Stabilizer - Smooth aluminum . 383 0615057 Stabilizer Placement, Cameras w/Command Zone Color Display, 2 Sets 1 384 0540495 Pads, Stabilizer, Modified to Slide On 1 Stabilizer Pads, Modify - 4 stabilizers 385 0596621 Hydraulic System, 100' PAP 1 386 0061893 Swivels, w/Encoder, PAUPAP, 36 Collector Rings 1 387 0784656 Electrical System, D Series, 100' PAP 1 388 0804781 Aerial Scene Lts Separated into Aerial Tip Category and Aerial Tracking Category 1 389 0812506 SP Lights, Tip, Win P*H2*, Front of Baskett It, Control Feature 1 Color, Win Lt Housing - Black Paint Scene Light Optics - Flood/Spot Mount, Win 11 - Universal Bail P**2 Control, Tip Lts - LS Cab, RS Cab and Tracking Lights 390 0802753 Lights, Tracking, Win MP** LED, 21ts 1 Location, Sw, Arl DC Lts - Pltfm/Tip, TrnTbl & LS Cab Color, Win Lt Housing - White Paint Scene Lt Optics LH Base - Left Wide Flood Scene Lt Optics RH Base - Right Wide Flood Mount, Win II - Universal Bail MP** 391 0653737 Lighting, Rung, LED, TecNiq, 3 Section, Base, Mid, Fly 1 Control, Aerial Rung Lighting - Aerial Master Color, Lt Aerial Fly Sect - Red Color, Lt Aerial Base Sect - Blue Color, Lt Aerial Mid Sect - White 392 0825327 SP Lights, Stabilizer Warn (2) Sets, Win M6D# DUO, CCCo 1 Color, Trim - Chrome Trim Color, Lt Stabilzr Pan, LS Frt Cmb - Red and Amber Color, Lt Stabilzr Pan, LS Rr Cmb - Red and Blue Color, Lt Stabilzr Pan, RS Rr Cmb - Red and Blue Color, Lt Stabilzr Pan, RS Frt Cmb - Red and Amber 393 0068701 Lights, Grote Supernova LED, Stabilizer Beam, (2) Sets 1 394 0762388 Lights, Stabilizer Scene, (2) sets, Amdor AY-LB-12HW012, LED 1 395 0016930 120 Volt To Tip, 20 Amp L5-20, Twistlock 2Rec PAP 1 396 0662114 Light, Win PCP2AC, 120 Volt Under Basket, PAP 2 Qty, - 02 Location, Sw, Arl AC Lts - M)2 Pos Location, Plat/Tip AC Lts - J) Under DS/PS Down Color, Win Lt Housing - Black Paint 397 0016924 Intercom, 2 -Way Atkinson (PAP) 1 398 0540918 Not Required, Breathing Air to Tip, Aerial Platform 1 399 0024742 Not Required, Mask, Breathing Air To Tip 1 400 0126600 Raised Pedestal, 3.00", Rear Mount Aerials, Velocity, Impel, Enf 1 401 0540605 Lyfe Brackets, 3 -In -1, Used w/Duo-Safety 875 Ladders ONLY, Wide Basket 1 Width - 19.00" 402 0791128 Hitch Receiver, 10,000 Ib, LS/RS, Under Body Sides, Ascendant TA, PAP/PAL 1 403 0530828 Tumtable Access, Chains 1 404 0016950 Waterway, 100' PAP 1 405 0730399 Valves, (2) TFT VUM (Valve Under Monitor), Manual 1 406 0683561 Monitors, (2), TFT Monsoon, Y4-EPIA-P Electric, (Use w/ VUM) 1 Nozzle, Monitor 1, PAP - TFT M-ERP2000 Electric 2000 gpm Nozzle, Monitor 2, PAP - TFT YST-4NN Tips 1/14/2026 6:28 AM Bid #: 1411 Page 15 Line Option Type Option Description Qty 407 0086971 408 0026952 409 0047897 410 0559491 411 0007150 412 0816498 413.0816939 . 414 0816937 415 0765595 416 0007482 417 0007484 418 0816998 419 0817000 420 0007494 421 0741569 422 0709846 423 0709845 424 0646901 425 0693798 426 0836681 427 0733739 428 0007234 429 0792638 430 0544087 431 0510041 432 0583454 433 0598714 434 0027341 435 0679885 436 0567374 437 0087355 Flowmeter, Waterway, MUX, PAP Inlet, 5.00" at Rear w/o Midship Pump, Ascendant Tandem, PAP, PAL, 75' HDL Tools, Aerial Manuals and Training, 3 Consecutive Days, Platform, English Bag of Nuts and Bolts Qty, Bag Nuts and Bolts -1 NFPA Required Loose Equipment, Aerial, NFPA/ULC 2024, Provided by Fire Dept Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department Extinguisher, 2.5 Gal. Pressurized Water, NFPA/ULC 2024, Provided by Fire Dept Ladder Belts, Aerial Safety Belt, Large/XL - (2) two Large/XL (34"-42" waist) Safety Belt, Small/Medium - 0) small/medium (26"-34" waist) Safety Belt, XXL - (2) two XXL (42"-50" waist) Not Required, Crowbars Not Required, Claw Tools Axe, Flathead, Provided by Fire Department Axe, Pickhead, Provided by Fire Department Not Required, Sledgehammers Paint Process / Environmental Requirements, Appleton Paint, Two -Tone Color, Velocity/Impel Paint Color, Upper Area, Predefined - #101 Black Shield, Cab - No Shield Paint Color, Lower Area, Predefined - #90 Red Paint Break, Cab - Special Two -Tone Cab Break at Roof Paint, Single Color, Body Paint, Body - Match Lower Cab Paint Chassis Frame Assy, With Liner, E -Coat, Standard Paint Color, Frame Assembly, Predefined - Standard Black Paint, Front Wheels 1 Paint, Wheels - Black #101 Paint, Rear Wheels, Tandem Axle, Aluminum T3, Alcoa 1 Paint, Wheels - Black #101 Paint, Axle Hubs 1 Paint, Axle Hub - Black #101 Compartment, Unpainted, D/A Finished 1 Aerial Platform Paint 1 Paint Color, Aerial Device - Black 101 Paint Color, Tumtable - Black 101 Paint Color, Boom Support - gloss black primer Paint Color, Cylinders - red 90 Paint Color, Aerial Torque Box - gloss black primer Paint Color, Aerial Stabilizers - black 101 Paint Color, Aerial Basket - black 101 Paint Color, Aerial Rotation Motor - Red 90 Paint Color, Aerial Control Console - red 90 Reflective Band, 6" Color, Reflect Band - A - a) white Reflective across Cab Face, ImpNel 1 Stripe, Chevron, Rear, Diamond Grade, Aerial Color, Rear Chevron DG - fluorescent yellow green Stripe, Reflective/Diamond Grade, Chevron Stripes, Four (4) Stabilizers 1 Color, Reflect Band - A - g) yellow Color, Reflect Chev - A - c) ruby red Size, Stripe - a) 4.00" Jog, In Reflective Stripe, Single or Multiple 1 Qty, -1 Stripe, Sign Gold Outline Above & Below Reflective Band 1 Qty, - 01 Stripe, Black Outline each Chevron Stripe @ Rear (Not Warranted) 1 Stripe, Reflective, 6" Inside Compt Door 2 1 1 1 1 1 1 Location - each exterior access EMS compt door Color, Reflect Band - A - e) black Qty, - 02 1/14/2026 6:28 AM Bid #: 1411 Page 16 Line Option Type Option Description Qty 438 0065687 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective - e) black 439 0679822 Stripe, Sign Gold, Two -Tone Paint Break with Shield, IPO Chrome Molding 1 440 0679906 Stripe, Sign Gold, Box, Boom Sign with Scrolls, Aerial 1 441 0594559 Lettering Specifications, (Sign Gold Process) 1 442 0685932 Lettering, Sign Gold, 3.00", (41-60) 1 Outline, Lettering - Outline and Shade 443 0685730 Lettering, Sign Gold, 16.00", Each 2 Qty, Lettering - 02 Outline, Lettering - Outline and Shade 444 0686082 Lettering, Reflective, 3.00", (1-20) 1 Outline, Lettering - Outline 445 0685802 Lettering, Sign Gold, 5.00", (41-60) 1 Outline, Lettering - Outline and Shade 446 0685745 Lettering, Sign Gold, 10.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline and Shade 447 0685732 Lettering, Sign Gold, 14.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline and Shade 448 0776253 SP Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair 1 Qty, - 1 449 0067642 SP Emblem, Comer Scroll, Sign Gold, Pair 2 Qty, - 02 Location, Emblem - boom panels 450 0632430 SP Emblem, Helmet Logo w/Sign Gold Lettering America's Bravest 1 Qty, - 1 Location, Emblem - D1/P1 (Match J#31978) 451 0755303 Artwork File, Provided on Custom USB Drive 1 452 0657001 SP Emblem, Reflective, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - cab doors Size, Dept Seal, Reflect - 12" - 14" 453 0695610 Emblem, Reflective, Per Dept. Submittal, Each 3 Qty, - 03 Location, Emblem - basket sides & rear Size, Dept Seal, Reflect - 26" - 28" 454 0654570 Emblem, Vinyl, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - Crew cab doors Size, Dept Seal, Vinyl - 10"-12" 455 0769765 Lettering, Numerals, Grille, Painted w/ Outline (2) 1 456 0000000 STF Department Contigency Fund 1 456 0000000 STF Equipment Mounting 1 457 0772003 Manual, Fire Apparatus Parts, USB Flash Drive, Custom 1 Qty, - 01 458 0772037 Manual, Chassis Service, USB Flash Drive, Custom 1 Qty, - 01 459 0773381 Manual, Chassis Operation, (1) USB Flash Drive, Custom, English 1 460 0030008 Warranty, Basic, 1 Year, Apparatus, WA0008 1 461 0611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 1 462 0696698 Warranty, Engine, Cummins, 5 Year, WA0181 1 463 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1 464 0595767 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 1 465 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 1 466 0644874 Warranty, Axle, 3 Year, TAK-4, IRS, WA0249 1 467 0652758 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 1 468 0019914 Warranty, Structure, 10 Year, Custom Cab, WA0012 1 469 0744240 Warranty, Paint, 10 Year, Cab, Pro -Rate, WA0055 1 470 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 1 471 0695416 Warranty, Pierce Camera System, WA0188 1 472 0647720 Warranty, Pierce LED Strip Lights, WA0203 1 473 0046369 Warranty, 5 -year EVS Transmission, Standard Custom, WA0187 1 1/14/2026 6:28 AM Bid #: 1411 Page 17 Line Option Type Option Description Qty 474 0685945 475 0596025 476 0693127 477 0006999 478 0687388 :..479 0685727 2.480 481:0595860 482 0553455 483 0725636 484 0595820 485'0595412 486 0819254 487 0808577 488 0686786 489 0892701 490 0548950 4910548967 ,492.0667411 493 0549273 . 494 0735950 495 0545073 496 0002758 497 0799248 498 0000033 499 0000012 500 0004713 501 0046396 502 0020015 503 0755454 Warranty, Transmission Cooler, WA0216 Warranty, Structure, 10 Year, Body, WA0009 Warranty, Gortite, Roll -up Door, 6 Year, WA0190 Warranty, Structure, 20 Year, Aerial Device, WA0052 Warranty, Swivels, 5 Year, Aerial Device, WA0197 Warranty, Hydraulic System and Components, 3 Year/5 Year, WA0200 Warranty, Waterway, 10 Year, Aerial Device, WA0198 Warranty, Paint, 4 Year, Aerial Device, Pro -Rated, WA0047 Warranty, Electronics, 5 Year, MUX, WA0014 1 Warranty, Harrison Generator, 2 Year 11 Warranty, Paint, 10 Year, Body, Pro -Rate, WA0057 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 Certification, Vehicle Stability, CD0196 Certification, Engine Installation, Velocity, Cummins X15, 2027 Certification, Power Steering, CD0098 Certification, Cab Integrity, ImpelNelocity FR, CD0190 Certification, Cab Door Durability, Velocity/Impel, CD0001 Certification, Windshield Wiper Durability, ImpelNelocity, CD0005 Certification, Electric Window Durability, Velocity/Impel FR, CD0004 Certification, Seat Belt Anchors and Mounting, ImpNelNel SLT, CD0018 Certification, Cab HVAC System Perf, Vel/Imp FR, CD0166/CD0168/CD0176/CD0177 Amp Draw Report, NFPA Current Edition Amp Draw, NFPA/ULC Radio Allowance Appleton/Florida BTO PAP BODY PIERCE CHASSIS ENGINE, OTHER EVS 4000 Series TRANSMISSION ABS SYSTEM AERIAL MEDIUM 1 1 1. 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1/14/2026 6:28 AM Bid #: 1411 Page 18 Customer: Representative Organization: Clearwater Bouwer, Dustin Ten -8 Fire & Safety Option List Requirements Manager::;::: ; Description: • 2026 Clearwater - Velocity Pumper E45 Body: Pumper, Medium, Aluminum, 2nd Gen • Chassis: Velocity Chassis (Med Block), 2010 1/14/2026 Bid Number: 1395 Job Number: Number of Units: 1 Bid Date: 11/28/2025 Stock Number: Price Level: 54 (Current: 54) Lane: Lane 1 Line Option Type Option Description Qty 1 0010012 No Boiler Plates requested 1 2 0661794 Single Source Compliance 1 3 0584456 Manufacture Location, Appleton, Wisconsin 1 4 0584452 RFP Location: Appleton, Wisconsin 1 5 0588609 Vehicle Destination, US 1 6 0520877 Comparison Report Required 1 Fill in Blank - 38965 7 0816491 Comply NFPA 1900 Changes Effective Jan 1, 2024, With Exceptions 1 8 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 1 9 0588611 Vehicle Certification, Pumper 1 10 0661778 Agency, Apparatus Certification, Pumper/Tanker, U.L. 1 11 0816495 Certification, Vehicle Inspection Program, NFPA 1900 1 12 0000114 Inspection Trip(s) 2 Qty, - 02 Fill in Blank - five (5) travel, lodging and meals for the 13 0766110 Consortium, Sourcewell 1 14 0537375 Unit of Measure, US Gallons 1 15 0030006 Bid Bond Not Requested 1 16 0816569 Performance Bond, Not Requested, PPI Terms 1 17 0000007 Approval Drawing 1 18 0002928 Electrical Diagrams 1 19 0597598 Velocity Chassis (Med Block), 2010 1 20 0000110 Wheelbase 1 Wheelbase - 184.50 inches 21 0000070 GVW Rating 1 GVW rating - 46,800 22 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/ImpNel 1 23 0020018 Frame Liner Not Req'd 1 24 0508849 Axle, Front, Oshkosh TAK-4, Non Drive, 22,800 Ib, ImpNel 1 25 0010427 Suspension, Front TAK-4, 22,800 Ib, Qtm/AXT/ImpNel/Enf/SFR 1 26 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/ImpNel/Enf 1 27 0000322 Oil Seals, Front Axle 1 28 0899438 Tires, Front, Goodyear, Armor MAX MSA, 425/65R22.50, 20 ply 1 29 0890369 Wheels, Front, 22.50" x 12.25", Steel, Hub Pilot 1 30 0530464 Axle, Rear, Meritor RS24-160, 24,000 Ib, ImpNel 1 31 0544253 Top Speed of Vehicle, 68 MPH /109 KPH 1 32 0122076 Suspen, Rear, Standens, Spring, 24,000 Ib, ImpNel 1 33 0000485 Oil Seals, Rear Axle 1 34 0585004 . Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 ply, Single 1 35 0654797 Wheels, Rear, Accuride, 22.50" x 9.00", Steel, Hub Pilot, Single 1 36 0568081 Tire Balancing, Counteract Beads 1 - 37 0620570 . Tire Pressure Monitoring, RealWheels, AirSecure, Valve Cap, Single Axle 1 Qty, Tire Pressure Ind - 6 38 0002045 Mud Flap, Front and Rear, Pierce Logo 1 39 0544802 Chocks, Wheel, SAC -44-E, Folding, (Up to 44" Diameter Tires) 1 Qty, Pair - 01 40 0544806 Mounting Brackets, Chocks, SAC -44-E, Folding, Horizontal 1 Qty, Pair - 01 Location, Wheel Chocks - Left Side Rear Tire, Forward and Rearward 41 0820509 ESC/ABS/ATC Wabco Brake System, Single Rear Axle, NFPA 1900/ULC 1 42 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1 1/14/2026 6:31 AM Bid #: 1395 Page 1 Line Option Type Option Description Qty 43 0000730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00" 1 44 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 1 45 0000785 Brake Reservoirs, Three 1 Paint Color, Air Tanks - Frame color 46 0568012 Air Dryer, Wabco System Saver 1200, Heater, 2010 1 47 0000790 Brake Lines, Nylon 1 48 0000854 Air Inlet, w/Disconnect Coupling 1 Location, Air Coupling(s) - DS Step Well, Forward Qty, Air Coupling (s) -1 49 0012034 Moisture Ejector, Manual, Remote Mounted 3 Location - Under LS3 Qty, Man. Moist Ejector - 3 50 0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle 1 51 0808533"' Engine, Cummins X10, 450 hp, 1250 lb -ft, W/OBD, EPA 2027, ImpNel 1 52 0811409 Not Required, Engine Contingency Adjustment 1 53 0001244 High Idle w/Electronic Engine, Custom 1 54'0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine 1 Switch, Engine Brake - e) Cummins Hi Med Lo Clutch, Fan, Air Actuated, Horton Drive Master 1 Air Intake, w/Ember separator, ImpNel 1 Exhaust System, Horizontal, Right Side 1 Exhaust, Diffuser - Aluminized Steel (Standard) Exhaust, Material/Finish - Aluminized Steel (Standard) Location, Diffuser Termination - Flush With Rub Rail Tip, Exhaust - Curved Down (4" exhaust only) (Premium) Radiator, ImpelNelocity 1 Cooling Hoses, Gates Silicone and Rubber Combination, Velocity 1 Radiator Coolant, Peak Final Charge Global OAT, Red 1 Fuel Tank, 75 Gallon, Left Side Fill, Qtm/AXTNeI/Imp/SFR/Enf 1 Finish - Polished Stainless 62 0001129 Lines, Fuel 1 63 0692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring Flip Door 1 Door, Material & Finish, DEF Tank - Polished Stainless Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd 1 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1 Cooler, Chassis Fuel, Not Req'd. 1 Fuel Cap Retaining Chain With Holder 1 Access, With Cab Raised, Fuel Filter and Shutoff Valves 1 Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, ImpNel/SFR/Enf 1 Transmission, Shifter, 5-Spd, Push Button, 3000 EVS 1 Transmission Oil Cooler, Modine, External 1 Mode, Downshift, Aggressive downshift to 3rd, w/engine brake, 5 speed 1 Fluid, 3000 Series Trans, Allison Approved TES -668 Synthetic, IPOS, Custom 1 Driveline, Spicer 1710 1 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1 Not Required, Steering Assist Cylinder on Front Axle 1 Steering Wheel, 4 Spoke without Controls 1 Logo/Emblem, on Dash 1 Text, Row (1) One - Clearwater Text, Row (2) Two - Fire Text, Row (3) Three - Rescue 79 0524744 Bumper, 22" Extended, Steel, Painted, ImpNel 1 80 0616489 . . Tray, Hose, Center, 22" Bumper, Inside Air Homs, 13" Deep, ImpNel 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 20) 125' of 1.75" 81 0728443 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Passenger Side Mount, Fasteners 1 Type of Fastener - 1" side release 82 0760795 SP Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, Radius Lip 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 21) 150' of 1.75" 83 0728504 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Outboard Mounted, Fasteners 1 Type of Fastener - 1" side release 55 0552334 56 0123135 57 0814375 58 0787999 59 0722487 60 0788718 61 0051125 64 0723716 65 0582243 66 0699437 67 0698720 68 0606925 69 0887559 70 0625329 71 0684459 72 0090176 73 0801878 74 0001370 75 0669988 76 0001544 77 0509230 78 0690274 1/14/2026 6:31 AM Bid #: 1395 Page 2 .Line Option Type Option Description Qty 84 0510226 Lift & Tow Package, ImpNei, AXT 1 85 0522573. Tow Hooks Not Required, Due to Lift and Tow Package 1 •86 0698960 Coating, Top Flange, Front Bumper, Outside Exterior, UL -LX Coating, Black 1 87 0668315 Cab, Velocity FR, 7010 Raised Roof 1 88 0724237 Engine Tunnel, ISL, Foil Insulation w/Mech Fasteners, ImpelNelocity FR 1 89 0818272 Cab Insulation, Extreme Climate, Foil Insulation, ImpelNelocity 1 90 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 1 91 0122465 Cab Lift, Elec/Hyd, ImpNel 1 92 0123176 Grille, Bright Finished, Front of Cab, Velocity 1 93 0752555 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each 2 Location - DS and PS EMS compartment exterior access doors Qty, - 02 Material Trim/Scuffplate - c) S/S, Polished 94 0029007 SP Scuffplates, On Rear Corners of Cab 1 Material Trim/Scuffplate - c) S/S, Polished Scuffplates, S/S At Cab Door Jambs, 4 -Door Cab 1 Material Trim/Scuffplate - c) S/S, Polished 96 0527032 Trim, S/S Band, Across Cab Face, Rect Lights, Velocity 1 Material Trim/Scuffplate - c) S/S, Polished Turnsignal Covers - No Covers 97 0015440 No Chrome Molding, On side of cab 1 98 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex 1 99 0667921 • Door, Half -Height, Velocity FR 4 -Door Cab, Raised Roof 1 Key Model, Cab Doors - 751 Cab, Exterior Door Handle, Finish - 4 -Door, Chrome/Black 100 0655511 .. Door Panel, Brushed Stainless Steel, ImpelNelocity 4 -Door Cab 1 101 .0667905 Storage Pockets w/ Elastic Cover, Recessed, Overhead, ImpelNelocity FR 1 102 0667902 Controls, Electric Windows, All Cab Doors, ImpelNelocity FR 1 103.0606691 Steps, 4 -Door Cab, Dual, 2" Larger Middle and Bottom Steps, ImpNel 1 Light, Step, Additional - P25 LED 104 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Backlit, 4 -Door Cab 1 Color, Handrail Light - Red Control, Handrail Light - Cab Switch and Parking Brake , 105 0892637 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1Lt Per Step ** 1 Color, Trim - Chrome Housing 106 0002140 Fenders, S/S on Cab 1 107 0592071 No Windows, Side of Crew Cab, Vel/Imp 1 108 0568605 Not Required, Interior Trim, No Cab Side Windows 1 109 0012090 Not Required, Windows, Front/Side of raised roof 1 110 0509286 Not Required, Windows Rear of Crew Cab, ImpNel 1 111 0558334 Not Required, Trim, Cab Rear Windows, No Rear Windows 1 112 0814268 SP Fasteners, S/S, Rain Drip, IATS 1 113 0123686 Drip Rail, Cab Roof, ImpelNelocity/Velocity SLT 1 114 0803382 SP Guard, Radiator, S/S, Below Cab Grille, Lettering, AXT/ImpNel 1 Fill in Blank-,CLEARWATER 115.0773956 Work Surface, 3/16" Alum; Full Eng Tnl, Flat, Upper Overhang, Lwr Lip,Vel/Imp FR 1 Material Finish, Cab Interior - Painted Lip -2.00" 116 0658283 Tray, Slideout, S/S, w/Sides, Locking, MDT Bracket, Officer 1 117 0748671 Cab Interior, Vinyl, Velocity FR, CARE 1 Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Black 118 0667943 Cab Interior, Paint Color, ImpelNelocity FR 1 Color, Cab Interior Paint - b) black 119 0509532 Floor, Rubber Padded Cab & Crew Cab, ImpNel 1 120 0819169 HVAC, Extreme -Duty, ImpelNelocity FR, CARE 1 Paint Color, A/C Condenser - Painted to Match Cab Roof HVAC System, Filter Access - Tool Free Panel Auxiliary Cab Heater - None 121 0639675 Sun Visor, Smoked Lexan, AXT, ImpNel, SFR/Enf 1 Sun Visor Retention - Polished S/S Bracket 122 0548173 Grab Handles, Driver and Passenger Door Post, ImpNel 1 123 0002526 Light, Engine Compt, All Custom Chassis 1 95 0002224 1/14/2026 6:31 AM Bid #: 1395 Page 3 Line Option Type Option Description . Qty 124 0122516 125 0583040 126 0622618 127 0697006 128 0696991- 129 0002517 5 130.0754652 • 131 0102783 .:x:132.0752556 133 0740001 1340649764 135 0739999 136 0651182 137 0059419 138 0566653 139 0543991 140 0690610 141 0734952 142 0678689 143 0603867 :,144 0604864 145 0627014 146 0817557 147 0647647 148 0896451 149 0631779 Fluid Check Access, ImpNel Latch, Door, Storage - Southco C2 Black Raised Frontal Impact Protection Seating Capacity, 5 Belted Seats Seat, Driver, Pierce PS6, Premium, Air Ride, High Back, Frontal Impact, PRIMARY •..Seat, Officer, Pierce PS6, Premium, Air Ride, SCBA, Frontal, PRIMARY Not Required, Radio Compartment Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, Roll, Ext Acc, ImpNel Light, Short Cabinet - Pierce, Interior, Left Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap Door, Cab Interior Cabinet - Rollup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0 -No Louvers Not Required, Seat, Rr Facing C/C, Center Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Roll, Ext Acc, ImpNel Light, Short Cabinet - Pierce, Interior, Right Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up -Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap = Door, Cab Interior Cabinet - Roilup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0 -No Louvers SP Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, SCBA, 17" Btm, SECONDARY Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY Scuffplate, Cabinet, Interior Door Pan, Cab Location - DS and PS EMS cabinets external doors Qty, - 02 Material Trim/Scuffplate - b) S/S, Brushed Guard, S/S, Roll -up Door, EMS Compartment Location - rear facing interior cabinets Qty, - 02 Upholstery, Seats In Cab, Turnout Tuff Color, Cab Interior Vinyl/Fabric - c) Black Bracket, Air Bottle, Hands -Free 11, Cab Seats Qty, - 04 Embroidery, Seats, Cab and Crew Cab Qty, Seats Embroidery - 5 Seats Door, Access, Front, (2) Rear Facing Seat Risers, No Heater Latch, Door, Storage - Southco C2 Black Raised Material Finish, Cab Interior - Black Louvers, Cabinet - 0 -No Louvers Compt, Enclose, Forward Facing Seat Riser, VEUIMP/SFR/Enf Location - under center forward facing rear crew seat Qty, -1 Seat Belt, ReadyReach Seat Belt Color - Red Seat Belt Height Adjustment, 5 Seats, ImpNel Pick Not Required, Seat Belt Color Selected in Seat Belt Category Helmet Storage, Provided by Fire Department, NFPA/ULC 2024 Lights, Dome, FRP Dual LED 4 Lts Color, Dome Lt - Red & White Color, Dome Lt BzI - Black Control, Dome Lt White - Door Switches and Lens Switch Control, Dome Lt Color - Lens Switch Enhanced Software for Cab and Crew Cab Dome Lts Light, Map, Overhead, Round Halogen, AXT/ImpNel 12vdc power from - Battery switched SP 1 1 1 1 1 1 1 1 1 1 1 1 2 2 1 4 1 1 1 1 1 1 1 1 1 1 1/14/2026 6:31 AM Bid #: 1395 Page 4 yr`'rit' , Line Qption Type Option Description Qty 150 0816997 Portable Hand Light, Provided by Fire Dept, NFPA/ULC 2024 1 151 •.0554191.: Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Tail Lights, 12v, Orange 2 Qty, Lights - 02 Location, Lights - to be installed at final inspection. wiring location to be at either side of the rear engine tunnel 152 0568369 Cab Instruments, Ivory Gauges, Chrome Bezels, ImpelNelocity 2010 1 153`0509511 Air Restriction Indicator, ImpNel, AXT, Enf MUX 1 154 0543751 Light, Do Not Move Apparatus 1 Alarm, Do Not Move Truck - Pulsing Alarm 155 0509042 Messages, Open Dr/DNMT, Color Dsply, 1 156:0611681 Switching, Cab, Membrane, ImpelNelocity, AXT WiFi MUX 1 Location, Emerg Sw Pnls - Driver's Side Overhead 157, 0555915 Wiper Control, 2 -Speed with Intermittent, MUX, ImpelNelocity 1 158 0834416. USB, Cab, 4, 12V DC, Dual USB Termination, NFPA1900/ULC 1 USB, Type - USB Combo A & C 159 0790556 Wire, CAT 6, terminated, Spare, Qty, 1st 1 Qty, - 01 Location 2 - in wrap around center console behind panel #10 Location - behind driver's seat 160 0821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900/ULC 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Butt Splice Location - behind driver's seat 161 0821674 Wiring, Spare, 60A 12V DC 1st NFPA1900/ULC 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Stud Location - behind driver's seat 162 0817967 SP Wire, 14-ga. Spare, LS Dir, RS Dir, P Brk, E Mst, 10A Batt Dir, 10A Batt Sw, Gnd 1 Qty, - 01 Location - (Traffic Preemption Wiring) over Officer head switch panel 163 0821330 Wiring, Spare, 10 A 12V DC Batt Dir 2nd NFPA1900/ULC 1 12vdc power from - Battery direct Wire termination - Butt Splice Location - behind panel location #10 in center dash extension 164 0821329 Wiring, Spare, 10 A 12V DC Batt Dir 1st NFPA1900/ULC 1 12vdc power from - Battery direct Wire termination - Butt Splice Location - PS RF interior compartment. lower outboard wall (for suction charger) 165 0583273 Wire, 18-ga. Spare, Dual Wire 1st 1 Qty, - 01 Location 2 - Behind driver's seat Location - behind panel #10 (wrap around console) 166 0566101 Recess, Dash Panel, Officer Side, Vel/Imp 1 167 0743033 Bin, Center Dash Console 1 168 0814201 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 1 System Of Measurement - US Customary 169 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 1 Subscription, HAAS R2V - R2V -10 Year Data Plan Subscription 170 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1 171 0692961 Cable, Motorola HKN6169, 17' Mobile 2 -way Radio, Remote Head 1 Location - behind driver's seat 172 0665245 Qty, - 01 Location 2 - behind panel #3 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, Remote Head Location - behind driver's seat Qty, - 01 1 1/14/2026 6:31 AM Bid #: 1395 Page 5 Line Option Type Option Description Qty 172 Location 2 - behind panel #6 .173 0835677. 174 0694166.: 175 0724766 176 0814831 177 0511071 178 0896458 179 0896456 180 0816093 181 0730603 182 0079166 183 0008621 184 0123174 185 0812586 186 0814949 187 0811943' 188 0815291 189 0811952 190 0824337 191 0804247 Install Customer Provided Multiband/GPS Antenna(s), Loc 1 Location - Match previous units and J#44547 Location 1 - Match previous units and Jff1'1547 Qty, Customer Supplied Antenna - 1 Antenna Mount, Larsen NMOKHFUDTHK, 0-6000MHz 1 Location - best roof location Qty, -01 Location 1 - Behind Driver's seat Camera, FRC, Mux, Inview360HD, SDC 1 Location, Event Button - Driver Side Dash Not Required, Camera Switcher Guard, 4 -Way, Rear Vision Camera 1 Qty, - 01 Location - above B1 compartment, please match previous Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT 1 Color, Antenna - White Antenna Module Housings - Black Housing with Power and Status Ind Prognostics, Electrical System 1 ClearSky Telematics, Remote Fleet & On -scene Management, AT&T Commercial 1 Subscription, Telematics - 8 Year Subscription Electrical System, Velocity ESP, Cummins, Paccar Batteries, (4) Stryten/Exide Grp 31, 950 CCA ea, Threaded Stud 1, Battery System, Single Start, All Custom Chassis 1 Battery Compartment, ImpNel 1 Charger, Sngl Sys, Kussmaul, Chief 091-266-12-60, 60 Amp 1 Location, Crew Cab, Charger, Forward Facing Seat Riser, Center Position 1 Panel, Remote Control, Kussmaul, Chief 091 -266 -RCP 1 Location, Cab, Ind/Remote, LS Above Wheel Well 1 Not Required, Indicator/Remote Status 1 Not Required, Location Ind/Remote 1 Shoreline, 20A 120V, Kussmaul Chf Auto Eject, 091-55-20-120, 091 -55 -266 -XX 1 Cover Color, Kussmaul Cover - b) red Shoreline Connection - battery charger and cab receptacle 192 0026800 Shoreline Location Location, Shoreline(s) - DS Extd Bumper 193 0647728 Alternator, 430 amp, Delco Remy 55SI 1 194 0676572 SP Switch, Rocker Style, Load Manager 1 195 0532857 SP Programming, Step Lights, Activated w/Prk Brk; IAT 1 196 0627524 .SP. Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear. 1 197 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi -Idle - d)High Idle disable 198 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/Enf/Imp/SabNel 1 Color, Headlight Bez - Chrome Bezel 199 0648425 . , Light, Directional, Win 600 Cmb, Cab Crn, Wrp BzI Out HD Lts, ImpNel/AXT/Qtm 1 Color, Lens, LED's - m)match LED's 200 .0620054: Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts = 201 0736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others With Visor Lt i= 202 0627282 Lights, Clearance/Marker/ID, Rear, FRP LED Bar & P25 LED 4Lts 1 :203 0804519 Lights, Tail, Win M62BTT* Red Stop/Tail & M62T* Amber Dir Arw w/Flange .1 - Color, Lens, LED's - Clear Color, Trim - Chrome Trim Flash Pattern, Directional Lts - Steady On (Arrow) 204 0805618 Lights, Backup, Win M62BU Color, Trim - Chrome Trim 205 0889577 Bracket, License Plate & Light, P25 LED, Stainless Brkt ** Color, Trim - Chrome Housing 206 0589905 Alarm, Back-up Warning, PRECO 1040 207 0817254 Lights, Perimeter Cab, Amdor AY-LB-12HWO** LED 4Dr 208 0769572 Lights, Perimeter Pump House, Amdor AY-LB-12HW020 LED 2lts 1 1 1 1 1 1 • 1/14/2026 6:31 AM Bid #: 1395 Page 6 . Line Option Type Option Description Qty 209 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Rear Step 1 Control, Perimeter Lts - DS Switch Panel, Ignition Switch, DS Directional Light to DS Side Lts and PS Directional Light to PS Side Lts 210 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt 2 Qty, Lights - 02 Location, Additional Perimeter Lights - Under Compt D1, 11t and Under Compt P1, 11t 211 0896454 Enhanced Software for Perimeter Lts 1 -212 0622040 SP Lights, Step, P25 LED 41ts, Pump Pnl Sw, Cab Sw 1 213 0619793 SP Guard, Light, Treadplate 2 Location - over the top Location, Lights - Whelen Summit body scene Qty, - 02 214 0609064 SP Trim, SS Polished Arround Recessed Light At the Rear of the Apparatus. 2 ;.i Location - DS and PS rear Qty, - 02 Light, Visor Mt, Win S72M**, 72" Cnt Feature 1 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot Lights, Win, P*H1* Pioneer, 12 VDC, 2nd Location - High and rear of PS crew door Qty, - 01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, PS and PS Flood Lts Scene Light Optics - flood Mount, Win 11 - Semi -recessed 15 deg P**1 Lights, Win, P*H1* Pioneer, 12 VDC, 1st 1 Location - High and rear of DS crew door Qty, - 01 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, DS and DS Flood Lts Scene Light Optics - flood Mount, Win 11 - Semi -recessed 15 deg P**1 218 0774017 Lights, Win, P*H1* Pioneer, 12 VDC, 3rd 2 Location - One DS and one PS rear Match 33243 Qty, - 02 Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS Scene Light Optics - Flood Mount, Win II - Semi -recessed 15 deg P**1 219 0728517 SP Lights, Win, S72M** 72" 12VDC, RS Body 1 Location - center over RS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 220 0728518 SP Lights, Win, S72M** 72" 12VDC, LS Body 1 • Location - center over LS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Win Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 221 0645668 Lights, Front of Hose Bed, Win 7000ELZR LED 1 Location - mounted high and centered on cross divider Qty, - 01 Light Guard - Without Guard Control, Hose Bed Lts - DS Pump Panel Sw Light Bracket - No Bracket 222 0645677 Lights, Not Required, Rear Work,Alt. 12 Volt Lights At Rear Body 1 223 0787447 Lights, Walk Surf, Dual LED Light Strips, Cargo Area, Bdy Stp Lt 1 224 0007883 Switch, Master, Pump Panel Lights 1 225 0060115 Pumper, Medium, Aluminum, 2nd Gen 1 215 0749399 216 0774948 217 0775524 1/14/2026 6:31 AM Bid #: 1395 Page 7 Line Option Type Option Description Qty 226 0554271 Body Skirt Height, 20" 227 0013303 Tank, Water, 500 Gallon, Poly, Med, New York Style 228 '0003405 Overflow, 4.00" Water Tank, Poly 229 0541296 SP Dome, Foam Fill, Location Location - Match 33243. On the DS front corner of upper portion of water tank 230 0010011 Fill Dome Special Location .. Location, Tank Dome - Match 33243 - in line and rearward of foam dome 231 0635329 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper 232 0553725 Restraint, Water Tank, Heavy Duty, Special Type Tank, 4x4, or Export 233 0003429 Not Required, Direct Tank Fill 234 0003424 Not Required, Dump Valve 235 0048710 Not Required, Jet Assist 236 0030007 Not Required, Dump Valve Chute 237 0514778 Not Required, Switch, Tank Dump Master 238 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height Fill in Blank - 62" Material Trim/Scuffplate - b) S/S, Brushed 239 0723545 Unpainted/Dual Action Finished Aluminum Hose Bed, 2G Pumper/Tankers 240 0003481 Hose Bed Capacity, Special Capacity, Hose Bed - 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" 241 0832691 : SP .. Divider, Hose Bed, .25" Unpainted, Special Height, Special Contour at Rear 3 Qty, Hose Bed Dividers - 3 Size - one divider 30.25" high then tapered down to 16" high starting at the rear 24" (most inboard divider) two dividers 23.25" high then tapered down to 16" high starting at the rear 24" (two outboard dividers inside of 32" divider)(Ref drawing in stage 3) Height, Hose Bed Divider - one divider 30.25" high then tapered down to 16" high starting at the rear 24" (most inboard divider) two dividers 23.25" high then tapered down to 16" high starting at the rear 24" (two outboard dividers inside of 32" divider)(Ref drawing in stage 3) 242 0824269 SP Hose Restraint, Hose Bed, Vinyl, Top, Separate from Rear, Added WebbingNelcro 1 Color, Vinyl Cover - c) black Fastener, Top Restraint, Front - Velcro Fastener, Top Restraint, Sides - Velcro Straps/Footman Loops 243 0807424 Hose Restraint, Hose Bed, Web, Rear, Separate From Top 1 Fastener, Rear Restraint, Top - Velcro Straps/Footman Loops Fastener, Rear Restraint, Bottom - Velcro Straps/Footman Loops 244 0040083 SP Divider, Unpainted, Extruded, Additional 2 Location - Install two in the center of the hose bed Match previous unit 33243 Qty, - 02 245 0817279 Extension, Over Pre -Connect, Webbing or Vinyl, Rear Hose Bed Cover 4 Qty, - 04 Dimensions - match 44547 (Engine 44 & 46) Location - DS & PS 246 0695401 Running Boards, 14.75" Deep, Rear 45 Degree Corner 1 247 0681766 Tailboard, 16" Deep, Full Width, Extended Substructure, Angled Corners 1 248 0815881 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall 1 249 0889214 Tow Eyes, w/Tow Bar, 2G Pumper ** 1 250 0590926 Hose Restraint, Running Board, Velcro Straps 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 251 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 252 0895820 Construction, Compt, Alum, 2G Pumper 1 253 0023650 LS 152" Rollup, Full Height Compts, FDLER 1 254 0063658 RS 152" Rollup, Full Height Compts, FDLER 1 255 0692733 Doors, Rollup, Gortite, Side Compartments 6 Qty, Door Accessory - 06 Color, Roll -up Door, Gortite - Painted to Match Lower Body Latch, Roll -up Door, Gortite - Non -Locking Liftbar 1 1 1 1 1 1. 1 1 1 1/14/2026 6:31 AM Bid #: 1395 Page 8 . Line Option Type Option Description Qty 256 0013671 Rear, Rollup, 30.75" F -F, 25.88" D 1 257 0692746 Door, Gortite, Rollup, Rear Compartment 1 Color, Roll -up Door, Gortite - Satin finish Latch, Roll -up Door, Gortite - Locking, 751, AXT/Qtm/Dash CF/Saber Cab 258 0554995 No Body Modification Required 1 259 0509489 Scuffplate, S/S, Rear Ladder Rack Arm 1 Location - DS Qty, Scuffplates - 01 Scuffplate, Polished S/S On Rear Outside Edge of Body 1 261 0618000 - SP Guard, S/S for "D" Latch Handle on Access Door, Each 2 Location - Each door at pump panel next to crosslays Mount on inside of slam latch so back boards cannot hit lock and unlock Qty, -02 Guard, Drip Pan, S/S, Rollup Door, Pumper 7 Qty, Door Accessory - 07 _ Location, Door Guard/Drip Pan - LS1, LS2, LS3, RS1, RS2, RS3 and B1_ Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 5 Qty, - 05 Location, Compartment Lights - LS1, LS3, RS1, RS3 and B1 Lights, Compt, Pierce, LED Light Strip, 54", Additional 2 Location, Lights - P2 and D2 mounted horizontal on ceiling Qty, - 02 265 0687135 Shelf Tracks, Unpainted 1 Qty, Shelf Track - 01 Location, Shelf Track - RS3 266 0600350 Shelves, Adj, 500 Ib Capacity, Full Width/Depth, Predefined Locations 1 Qty, Shelf - 01 Material Finish, Shelf - DA Finish Location, Shelves/Trays, Predefined - RS3-Centered 267 0726394 Partition, Trans Rear Compt, Notched 2 Qty, Partition - 02 Location, Partition - c) both sides Fill in Blank - a pike pole tube (broom storage) w/ open ends to pass through from RS1 to LS1 Location - upper/forward (of body) corner 268 0003995 Grating, Alum in Compt 1 Location - LS3 Qty, Comp. Accessory - 01 269 0820754 No Louvers, Delete Standard Compt Louvers, Per Compt, Non-NFPA 2024 1 Location - B1 Qty, Comp. Accessory - 1 270 0009729 Pac Trac, Installed on Compartment Walls 4 Location - rear upper tank wall of RS2, LS1, LS2 and LS3 Qty, Comp. Accessory - 04 271 0696950 . High Rise Pack Storage, Curved Mount, Inside Compt, Each 2 Location - RS1 Qty, Comp. Accessory - 02 Location, Bracket/comp. - Match 33243 - the mounts will be positioned 49.25" off the compartment floor to the top of curve. One (1) bracket to be 11" to center of bracket off rear wall and one (1) 31" to center off rear wall. Size - 9.25" Dimensions - 7.25" by 3" high. 272 0004016 Rub Rail, Aluminum Extruded, Side of Body 1 273 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner 1 Material Finish, Fender Liner - Painted Aluminum Lower Body 274 0519849 Not Required, Hose, Hard Suction 1 275 0621021 •. Handrails, Side Pump Panels, Per Print, Hansen Knurled Alum Tubing, LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 276 0778825 SP Handrails, Beavertail, Hansen Tubing, Knurled Aluminum, LED Backlit, RS Only 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 260 00.16023 262 0625184 263 0616670, • 264 0689538 1/14/2026 6:31 AM Bid #: 1395 Page 9 Line Option Type Option Description Qty 277 0739825 SP : Handrails, Rear, (3), (1) Above (2) Below, Hansen,Below Knurled Alum LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 278 0749600 ' ' .. SP. Compt, Air Bottle, Fender Panel, Double, Vertical, SouthCo C2 Latch Location, Bracket/comp. - RS rear fender Qty, Air Bottle Comp - 1 279 0657651 Compt, Air Bottle, Double, Fender Panel Qty, Air Bottle Comp - 2 Door Finish, Fender Compt - Polished Location, Fender Compt - Double - LS Fwd and Double - RS Fwd Latch, Air Bottle Compt - Southco C2 Chrome Raised Insert, Air Bottle Compt - Rubber Matting and W -Shaped Insert Ladder, 24' Duo -Safety 900A 2 -Section Ladder, 14' Duo -Safety 775A Roof Rack, Ladders, Hydraulic, LS, Air Clamps Ladder Rack Lock Enclosure/Light Mounting Bracket - LS Front & Rear S/S Enclosure Location, Hydraulic Ladder Rack Controls - Pump Panel Lights, Hyd Lad Rack Deployed, Truck -Lite 15**** Color, Light - Amber Flashing Color, Lens, LED's - Clear Trim, T -L 15 - Chrome 284 0733387 Ladder, 10' Duo -Safety Folding 585A 285 0761307 Mounting Clips, Folding Ladder, Hydraulic Ladder Rack Location, Folding Ladder Storage - Hydraulic Rack - Outboard 286 0024499 Arm, Rear, Offset, Hydraulic Rack 2000, Recess Light 287 0040714 SP Ladder, Mounting, 2000 Rack Special Arrangement Fill in Blank - They want the 14' ladder to load first so the first one off will be the 24'. Mount 10' folding ladder inboard of 14" ladder on surfboard bracket 288 0795582 SP Bracket, Mounting, Surf Board, Inboard of Hydraulic Ladder Rack Location - inboard of hydraulic rack similar to when HSH is mounted there .280 0004225 281 0004230 282 0028934 -283 0756375 289 0725371 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. Compt w/Door, Backboard, Over Pump Door, Material & Finish, Storage - Polished S/S Latch, Door, Storage - Southco M1 Push Close, Flush Qty, Backboard Troughs - 2 Hinge Location - Rearward Location, BB/Stokes/Long Tool Storage Over Pump - Forward, Cargo Area Access, Backboard/Stokes/Long Tool Compt - Both Size, Backboard, Predefined - 72"L x 18"W x 3"H 290 0816920 Pike Pole, Provided by Fire Department, NFPA/ULC 2024 Qty, - 01 Pike Pole Make/Model - Fire Hooks Unlimited 10' All Purpose Hook 291 .0816918. Pike Pole, 6', Provided by Fire Department, NFPA/ULC 2024 Qty, -01 Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook, RH-6 292.0784210 SP.:; Tubes, Alum, Long Tool Storage, 2.50" Diameter, Trans Through Rr Compt Location - upper front corner of B1, open ends flush with partitions for transverse pass through, per write up at final Qty, - 01 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head Location - on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes - 01 294 0785102 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident Coating, Step - luminescent Location, Steps - Full Height Right Side w/LED Light 295 0592994 Steps, Folding, Rear of Body, w/LED, Trident 1 Coating, Step - luminescent 296 0005496 Pump House, Side Control, 45" 1 297 0035501 Pump House Structure, Std Height 1 298 0004460 Pump, Waterous, CMU, 1500 GPM, Two Stage 1 293 0058193 2 1 1/14/2026 6:31 AM Bid #: 1395 Page 10 • Line Option Type Option Description Qty 299 0004482 300 0816447 301 0635600 302 0605126 303 0003148 304 0004547 305 0004485 306 0746511 Seal, Mechanical, Waterous 1 Trans, Pump, Waterous C22 Series 1 Pumping Mode, Stationary Only 1 Pump Shift, Air MnI Override, Split Shaft, Interlocked, Waterous 1 Transmission Lock-up, EVS 1 Auxiliary Cooling System 1 Transfer Valve, Electric, Waterous 1 Valve, Relief Intake, TFT 1 Pressure Setting -125 psig • 307 0826104 Controller, Pressure, FRC, Pump Boss Max, PBA500 1 Pressure Governor Throttle Control - Clockwise Pressure Governor Default Mode - RPM Setting Pressure Governor Std/Metric - Standard psi readouts Pressure Governor Transducer - Single 600 PSI Pressure Governor Alarm - NOT BE an additional alarm provided r 308.0641743 Primer, Waterous, VPO Motor, (1) VAP Valve, (1) Push Button Control 1 309 0780364 Manuals, Pump, (2) Total, Electronic Copies 1 310 0603128 Plumbing, Stainless Steel and Hose, Two Stage Pump 1 311 0795135 Plumbing, Stainless Steel, w/Foam System 1 312 0004645 Inlets, 6.00" - 1250 GPM or Larger Pump 1 313 0004646 Cap, Main Pump Inlet, Long Handle, NST, VLH 1 314 0084610 Valves, Akron 8000 series- All 1 315 0004686 Valve, Inlet(s) Recess Behind Panel, Side Cntrl 2 Qty, Inlets - 2 316 0004700 Control, Inlet, at Valve 1 317 0004660 Inlet (1), Left Side, 2.50" 1 318 0004680 Inlet, Right Side, 2.50" 1 319 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper 1 Inlet, Size - Six Drain, Suction - T Swing Handle Inlet, Front, Valve - Bray 5.00" Inlet, Front, Plumbing - Stainless Steel 320 0014823 Control, Front Inlet, Electric, w/Indicator Lights 1 321 0737987 Valve, Relief Intake, Front Inlet, TFT 1 Pressure Setting - 125 psig 322 0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain 1 Inlet, Size - 6.00" inlet Inlet Bleeder - Quarter -Turn Style Bleeder Finish, Front Inlet Elbow/Adapter - Chrome 323 0004788 Cap, Front Inlet, Long Handle, VLH 1 324 0092569 No Rear Inlet (Large Dia) Requested 1 325 0064116 No Rear Inlet Actuation Required 1 326 0092696 Not Required, Cap, Rear Inlet 1 327 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1 328 0037897 SP Front Suction, Max Clearance 1 329 0092568 No Rear Auxiliary Inlet Requested 1 330 0723049 Valve, .75" Bleeder, Aux. Side Inlet, "T" Swing Handle 1 331 0029043 Tank to Pump, (1) 3.00" Valve, 3.00" Plumbing 1 332 0004905 Outlet, Tank Fill, 1.50" 1 333 0820189 Control, Outlets, Manual, Pierce HW if applicable 1 334 0004940 Outlet, Left Side, 2.50" 2 Qty, Discharges - 02 335 0005091 • Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 336 0092570 Not Required, Outlets, Left Side Additional 1 337 0035094 Not Required, Elbow, Left Side Outlets, Additional 1 338 0004945 Outlet, Right Side, 2.50" 1 Qty, Discharges - 01 339 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 340 0092571 Not Required, Outlets, Right Side Additional 1 341 0089584 Not Required, Elbow, Right Side Outlets, Additional 1 342 0816625 Outlet, Large Diameter, Right Side, Akron Valve 1 Outlet, Large Diameter, Plumbing - 4.00" 1/14/2026 6:31 AM Bid #: 1395 Page 11 Line Option Type Option Description Qty 342 343 0005097; 344 0649939 345 063340T:::!:,:::: 346 0004995 :;1347 0820244 -• 348 0024930 349 0065696 350 0092573 351 0752097, 352 0723042 353 0091106 354 0770359 355 0029304 356 0046857 357 0723726 358 0722432 359 0723395 360 0723394 361 0029167 362 0029196 363 0591145 364 0029260 365 0750536 366 0034554 SP 367 0764515 SP 368 0015412 369 0012126 370 0552517 371 0031896 372 0005448 373 0091036 374 0091079 375 0091112 376 0746445 • 377 0035570 378 0629224 379 0721765 380 0005945 381 0586382 382 0005601 Outlet, Large Diameter, NST Adapter - 4.00" MNST Outlet, Large Diameter, Valve Actuation - Pierce Targe handwheel Elbow, Large Dia Outlet, 30 Deg, 4.00" FNST x 5.00" Storz Qty, - 01 Outlet, Front, 1.50" w/2" Plumbing Fitting, Outlet - 1.50" NST with 90 degree swivel Drain, Front Outlet - Automatic Location, Front, Single - top of left bumper Front Outlet, Raised, On a Bright Aluminum Treadplate Box Outlet, Rear, 2.50" Qty, Discharges - 02 Location, Outlet - b) left side Elbow, Rear Outlets, 2.50", Provided by Fire Department, NFPA 2024 Outlet, Rear, 1.50", Additional Location - PS Qty, Discharges - 02 Not Required, Elbow, Rear Outlets, 1.50", Additional Not Required, Outlet, Hose Bed/Running Board Tray Caps/Plugs for 1.00" to 3.00" Discharges/Inlets, Chain Valve, 0.75" Bleeder, Discharges, "T" Swing Handle Outlet, 3.00" Deluge w/TFT Extend -a -Gun XG18, Handwheel No Monitor Requested, Customer/Dealer Furnished and Installed Fill in Blank - TFT Crossfire No Nozzle Req'd Deluge Mount, For TFT Crossfire Monitor, TFT Manual Extend -A -Gun Only Speedlay Module Not Required Hose Restraint Not Required, No Speedlay Module Speedlays, Not Required Speedlays, Not Required Crosslays Sngl Sheet Unpainted, (2+) 1.50", Std. Cap Qty, Crosslays - 2 Not Required, 2.50" Crosslay Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting Qty, - 01 Not Required, Speedlays Hose Restr, Spdly, Not Required, No Spdly Crosslays, 6.00" Lower Than Standard Scuffplate, Brushed S/S, Front & Rear Wall of Crosslay Location - on the painted surfaces of the crosslays Qty, - 02 Foam Sys, Akron Eductor 3126-125 (Single Agent) Discharge - Forward crosslay Not Required, CAF Compressor Not Required, Refill, Foam Tank Demonstration, Foam System, Dealer Provided Foam Cell, 40 Gallon, Not Reduce Water Type of Foam - Class "A" Foam, Brand Name - national Drain, 1.00" Foam Tank #1 Not Required, Foam Tank #2 Not Required, Foam Tank #2 Drain Approval Dwg, Pump Operator's Panel, Includes Color And Label Tags Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg - 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 - Raised Trigger, Black Light, Pump Compt Gauges, Engine, Included With Pressure Controller Throttle, Engine, Incl'd w/Press Controller 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1/14/2026 6:31 AM Bid #: 1395 Page 12 .Line Option Type Option Description Qty : 383 0739224 Indicator Light @ Pump Panel, Throttle Ready, Incl w/Pressure Gov/Throttle,Green 1 384 0549333 Indicators, Engine, Included with Pressure Controller 1 385 0745568 Indicator Light, Pump Panel, Ok To Pump, Green 1 386 0069390 Control, Air Horn At Pmp Pnl, Red Button 1 387 .0763096 Fittings, Compression IPO PTC, All Pump Panel Gauges 1 388.0511078 Gauges, 4.00" Master, Class 1, 30"-0-600psi 1 389 0511100 Gauge, 2.00" Pressure, Class 1, 30"-0-400psi 1 390 0032297 Gauge, Flowmeter, Class 1, IAT 1 Qty, Gauges/Disc. - 01 Discharge w/Flowmeter - 4" PS LD discharge Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro, w/Remote Light Driver 1 Water Level Gauge, Win PSTANK2, LED 1 -Light, 4 -Level 2 Qty, - 02 Activation, Water Level G - pg) pump in gear • Location, Water Level Gauge, Multi -Select - Each Side Custom Cab Color, Trim - Chrome Trim 393 0604354 • Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360-A00, Class "A" 1 394 0833575 SP . Light Shield/Step 8", LED, E03 -G001-1 Grn Pmp in Gear, P25 LED Stp Lt 1 ::. 395 0751486 SP : Light Shield/Step 8", PS LED, P25 LED Stp Lt, Act w/Pump Engaged 1 396 0606694 Air Horns, (2) Hadley, 6" Round, eTone, In Bumper 1 397 0606833 • Location, Air Horns, Bumper, Each Side, Inside Frame (Pos #3 & #5) 1 398 0757092 Control, Air Horn, Multi Select 1 399 0757076 Control, Air Horn, Lanyard, RS 1 Lanyard - Plastic Coated Braided Cable 400 0757084 Control, Air Horn, Horn Ring 1 401 0835902 Siren, Code 3 3692S, 100/200 Watt 1 402 0510206 Location, Elect Siren, Recessed Overhead In Console 1 Location, Elec Siren - Overhead, PS Inside Sw Pnl 403 0748306 Control, Elec Siren, Multi Select 1 404 0805709 Control, Elec Siren, Horn Ring, Interlock 1 Control, Interlocks - No Interlocks 405 0601375 Speaker, (1) Code 3, PB100C, Chrome 1 Connection, Speaker - siren head 406 0601551 Location, Speaker, Frt Bumper, Recessed, Right Side, Outside Frame,Outbrd(Pos 1 1) 407 0895310 Siren, Federal Q2B 1 Finish, Q2B Siren - Chrome 408 0006095 Siren, Mechanical, Mounted Above Deckplate 1 Location, Siren, Mech - a) Left 409 0748305 Control, Mech Siren, Multi Select 1 410 0748280 Control Mech Siren, Horn Ring 1 411 0740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw Pnl 1 412 0740391 Sw, Siren Brake, Momentary Chrome Push Button, RS 1 413 0811625 Control System, Supplier Based, Electrical Win CenCom Core C399 HW CCCo 1 414 0824788 Not Required 1 415 0746353 Not Required, Warning Lights Intensity 1 416 0724937 • Lightbar, Win, Frdm D WCX, 72", RRRRWRWROptRWRWRRRR, CCCo 1 Opticom Priority - b) High Opticom Activation - No Switch Momentary Opticom Activation - No Activation 417 0641779 Bracket, Lightbar, Forward Offset, FR Raised Roof Cab 1 • 418 0887345 'Lightbars, Win, Freedom IV-WCXF4MINI, 2-21.5", RRWRR RRWRR, CCCo 1 Lightbar Location, Cab/Crew Cab - c)over the cab doors Filter, Whl Freedom Ltbrs - No Filters Lights, Front Zone, Win M6**S, Q Bezel 4Lts CCCo 1 Color, Lens, LED's - Clear Color, Lt DS Frnt Outside - Left Red Color, Lt PS Frnt Outside - Right Red Color, Lt DS Front Inside - Left Red Color, Lt PS Front Inside - Right Red Color, Q Bezel and Trim - Polished Chrome 420 0818269 SP Light, Front, Win WX2230F, Lower Gri Mt, CCCo 1 LED 1 - Red/Wht ".::; :a-•,.391 .0604123 392 :0750438 419 0731884 1/14/2026 6:31 AM Bid #: 1395 Page 13 Line Option Type Option Description Qty 420 LED 2 - Red/Wht LED 3 - Red/Wht LED 4 - Red/Wht LED 5 - Red/Wht LED 6 - Red/Wht 421 0895940 Lights, Side Zone Lower, Win, Separated into Front, Middle, Rear 422 0804494 Lights, Side Zone Lower Front, Win M6D# DUO, CCCo Location, Lights Front Side - b)each side bumper Color, Trim - Chrome Trim Color, Lt Side Frnt RS Cmb - Red and White Color, Lt Side Frnt LS Cmb - Red and White Lights, Side Zone Lower Middle, Win M6D# DUO, CCCo Location, Lights Mid Side - Rearward of Crew Cab Doors Color, Trim - Chrome Trim Color, Lt Side Mid LS Cmb - Red and White Color, Lt Side Mid RS Cmb - Red and White Lights, Side Zone Lower Rear, Win M6V2**, CCCo Color, Lens, LED's - Clear Control, Scene Lts - Cab Sw Panel DS and Directional Light - Respective Location, Lights Rear Side - Centered Above Rear Wheels Color, Trim - Chrome Trim Color, Lt Side Rear PS - Right Red Color, Lt Side Rear DS - Left Red 425 0890833 SP Lights, Door Interior Flash, 4 Dr Cab, (8) Weldon 8401-0000-20 Strip Lights Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Over Window and Low Door Panel 426 0895060 Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR Strip Light Color, Trim - Chrome Trim Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Low and Outside 427 0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof 428 0803815 SP Lights, Side, Win M9D# DUO, CCCo, 1st 2 Location - TBD Qty, - 02 Color, Lights, Warning - Red and White Control, Light - f) emerg master Color, Trim - Chrome Trim 429 0807350 Lights, Side, Win M6D# DUO, CCCo, 1st 4 Location - a pair rear of the crew cab door inline with the side waming light on the front bumper. Put the second pair on the front bumper on the angled portion. Match J#33243 Qty, - 04 Color, Lights, Waming - Red and White Control, Light - f) emerg master Color, Trim - Chrome Trim 430 .0808641 SP_ Lights, Side, Win WIONSM#* Split Mtd/Rec in Rub Rail, 1st CCCo Location, Lights - Center of each rub rail Total 6 Qty, - 06 Color, Lt Side Split - Red and White Color, Lt Housing - Chrome 431 0727126. Lights, Rear Zn Lwr, Win M6**S, For Tail Lt Housing CCCo Color, Lens, LED's - Clear Color, Lt DS Rear - Left Red Color, Lt PS Rear - Right Red • 432 0898488 Lights, Rear, Win M6**S LED, 1st, CCCo Location - This light will go on the inside rear portion of lift up door on B1 so that when the door is open the amber light will flash for visibility Qty, - 02 Color, Lights, Warning - Amber Flashing Control, Light - f) emerg master Color, Lens, LED's - Clear Color, Trim - Chrome Trim 433 0006700 Mtg, Lights, Recess In Rear Bulkhead (pair) Location - one (1) each side on upper corners of bulkheads Qty, Lights, Pair -1 a r; . 423 0804496. - 424 0807294 1 1/14/2026 6:31 AM Bid #: 1395 Page 14 , Line Option Type Option Description Qty - 434 0837807 SP Lights, Rear/Side Up Zone, Win M6*CS Sides, M6D# DUO Rear High Int, 4Its, 1 CCCo Color, Lt, Side Rear Upper DS - Red Color, Lt, Side Rear Upper PS - Red Color, Lt DS Rear Splt - Red and Blue Color, Lt PS Rear Splt - Red and Blue Color, Trim - Chrome Trim 435 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 t: 436 0537807 Mtg, Rear Warn Lts, Side Sheets & On Rear Bulkheads 1 437 0781579 •Receptacle, 15/20A 120V 3 -Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Cab 1 Qty, - 01 Location 1 - DS RF EMS compartment. Lower inboard corner AC Power Source - Shoreline Cover, Receptacle - Interior SS Wall Plate(s) `:.438 0519934 Not Required, Brand, Hydraulic Tool System 1 439 0007150 Bag of Nuts and Bolts 1 Qty, Bag Nuts and Bolts -1 ::-440 0816508 " NFPA Required Loose Equipment, Pumper, NFPA/ULC 2024, Provided by Fire 1 Dept 441 .0816941 , . , Soft Suction Hose, Provided by Fire Department, NFPA/ULC 2024 1 442 0027023 No Strainer Required 1 - 443 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department 1 -444 0816937 c Extinguisher, 2.5 Gal. Pressurized Water, NFPA/ULC 2024, Provided by Fire Dept 1 -: 445 0816998 Axe, Flathead, Provided by Fire Department 1 446 0817000 Axe, Pickhead, Provided by Fire Department 1 447 0741569 Paint Process / Environmental Requirements, Appleton . 1 ' 448 0709846 Paint, Two -Tone Color, Velocity/Impel 1 Paint Color, Upper Area, Predefined - #10 White Shield, Cab - High Shield-Velocity/Impel Paint Color, Lower Area, Predefined - #90 Red Paint Break, Cab - Standard Two -Tone Cab Break 449 0709845 Paint, Single Color, Body 1 Paint, Body - Match Lower Cab 450 0646897 Paint Chassis Frame Assy, E -Coat, Standard 1 Paint Color, Frame Assembly, Predefined - Standard Black 451 0693798 Paint, Front Wheels 1 Paint, Wheels - Powder Coat Black #101 452 0693793 Paint, Rear Wheels, Single Axle 1 Paint, Wheels - Powder Coat Black #101 453 0733739 Paint, Axle Hubs 1 Paint, Axle Hub - Black #101 454 0007234 Compartment, Unpainted, D/A Finished 1 455 0544087 Reflective Band, 6" 1 Color, Reflect Band - A - a) white 456 0510041 Reflective across Cab Face, ImpNel 1 457 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper 1 Color, Rear Chevron DG - yellow Jog, In Reflective Stripe, Single or Multiple 1 Qty, -1 Stripe, Sign Gold Outline Above & Below Reflective Band 1 Qty, - 01 460 0567374 Stripe, Black Outline each Chevron Stripe @ Rear (Not Warranted) 1 461 0087355 Stripe, Reflective, 6" Inside Compt Door 2 Location - each exterior access EMS compt door Color, Reflect Band - A - e) black Qty, - 02 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective - e) black Stripe, Sign Gold, Two -Tone Paint Break with Shield, IPO Chrome Molding 1 Lettering Specifications, (Sign Gold Process) 1 Lettering, Sign Gold, 3.00", (41-60) 1 Outline, Lettering - Outline and Shade 458 0027341 459 0679885 462 0065687 463 0679822 464 0594559 465 0685932 1/14/2026 6:31 AM Bid #: 1395 Page 15 Line Option Type Option Description Qty 466 0686082 467.0686084 468 0685817 469 0685732 470 0776253 :'471..0632430 472.0657001 473 0654570 ' 474 0695610 475 0769765 476 0000000 477 0624039 478 0624037 479 0772060 480 0030008 481 0611136 482 0696698 483 0684953 484 0595767 485 0595698 486 0733306 487 0652758 488 0019914 489 0744240 490 0524627 491 0744215 492 0647720 493 0046369 494 0685945 -4950688798 496 0596025 497 0693127 498 0734463 499 0648675 500 0641372 501 0595820 502 0595412 503 0819254 504 0808580 505 0686786 506 0892701 507 0548950 508 0548967 Lettering, Reflective, 3.00", (1-20) Outline, Lettering - Outline Lettering, Reflective, 3.00", Each Qty, Lettering - 04 Outline, Lettering - Outline Lettering, Sign Gold, 4.00", Each Qty, Lettering -13 Outline, Lettering - Outline and Shade Lettering, Sign Gold, 14.00", Each Qty, Lettering - 04 Outline, Lettering - Outline and Shade SP Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair Qty, - 1 SP : Emblem, Helmet Logo w/Sign Gold Lettering America's Bravest Qty, -1 Location, Emblem - D1/P1 SP Emblem, Reflective, Per Dept. Submittal, Each Qty, - 02 Location, Emblem - cab doors Size, Dept Seal, Reflect - 12" - 14" Emblem, Vinyl, Per Dept. Submittal, Each Qty, - 02 Location, Emblem - crew cab windows Size, Dept Seal, Vinyl - 13"-15" Emblem, Reflective, Per Dept. Submittal, Each Qty, - 01 Location, Emblem - rear roll up door Size, Dept Seal, Reflect - 22" - 24" Lettering, Numerals, Grille, Painted w/ Outline (2) STF Equipment Mounting Manual, Fire Apparatus Parts, (1) Hard Copy, (1) USB Flash Drive, Custom Manual, Chassis Service, (1) Hard Copy, One (1) USB Flash Drive, Custom Manual, Chassis Operation, (1) Hard Copy, (1) USB Flash Drive, Custom, English Warranty, Basic, 1 Year, Apparatus, WA0008 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 Warranty, Engine, Cummins, 5 Year, WA0181 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 Warranty, Axle, 3 Year, TAK-4, WA0050 Warranty, Single Axle, 5 Year, Meritor, General Service, WA0384 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 Warranty, Structure, 10 Year, Custom Cab, WA0012 Warranty, Paint, 10 Year, Cab, Pro -Rate, WA0055 Warranty, Electronics, 5 Year, MUX, WA0014 Warranty, FRC, Camera System Warranty, Pierce LED Strip Lights, WA0203 Warranty, 5 -year EVS Transmission, Standard Custom, WA0187 Warranty, Transmission Cooler, WA0216 Warranty, Water Tank, Lifetime, UPF, Poly Tank, WA0195 Warranty, Structure, 10 Year, Body, WA0009 Warranty, Gortite, Roll -up Door, 6 Year, WA0190 Warranty, Pump, Waterous, 7 Year Parts, WA0382 Warranty, 10 Year S/S Pumbing, WA0035 Warranty, Foam System, Not Available Warranty, Paint, 10 Year, Body, Pro -Rate, WA0057 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 Certification, Vehicle Stability, CD0196 Certification, Engine Installation, ImpNel, Cummins X10, 2027 Certification, Power Steering, CD0098 Certification, Cab Integrity, ImpelNelocity FR, CD0190 Certification, Cab Door Durability, Velocity/Impel, CD0001 Certification, Windshield Wiper Durability, ImpelNelocity, CD0005 1 4' 13 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1/14/2026 6:31 AM Bid #: 1395 Page 16 Lie •Option Type Option Description Qty 509 0667411 510 0549273 511 0735950 512 0545073 513 0002758 514 0799248 515 0000018 516 0000012 517 0004713 518 0046395 519 0020011 520 0020009 521 0028087 522 0020006 523 0020007 524 0020014 525 0020015 526 0658751 Certification, Electric Window Durability, Velocity/Impel FR, CD0004 1 Certification, Seat Belt Anchors and Mounting, ImpNeINeI SLT, CD0018 1 Certification, Cab HVAC System Perf, VeI/Imp FR, 1 C D0166/C D0168/C D0176/C D0177 Amp Draw Report, NFPA Current Edition 1 Amp Draw, NFPA/ULC Radio Allowance 1 Appleton/Florida BTO 1 PUMPER, 2ND GEN 1 PIERCE CHASSIS 1 ENGINE, OTHER 1 EVS 3000 Series TRANSMISSION 1 WATEROUS PUMP 1 POLY TANK 1 EDUCTOR FOAM SYSTEM 1 SIDE CONTROL 1 AKRON VALVES 1 FRONT SUCTION 1 ABS SYSTEM 1 PUMPER BASE 1 1/14/2026 6:31 AM Bid #: 1395 Page 17 EXHIBIT B WARRANTY 1. LIMITED WARRANTY Fire and Rescue Apparatus One (1) Year Material and Workmanship Basic Apparatus Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides; the following warranty to the Buyer . ' Coverage: Portions of the apparatus manufactured by Pierce shall be free from defects In material and workmanship Warranty Begins: The date the apparatus Is placed In service, or 60 days from the original buyer invoice date, whichever comes first. Warranty Period Ends After. Twelve (12) months. Conditions and Exclusions: See Also Paragraphs 2thru4 No specific exclusions apply This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is 4 normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0008 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly Is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY, If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. µ 1. LIMITED WARRANTY F 0 re se a Apparatus Three (3) Year Material and Workmanship Velocity and Impel Custom Chassis ,�i�ssited `1�/ Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides ' the following warranty to the Buyer. ' Coverage: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship Warranty Begins: , The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first ; } . Warranty Period Ends After: Three (3) Years, or 30,000 Miles, or 5000 Engine Hours Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty applies, where applicable, to Goldstar lamination, defroster heater coil and motor blower assembly (excluding the FET PWM module), heater, air conditioning condenser coil and fan/motor assembly, air conditioning - evaporator coil and motor blower assembly (excluding the drain pan pump and thermostat), under seat heaters coil and motor blower assembly (excluding the FET PWM module), HVAC electronic switches, HVAC hoses and hard lines, heater water valve, Pierce PS6 seat frames and hardware, Pierce One -Eleven mirrors, Pierce hands-free scba holder, cracking or color loss of roto -molded components, Meritor rear axle, Wabco ABS system, cab door handles, Standen spring suspension components, and the gauge instrument cluster. . This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/2/2015 WA0284 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to at such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Cummins Warranty Worldwide Fire Apparatus/Crash Trucks Coverage Products Warranted This Warranty applies to new diesel Engines sold by Cummins and.delivered to the first_,user,on or after --April ,1 2007,; that areused. in fire apparatus, truck and c.crash;truck* applications Worldwide. EBase'Engine Warranty *The Base Engine Warranty covers any failures of the Engine which result, under normal use and service, -from a defect in material or factory workmanship (Warrantable Failure). This Coverage begins with the sale of the' Engine by Cummins and ends five -years or 100,000 miles (160,935 kilometers), whichever occurs first, after the date of delivery of the Engine to the first user. Engine aftertreatment componentsincluded in the Cummins Critical Parts List (CPL) and marked with a Cummins .part number are covered under. Base Engine Warranty. ,. ' Additional Coverage is outlined in the Emission Warranty section. ` These Warranties are made to all Owners in the chain of distribution and Coverage continues to all subsequent Owners until the end of the periods of Coverage. -.Cummins Responsibilities Cummins will pay for all parts and labor needed to repair the damage to the Engine resulting from a Warrantable Failure. Cummins will pay for the lubricating oil, antifreeze, filter elements, belts, hoses and other maintenance items that are not reusable due to the Warrantable Failure. , Cummins will pay for reasonable labor costs for Engine removal and reinstallation when necessary to repair a Warrantable Failure. Cummins will pay reasonable costs for towing a vehicle disabled by.a Warrantable Failure to the nearest authorized repair location. In lieu of the towing expense, Cummins will pay reasonable costs for mechanics totravel .to and from the location of the vehicle, including meals, mileage and lodging when the repair is performed at the site of the failure. Owner Responsibilities Owner is responsible for the operation and maintenance of the Engine as specified in Cummins Operation and Maintenance Manuals. Owner is also responsible for providing proof that all recommended maintenance has been performed. Before the expiration of the applicable Warranty, Owner must notify a Cummins distributor, authorized dealer or other repair location approved by Cummins of any Warrantable Failure and make the Engine available for repair by such facility. Except for Engines disabled by a Warrantable Failure, Owner must also deliver the Engine to the repair facility. Service locations are listed on the Cummins Worldwide Service Locator at cummins.com. Owner is responsible for the cost of lubricating oil, antifreeze, filter elements and other maintenance items provided during Warranty repairs unless such items are not reusable due to the Warrantable Failure. Owner is responsible for communication expenses, meals, lodging and similar costs incurred as a result of a Warrantable Failure. Owner is responsible for non -Engine repairs and for "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs and other losses resulting from a Warrantable Failure. Owner is responsible for a $100 (U.S. Dollars) deductible per each service visit under this plan in the 3rd, 4th and 5th years of Base Engine Warranty. The deductible will not be charged during the first 2 years of the Base Engine Warranty. Limitations Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. This Warranty does not apply to accessories supplied by Cummins which bear the name of another company. Such non -warranted accessories include, but are not limited to: alternators, starters, fans, air conditioning compressors, clutches, filters, • transmissions, torque converters, vacuum pumps, ,. power steering pumps,fan drives and air compressors. -•Cummins branded alternators and starters are covered for .the first two years from the date of delivery,of the Engine to the first user, orthe expiration of the Base ,Engine Warranty, whichever occurs first. • Failures resulting in excessive oil consumption are not covered beyond the duration of the Coverage or 100,000 miles (160,935 kilometers) or 7,000 hours from the date of delivery of the Engine to the first user, whichever of the three occurs first. Before a claim for excessive oil consumption will be considered, Owner must submit adequate documentation to show that consumption exceeds Cummins published standards. Failures of belts and hoses supplied by Cummins are ,.not covered beyond the first year from the date of delivery of the Engine to the first user or the duration of the Warranty, whichever occurs first. Parts used to repair a Warrantable Failure may be new Cummins parts, Cummins approved rebuilt parts or repaired parts. Cummins is not responsible for failures resulting from the use of parts not approved by Cummins. A new Cummins or Cummins approved rebuilt part used to repair a Warrantable Failure assumes the identity of the part it replaced and is entitled to the remaining Coverage hereunder. Cummins Inc. reserves the right to interrogate Electronic Control Module (ECM) data for purposes of failure analysis. CUMMINS DOES NOT COVER WEAR OR WEAROUT OF COVERED PARTS. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. THIS WARRANTY AND THE EMISSION WARRANTY SET FORTH HEREINAFTER ARE THE SOLE WARRANTIES MADE BY CUMMINS IN REGARD TO THESE ENGINES. CUMMINS MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, OR OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. This_Warranty gives you specific legal rights, and you may also have other rights which vary from state to state. Emission Warranty Products Warranted This Emission Warranty applies to new Engines marketed by Cummins that are used in the United States** in vehicles designed for transporting persons or property on a street or highway. This Warranty applies to Engines delivered to the first user on or after September 1, 1992. Coverage Cummins warrants to the first user and each subsequent purchaser that the Engine is designed, built and equipped so as to conform at the time of sale by Cummins with all U.S. federal emission regulations applicable at the time of manufacture and that it is free from defects in material or factory workmanship which would cause it not to meet these regulations within the longer of the following periods: (A) Five years or 100,000 miles (160,935 kilometers) of operation, whichever occurs first, as measured from the date of delivery of the Engine to the first user or (B) The Base Engine Warranty. If the vehicle in which the Engine is installed is registered in the state of California, a separate California Emission Warranty also applies. Limitations Failures, other than those resulting from defects in material or factory workmanship, are not covered by this Warranty. Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. Cummins is not responsible for non -Engine repairs, "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs or other losses resulting from a Warrantable Failure. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. * Airport operated crash trucks and fire department operated trucks employed to respond to fires, hazardous material releases, rescue and other emergency -type situations. ** United States includes American Samoa, the Commonwealth of Northern Mariana Islands, Guam, Puerto Rico and the U.S. Virgin Islands. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. Bulletin 3381161 Printed in U.SA. Rev. 08/09 ©2001 Cummins Inc. R. H. SHEPPARD CO., INC. 101 Philadelphia St. Hanover, PA 17331 Pierce Manufacturing Inca 2600 American Drive Appleton, WI 54912 '-',LIMITED WARRANTY:The R. H. Sheppard Co. Inc., ("Sheppard") warrants all M110PKG1 and M110SAU1 steering gears` manufactured and sold to Pierce Manufacturing Inc. ("Pierce") for application on Pierce TAK-4 equipped vehicles to be free from defects of workmanship and material under normal use and service for a period of thirty six months from the in service date of the vehicle to its original owner. Vehicle applications where Sheppard product is used require an application approval before production build. If Pierce uses Sheppard product for any purpose or application which has not been approved by Sheppard in advance, including aftermarket devices (defined as a device added to the steering system directly or indirectly affecting the performance or operation of the Sheppard product in its approved application) not tested and approved by Sheppard this limited warranty SHALL NOT APPLY. AND SHALL BE VOID. SHEPPARD MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED. SHEPPARD EXPRESSLY DISCLAIMS ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR USE OR PURPOSE WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. SHEPPARD SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, SPECIAL OR INDIRECT DAMAGES OR FOR LOSS OR DAMAGE DIRECTLY OR INDIRECTLY ARISING FROM THE USE OF A PRODUCT. Pierce expressly acknowledges its obligation to inform all users (customers) of the above disclaimer. CONDITIONS: Claims under this Limited Warranty may only be made by Pierce. In no event shall Sheppard be held liable for warranty charges by unauthorized persons. No allowance will be made for repairs or alterations, unless made with the written consent of Sheppard. Authorized Pierce dealers shall be the only authorized repair facility for Sheppard products applied to Pierce vehicles. Any warrantable repair made under this Limited Warranty must be made on or before 36 months of the in-service date for the Product to which the claim relates. Sheppard shall not be liable for claims made after such date. Sheppard product fitted to Pierce vehicles that are repaired at a repair facility other than an authorized Pierce dealer within the warranty period will be considered for payment under the' guidelines of this agreement only by joint written consideration of Sheppard and Pierce warranty departments. • It shall be the responsibility of the Pierce warranty department to notify Sheppard if and when this situation occurs. Sheppard will not be held responsible for damage to other steering components such as but not limited to pumps and reservoirs due to improper adjustment of steering gear relief plungers. Vehicle downtime and towing will not be considered under warranty. REMEDIES: The sole and exclusive remedy of Pierce for Sheppard's breach of the foregoing warranty is limited to the return and repair or reimbursement as follows: R. II. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 2 Warranty'Support:.'In support•ofthe Pierce dealer network, Sheppard will provide a toll-free::; "Hotline" service to. assist in the diagnosis and troubleshooting of steering problems. The R. H Sheppard'Co., Inc. Field Service Department can be reached at 1-800-274-7437 for assistance • Sheppard' will require that Pierce dealers contact this toll-free "Hotline" for approval before product is removed from a vehicle in a warranty situation. When contacted regarding a warranty situation;:t Sheppard representative will provide an authorization number for removal of the product: This Returned Goods Authorization (RGA) number must be included in all warranty correspondence an attached to all returned goods. Procedure: In the event of a warranty situation, the servicing dealer shall contact the Sheppard Hotline and receive an RGA number before replacing any steering gear. For M110PKG1 and ._ M 110SAU 1 steering gear models, the dealer will first obtain an RGA number from Sheppard, and then order the replacement gear from Pierce. Replacement M110PKG1 and M1 IOSAU1 steering gears shall be shipped from Pierce once those models are in full production. A warranty claim for both parts and labor will then be generated by the dealer and sent to Pierce. After reviewing the claim, Pierce will submit itto Sheppard for reimbursement. Parts Reimbursement: Sheppard agrees to reimburse Pierce at Pierce's purchase price plus 30% mark-up for parts found to be defective within the warranty period. Parts being returned for warranty consideration shall be sent to the R. H. Sheppard Company, 447 E. Middle St., Hanover, PA 17331 ATTN: Warranty Dept. Sheppard's determination as to whether the part is covered by the foregoing warranty is final and conclusive. Sheppard requires the return of complete steering gears only; Individual seals replaced under warranty should not be returned unless specifically requested by Sheppard. All parts being returned for warranty consideration must be clearly tagged with all pertinent warranty information including, but not limited to (1) Returned Goods Authorization number (RGA); (2) claim number; (3) date in service; (4) date of failure; (5) mileage; (6) part number; (7) labor hours; (8) dealer labor rate and; (9) dollar amount claimed. Claims submitted without priorauthorization are subject to rejection under this agreement. Labor: Labor to repair Sheppard product found to be defective within the warranty period will be reimbursed at not more than 10 hours per vehicle. Labor shall be reimbursed at the rate of $85.00 USD per hour for MI 10PGK1 and Mi 10SAU1 steering gears. Freight: ',Pierce will collect Mi 10PGK1 and M 110SAU1 warranty material at a designated collection point: Inbound freight to the Pierce collection point will be the responsibility of Pierce: -warranty material should be returned from the Pierce collection point to R. H. Sheppard Co. Frei Collect by a Sheppard -specified common carrier based on location of the Pierce collection point. Sheppard does not require the return of failed seals. Any freight charges incurred for the return o seals will be the responsibility of Pierce. Parts returned for warranty consideration without prior: authorization are subject to rejection under this agreement and may be subject to a charge back of inbound freight charges. Parts rejected under this warranty will be returned to Pierce Freight Collect' or scrapped by Sheppard at Pierce's discretion. R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 3 Outside Purchases: :Pierce authorized dealers shall be the only outlet for repair, warranty service and parts for Sheppard products applied to Pierce vehicles. Sheppard will not be responsible for `-z-consumables such as'hoses, belts, fluids, fittings or miscellaneous shop material that may be required for the repair of the product. Warranty Documentation Warranty credit memos will be issued monthly to the Pierce Warranty -Department. Monthly credit memos will include (1) claim number; (2)•part number; (3) parts reimbursement; (4) labor reimbursement; (5) any applicable Pierce reference number and; (6) reason for rejection or acceptance of the claim. Credit memos will be issued in U.S. funds. Debits for warranty claims will not be accepted under this agreement. Claim disposition will constitute the final and conclusive resolution of warranty claims. Parts Retention: Sheppard will retain parts submitted for warranty consideration for a period of -;;- sixty (60) days for any material found to be rejected for warranty. Sheppard will notify Pierce within sixty (60) days of receipt of Sheppard's determination as to whether any such part is covered by this :warranty. Warranty reimbursement will be issued within thirty days of receipt of material at Sheppard. • Good -Will Requests: Good -Will requests will be considered jointly between Sheppard and Pierce for equitable compensation. RECALLS: Sheppard retains the right to review information regarding federal motor vehicle recall and /or product repair programs if Sheppard products fitted to Pierce vehicles are alleged to be non- compliant with federal motor vehicle safety standards. Sheppard retains the right to review any claims of product defect or non-compliance before participating in reimbursement of expenses incurred as a result of alleged non-compliance or defect of its products. Sheppard agrees to negotiate in good faith for the reimbursement of expenses incurred by Pierce for all administrative, material and labor cost and expense associated with any recall where Sheppard product is found to be defective or non-compliant with federal motor vehicle standards. MISCELLANEOUS: This writing constitutes the full complete and final statement of Sheppard's limited warranty for MI 10PKG1 and M110SAU1 products sold to Pierce. All prior oral or written correspondence, test data; negotiations, representations, understandings and the like regarding products are merged in this writing and extinguished by it. This limited warranty may not be altered, amended extended or modified except by a writing signed by the President or Vice President of Sheppard: No employee,vendor, dealer, distributor or other representative of Sheppard has authority to make statements to extend, expand, alter or amend the terms of this Limited Warranty. Sheppard expressly disclaims any statements contrary to the Limited Warranty. Sheppard's failure at any time to enforce any of the terms and conditions stated herein shall not constitute a waiver of any provisions herein. This Limited Warranty shall be governed by and construed in accordance with the laws of the Commonwealth of Pennsylvania. R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 4 trAny legal actions which may arise as a result of disputes, controversies or claims arising out of or • ,-related to this limited warranty shall be in such forum as Sheppard and Pierce shall agree, or, in the r absence of agreement; ina court of appropriate jurisdiction other than in the county in which either }- - 'party islocated. This Limited Warranty shall not be assigned by Pierce. COOPERATIVE EFFORT: Sheppard and Pierce agree to work cooperatively toward expanding • this warranty coverage to a period of sixty months from the in service date. These cooperative efforts shall focus on examining the effects of increased heat generated by 2007 model engines and its impact on the entire power steering system. '"1)L AGREEMENT: This agreement is effective April 3, 2006 and may be modified by mutual agreement between Sheppard and Pierce of a signed amendment to be attached to the original Limited. Warranty. -There are no third party beneficiaries to this Limited Warranty. This warranty agreement - , applies to Pierce authorized dealers only. It does not encompass any special arrangements that Pierce may now have or that Pierce may enter into, with any other segments of the trucking industry. This warranty agreement does not apply to non -conforming product removed at Pierce assembly plants. This Limited Warranty agreement between the R. II. Sheppard Co., Inc and Pierce Manufacturing Inc. may be terminated by either party with thirty days written notice prior to termination. Signed at Pierce Manufacturing Inc., Appleton, WI this day of , 2006. R. H.SHEPPARD CO., INC. PIERCE MANUFACTURING INC. Authorized Signature Authorized Signature • Title -I - Title 1. LIMITED WARRANTY Fire and Rescue Apparatus Lifetime Fifty (50) Year Structural Integrity Chassis Frame ;t8ti. Crossmembers crinti4Aft 9/, Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides _ ! the following warranty to the Buyer. - - - . Coverage: Custom chassis frame rail and cross members manufactured by Pierce shall be free from defects in material and workmanship - Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Fifty (50) Years - . . (Expected Life of Apparatus) Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty does not apply to damage caused by corrosion. . • • This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but In any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/16/2010 WA0038 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original pijrchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. z. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehides or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for .such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Pert? id Rescue Apparatus ,:Three (3) Year Material and Workmanship TAK-4 Independent Front Suspension odemete4 Wewtetedit Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hat, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: '; The TAK-4 Front Independent Suspension and Steering , •. Gears shall be free from defects in material and workmanship. y;i Warranty Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period Ends After. Three (3) Years or- 30,000 Miles Conditions and Exclusions: See Also . Paragraphs 2 thru 4 This limited warranty excludes brake pads, brake rotors, seal boots and shock absorbers. • r. is This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 12/16/2013 WA0050 (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE ' POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a pad of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Fire and Rescue Apparatus Three (3) Year Material and Workmanship TAK-4 Independent Rear Suspension Zaldeed " 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: The TAK4 Rear Independent Suspension and Steering Gears shall be free from defects in material and workmanship. Warranty Begins: The date of the original purchase invoice (issued when the. product ships from the factory). Warranty Period Ends After. Three (3) Years -or- 30,000 Miles Conditions and Exclusions: See Also Paragraphs 2thru4 This limited warranty excludes brake shoes, brake drums, ball joint boots and shock absorbers. This limited warranty shall apply only if the product is property maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 12/16/2013 WA0249 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specked in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW • OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (If any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY and F scum pparaths Three (3) Year Material and Workmanship Meritor Wabco ABS Brake System Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following wananty to the Buyer. Coverage: - The Meritor Wabco ABS brake system shall be covered by Meritor Wabco as indicated in the attached Meritor Wabco warranty coverage description Warranty Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period Ends After. Three (3) Year Conditions and Exclusions: See Also Paragraphs 2thru4 The exclusions listed In the attached Meritor Wabco warranty description shall apply. - This limited warranty shall apply only if the product is properly maintained in accordance with Pierces maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/25/2013 WA0232 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets' and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity Is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierces option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE,THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY.- 4. ARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a pari of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. WARRANTY MODEL YEAR 2021 VEHICLES Warranty coverage is essential to protecting your investment. But understanding the full details of your coverage can be challenging. This straightforward approach allows you, our valued customer, to better understand how your specific vehicle applications will be covered in your region. Our component warranty coverage is provided according to vocation/usage categories listed below. • Linehaul covers high mileage operation (over 60,000 miles/year) on well-maintained major highways of concrete or asphalt construction. • General Service covers moderate mileage operations (less than 60,000 miles/year) on well-maintained public roads (less than 10 percent off-road) typically with less than three (3) stops per mile. • Heavy Service (Vocational) covers vehicles with more than 10 percent off-road OR moderate to frequent starts/stops typically with more than three (3) stops per mile. • Off -Highway Service covers lower mileage operations. Vehicles are not typically licensed for highway use. Number of Years How to Read Warranty Coverage (Example) Mileage (in thousands) UnI=Unlimited P=Parts Only P&L=Parts & Labor 3 300 P • The standard aftermarket warranty for WABCO products - including WABCO Original parts, WABCO Reman Solutions, ProVia quality aftermarket parts and WABCO retrofit solutions - is one year, parts only from in-service date when purchased from ZF distributor networks or its affiliates and/or subsidiaries. WABCO WARRANTY - MODEL YEAR 2021 VEHICLES LINEHAUL/GENERAL SERVICE WARRANTY INFORMATION LINEHAUL/GENERAL SERVICE VEHICLES • Aerial Ladder Truck • Aerial Platform • Ambulance • Auto Hauler • Beverage Truck • Bulk Hauler • Chip Hauler (Truck) • Cross Country Coach • Doubles • Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Grain Hauler • Intercity Coach • Intermodal Chassis LINEHAUL TYPICALLY IS • High mileage operation (over 60,000 miles/year) • Well maintained major highways of concrete or asphalt construction • Livestock Hauler • Meat Packer • Moving Van • Municipal Truck • Pipe Hauler • Platform Auto Hauler • Pumper • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight • School Bus • Stake Truck • Tanker • Tanker Truck • Triples • Tour Bus • Wrecker GENERAL SERVICE TYPICALLY IS • Moderate mileage operations (less than 60,000 miles/year) • Well maintained public roads (less than 10% off-road) • Less than three (3) stops per mile WABCO' _ Components Air Management . Air Brake Valves _ 1/100/P&L Trailer Lift Axle Control Valve Trailer Control Line Filter' Air Compressors (ALL)2 2/200/P&L Air Dryers (ALL) Aerodynamics, OptiFlow® TrailerSkirt 3/300/P&L 2/UnU/P OptiFlow® Trailer Tail and AutoTail Braking System's ABS (Anti -Lock Braking System) Air 2/Unl/P 3/300/P&L 2/200/P&L ABS (Anti -Lock Braking System) Hydraulic Electronic Braking System (EBS) Electronic Stability Control (ESC) Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Trailer ABS (Anti -Lock Braking System)3 Driveline Suspension Control Clutch Controls Leveling Valves 1 /100/P&L OPtiRide® Automated Manual Transmission (AMT) OptiRidee Electronically Controlled Air Suspension (ECAS) 3/300/P&L W_ _ABCO Components' (cont.) Safety OnGuardACTIVE® 3/300/P&L 3/300/P&L 6/600/P : OnLane° OnLaneALERr OnSide® Trailer SafeStartTM Trailer TaiIGUARDTM Telematics TrailerCASTTM Telematics Device Wheel End Solutions ` EasyFitTM Slack Adjuster MAXXUSTM Truck Air Disc Brake 5/500/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 17 and 19 Air Disc Brake 2/UnVP and 1/Unl/L Pan 22 Air Disc Brake 5/500/P and i/L TRISTOPTM D Actuator w/ IBV or IRB 6/600/P TRISTOPTM D Actuator 3/300' UNISTOPT"" Actuator • 2/2�/P ' Trailer MA)0(22TTM Air Disc Brake 5/500/P and 1/L 1 ZF and WABCO branded components. ` WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing.' An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. HEAVY SERVICE (VOCATIONAL) WARRANTY INFORMATION HEAVY -SERVICE VEHICLES • Airport Rescue Fire: (AR • Airport Shuttle • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle. • City Bus • Commercial Pick -Up • Concrete Pumper - • Construction Material Hauler • Crash Fire Rescue (CFR) • Mixer • Demolition • Drill Rig • Dump • Emergency Service • Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration • Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler HEAVY SERVICE TYPICALLY • Michigan ;Special- • Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Newspaper Delivery Package Delivery • Pick-up and Delivery' • Rapid Intervention Vehicle (RIV) • Rear Loader • Recycling Truck • Residential Pick-Up/Waste • Rigging Truck • Roll -Off • Scrap Truck • Semi -End Dump :• Sewer/Septic Vacuum • Shuttle Bus • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • Tractor/Trailer with Jeeps • Transfer Dump • Transfer Vehicle • Transit Bus • Trolley • Utility Truck • Winch Truck IS • On/Off road vocations (10% or mo • Moderate to frequent starts/stops stops per mile re off-road) OR typically more than three (3) WAB_ CO Components'___ .Air Management Air Brake Valves 1/100/P&L 3/300/P&L Air Compressors (ALL)2 Air Dryers (ALL) Trailer Control Line Filter3 Braking Systems ABS (Anti -Lock Braking System) Air ABS (Anti -Lock Braking System) Hydraulic 2/200/P&L Electronic Braking System (EBS) 3/300/P&L 2/200/P8L Electronic Stability Control (ESC) Trailer ABS Valve3 Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Driveline Suspension Control OptiRid0 Electronically Controlled Air Suspension (ECAS) Leveling Valves 1/100/P&L Clutch Controls Safety OnGuardACTIVE3' 2/200/P&L 3/300/P&L 3/300/P&L 2/200/P OnLan0 OnLaneALERP' OnSide© Trailer SafeStartTM Trailer TaiIGUARDTM Telematics TrailerCASTTM Telematics Device Wheel End Solutions EasyFitTM Slack Adjuster MAXXUSTM Air Disc Brake 1/UnVP&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Uril/P&L Trailer MAXX22TTM 1/UnVP&L TRISTOPTM D Actuator w/ IBV 3/Unl/P TRISTOPTM D Actuator 2/200/P UNISTOPTM Actuator 1/100/P 1 ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. WARRANTY - MODEL YEAR 2021 VEHICLES i:=INDUSTRIAL/OFF-HIGHWAY SERVICE WARRANTY INFORMATION INDUSTRIAL AND OFF-HIGHWAY SERVICE TYPICALLY IS • LOW mileage operation3, • Vehiclesare not typically licensed for highway use Market Agriculture Common Application Types Fertilizer Spreader, Tractor, Heavy Duty Ag Trailers, Harvester, Sprayer, Skid Loader, Silage Bagger, Slurry Wagons, Grain Cart Airport Support Pushback Tractor, Towing Tugs, Aircraft Tow Tractor, Refueling Trucks, Food Service Trucks, Baggage Tractors, De -Icing Equipment, Runway Clearing Equipment Construction All -Terrain Crane, Rough Terrain Crane, Excavator, Compactor, Wheel Loader, Road Roller, Motor Grader, Articulated Dump Truck, • Rubber Tire Road Roller, Backhoe Loaders, Haul Trucks, Scraper Rough Terrain Forklifts, Trenchers, Drills Forestry Logging Forwarder, I dder, Loaders, Yard Forklifts, Harvesters Fellers Material Handling Port Tractor, Rail Yard Spotter, Stevedoring Tractor, Trailer Spotter, Yard Jockey, Scissor Lift, Straddle Carrier, Manlift, Forklift, Boom Lift Telebandlers, Aerial Work Platforms Mining Specialized Mining, Excavator, Hail Truck, Underground Loader, Service Trucks, Wheel Loaders, Scrapers, Load Haul Dumps, Personnel Transports, Bolters, Scalers Municipal Street Sweeper, Utility Tractor, Utility Tracks, Tree Trimmers, Dump Trucks, Tow Trucks, Rat Bed Trucks, Winch Applications Oil & Gas Fracturing Trailer, lnjecter Heads, Top Drives, Jack/Lift Boats, Wireline Trucks, Load -On / Load -Off Rail Railcar Mover, Track Layers, Grinders, Platform Crane, Locomotive Railcars, Ballast Equipment, Winch Applications WABCO Components' =ter,. F , .Air Management 2/UnVP '; ! 2/UnVP 2/Unl/P • 1 /100/P&L - 1/100/P&L .. 2/UnI/P 2/UnVP 2/200/P Air Brake Valves Air Compressors (ALL)2 Air Dryers (ALL) .Brake Actuation Air/Hydraulic Actuators Master Cylinders Remote Actuators Slave and Wheel Cylinders Two Fluid Actuators . Brake Locks Brake Locks (ALL) Electric Brake Locks Lever Locks Braking Systems ABS (Anti -Lock Braking System) Air ABS (Anti -Lock Braking System) Hydraulic Driveline Suspension Control' Clutch Controls Leveling Valves Electrohydraulics &, Controls Electronic Pedals Electrohydraulic Brake Valves (EBV) Pressure Switches Hydraulic Braking Solutions Accumulator Charging Valves Hydraulic Throttle Controls and Switches Modulating Brake Valves Wheel End Solutions EasyFitTM Slack Adjuster. .. Caliper Disc Brakes 2/UnVP ': MAXXUSTM Air Disc Brake 1/UnVP&L;:.; Multiple Disc Brakes 2/UnVP . °. IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Unl/P&L :; TRISTOPn" D Actuator w/ IBV 3/UnI/P TRISTOPTM D Actuator 2/200/P •. UNISTOPTM Actuator 1/100/P ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 Equivalent hours of service limit: 2,000 hours for all components. TERMS AND CONDITIONS COVERAGE EXCLUSIONS PRODUCT DESCRIPTION ' ALL PRODUCTS This Warranty shall not apply to the following, but not limited to: (1) damage to the product or its component parts caused by incorrect use, installation, maintenance or repair, including without limitation (a) improper fit of mating components or brackets, damaged threads, cut, broken, chafed, pinched or otherwise damaged wiring (sensors, harnesses and connectors), (b) sensors damaged during removal when seized in block, or associated with sensor adjustments/ alignments, and (c) damage resulting from the use or installation of non -genuine WABCO components or materials; (2) damage to the product, its component parts, or diminished product or component part performance due to incorrect operation, deviation from approved conditions or misapplication; (3) any unauthorized disassembly of the product or its component parts including without limitation (a) obliterated, defaced or missing WABCO or WABCO name plate, serial numbers or label identifying the device as a ZF product or WABCO component, (b) changes to sealed adjusting screws, and (c) opening or attempted repair of non -serviceable components; (4) malfunction of the component due to internal contamination of the vehicle system including without limitation (a) water and other contamination damage that is due to the use of a non -genuine air dryer cartridge or (b) valve failures due to contamination in air system, (5) complaints associated with noise, (6) damage resulting from corrosion (including oxidation of electrical devices and connections). AIR DRYERS Mounting brackets (see vehicle OEM). Desiccant cartridge housing only. AIR SYSTEM COMPONENTS Normal wear items; Gladhand seals, dash valve knobs, valve actuation handles, treadles, pedals. ABS, ELECTRONIC STABILITY CONTROL (ESC), ROLL STABILITY CONTROL (RSC), OPTIRIDE®, ONGUARD® AND ONLANE®, COLLECTIVELY "ELECTRONICS" Failure of electronic components due to overvoltage condition, improper grounding, electrostatic discharge (ESD), improper shielding, electromagnetic interference (EMI), or other wiring or installation issues. Malfunctions and failure codes caused by other electronic subsystem failures (data bus, engine, transmission, dashboard, etc.) HYDRAULIC COMPONENTS For certain components, brake fluid DOT3 or DOT4 is used as the operating medium. Use of any other fluid will void all warranties associated with that component. For hydraulic braking applications the brake fluid is considered a maintenance item. Maintenance intervals are listed in TB - 1367. COVERAGE LIMITATIONS PRODUCT DESCRIPTION ALL PRODUCTS Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, 1 /Unl/P. For vehicles that operate full- or part-time outside of the United States and Canada, a 1-Year/Unlimited Miles parts only (1 /Unl/P) will apply. TOOLBOX PLUSTM DIAGNOSTIC SOFTWARE Proper diagnostics of WABCO Electronics may require the latest version of TOOLBOX PLUSTM. Additional labor due to use of an outdated version of TOOLBOXTM software and/or the time to purchase or install the latest version of TOOLBOX PLUSTM are not covered under product warranty. WARRANTY - MODEL YEAR 2021 VEHICLES ' TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? ZF CV Systems North America LLC and its North American . subsidiaries and affiliates (ZF) warrant to the owner. ("Owner")that the , components"listed in this publication, which have been-instafed by an Original Equipment Manufacturer ("OEM") as original equipment will.be free from defects in material and workmanship. This warranty • , coverage begins from the original in-service date to the limits provided and runs concurrently with any warranties provided by OEMs and/or any distribution agreements and/or any service contracts that cover the components listed in this publication, if any. If the components listed in this publication are covered by an OEM warranty and/or service contract, then the OEM's warranty and/ or service contract shall supersede ZF's warranty and Owner shall comply with all OEM's warranty and/or service contract requirements for claims under such OEM's warranty and/or service contract until those agreements expire. Once those agreements expire and provided the ZF warranty has not expired under the terms stated above, the ZF warranty will be in effect until its expiration date. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed previously in this publication. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Additional diagnostic time due to use of an outdated version of TOOLBOXTM, time to purchase or install latest version of TOOLBOXT" are the responsibility of the authorized ZF distributor networks and are not covered under product warranty. Components installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify ZF through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the WABCO components have been incorporated prior to the vehicle in- service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with ZF directly. Failure to notify ZF of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/UnVP) from the initial in- service date. A second Owner and each subsequent Owner must also notify ZF as to the intended vocational use of the vehicle. This notification can be sent directly to ZF or through the'OEM new truck and/or trailer dealer.` The: duration'and m+lea coverage of this warranty cannot exceed the coverage extende to the first Owner after his or her initial designation,of,vocationa use: Coverage under ZF's warranty requires'.that the application o products be properly approved pursuant to OEM and 2,F.14:0, tbval (3) What is the Cost of this Warranty? There is no charge; to the Owner for. • • this warranty. (4) What is not Covered by this Warranty? In addition to the items listed on;. "Coverage Exclusions," this warranty does not cover normal wear tear, or service items; nor does it cover a component that fails, malfunctions or is damaged as a result of (a). improper handling, .. storage, installation, adjustment, repair or modification including the use of unauthorized attachments or changes or modification in tle- vehicle's configuration, usage, or vocation from that which was originally approved by ZF, (b) accident, fire or other casualty, natural. disaster, road debris, negligence, misuse, abuse, or improper use • (including loading beyond the specified maximum vehicle weight altering engine power settings to exceed the brake system capacity), or (c) improper or insufficient maintenance (including deviation from maintenance intervals, approved lubricants, or lube levels). This warranty does not cover any component or part that is not sold by:ZF. ;'•. (5) To obtain service. If the owner discovers within the applicable coverage - period a defect in material or workmanship, the Owner must promptly give notice to either ZF or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM dealer or ZF distributor networks' servicer. The dealer or ZF authorized servicer will inspect the vehicle and contact ZF for an evaluation of the claim. When authorized by ZF, the dealer or ZF authorized servicer will repair or replace during the term of this warranty any defective WABCO component covered by this warranty. (6) Disclaimer of Warranty and Limitation of remedies: TO THE MAXIMUM EXTENT PERMITTED BY LAW, THE LIMITED WARRANTY SET FORTH HEREIN IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, ARISING BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ANY - _IMPLIED WARRANTY OF MERCHANTABILITY OR -FITNESS FOR, PARTICULAR PURPOSE AND/OR WARRANTY FOR HIDDENOR. LATENT DEFECTS, AND IN NO EVENT WILL ZF OR ANY OF ITS AFFILIATES BE LIABLE FOR DIRECT, INDIRECT, INCIDENTAL, PROGRESSIVE, SPECIAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND. (7) Legal action. Any legal action or claim arising from or related to this . Warranty, in contract or otherwise, must be commenced within one year from the accrual of that cause of action, or be barred forever. Any dispute arising in connection with this agreement shall be governed by and construed according to the laws of the State of Michigan and be brought, heard and determined exclusively in either the Circuit Court for the County of Oakland, State of Michigan or the United States District Court for the Eastern District of Michigan. The parties stipulate that the referenced venues are convenient. (8) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at ZFs option. ZF reserves the right to require that all applicable covered components are available and/or returned to ZF for review and evaluation. THE MAXIMUM LIABILITY, IF ANY, OF ZF FOR ALL DAMAGES, INCLUDING WITHOUT LIMITATION CONTRACT DAMAGES, BREACH OF WARRANTY, NEGLIGENCE, STRICT LIABILITY, OR OTHER TORT, IS LIMITED TO AN AMOUNT NOT TO EXCEED THE PURCHASE PRICE OF THE PRODUCT and where indicated in the product and application warranty information above, the inclusion of labor is limited to the standard repair time. THE PARTIES ACKNOWLEDGE AND AGREE THAT THE LIMITATION OF DAMAGES PROVISION SET FORTH IN THIS PARAGRAPH SURVIVES BETWEEN THE ORIGINAL END USER AND ZF EVEN IF THE EXCLUSIVE REMEDY SET FORTH ABOVE IS DEEMED TO FAIL OF ITS ESSENTIAL PURPOSE. ZF may change the design or make improvements to its Products without incurring any warranty obligation for previously manufactured Product . (9) Entire Agreement. This is the entire agreement between ZF and the Owner about warranty and no, ZF employee, or dealer is authorized to make any additional warranty on behalf of ZF unless in writing and signed by an authorized representative of ZF. r a - - or further product details =contact youradiistributor or the WABCO.Customer,Care Centerrat 855-228-3203:. About ZF Friedrichshafen AG ZF is a global technology company and supplies systems for passenger cars, commercial vehicles and industrial technology, enabling the next generation of mobility. ZF allows vehicles to see, think and act. In the four technology domains Vehicle Motion Control, Integrated Safety, Automated Driving, and Electric Mobility, ZF offers comprehensive solutions for established vehicle manufacturers and newly emerging transport and mobility service providers. ZF electrifies different kinds of vehicles. With its products, the company contributes to reducing emissions and protecting the climate. ZF, which acquired WABCO Holdings Inc. on May 29, 2020, now has 160,000 employees worldwide with approximately 260 locations in 41 countries. In 2019, the two then -independent companies achieved sales of €36.5 billion (ZF) and $3.4 billion (WABCO). For more information, visit: www.wabco-na.com 0 2021 Z_F CV Systems North America LLC - All rights reserved - SP1375 / 2.2021 WABCO r,` :i,9; 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Structural Integrity Custom Cab Limited Warramy Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides ' ; the following warranty to the Buyer. " - • Coverage: The Pierce Custom Cab shall be free from structural failures caused by defects In material and workmanship Warranty Begins: The date of the original purchase invoice (issued when the '-. product ships from the factory). Warranty Period Ends After: Ten (10) Years - or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs . 2 thru 4 This warranty applies only to the cab tubular support and mounting structures and other structural components of the cab of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance; with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0012 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH. OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer.' Fire and Rescue Apparatus; Ten (10) Year Pro -Rated Paint and Corrosion Cab ciWojol :fid Coverage: ` Exterior surfaces of the cab painted by Pierce shall be free . , from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. .. . Warranty Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period Ends After: .. Ten (10) Years Conditions and Exclusions: See Also Paragraphs 2 thti 4 This limited warranty Is applicable to the vehicle In the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% ' This limited warranty applies only to exterior paint. Paint on the vehicle's interior Is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper : , cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual)..... (b) UV paint fade. - - - (c) Any cab not manufactured by Pierce. -. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer, discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days, after the date of discovery, but In any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0055 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; . (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 7. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. • Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal Injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Five (5) Year Material and Workmanship Command Zone Electronics Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides, i ,:the following warranty to the Buyer. Coverage: Command Zone control modules shall be free from failures caused by defects in material and workmanship. Warranty Begins: The date of the original purchase invoice (issued when the s' product ships from the factory). Warranty Period Ends After. Conditions and Exclusions: See Also Paragraphs 2thru4 This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire harnesses, cables and connectors are not covered under this limited warranty and are instead covered under the Pierce One Year Basic Apparatus Limited, Warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer. discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period.. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0014 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY, If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fare and Rescue. Apparatus 54 Months Material and Workmanship Camera System Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides_.: the following warranty to the Buyer: - This limited warranty covers repairs to correct any defect related to materials or workmanship of the Sharpvision camera system installed on the apparatus occuring during the warranty period. . . - .. . Warranty Begins: The date of delivery. Warranty Period Ends After: Fifty - Four (54) months Conditions and - Exclusions: See Also Paragraphs 2thru4 This limited warranty does not apply to related wire hamesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. , This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is . normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days i after the date of discovery, but in any event prior to the expiration of the warranty period. `, THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 1/11/2011 WA0188 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES;: Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties,. damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Material and Workmanship Pierce 12V LED Strip Light gAntileet 9t, Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Pierce 12V LED strip lights installed on the apparatus occuring during the warranty period. Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Ten (10) Year Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty does not apply to related wire hamesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer , discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/5/2011 WA0203 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (f any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component attachment or accessory that is incorporated into or attached to the vehicle. mammommmmmummoromommmamanummiummammoroommimammammonnammamommmmmondmmar. ZA111SOn Transnnssion. NEW PRODUCT WARRANTY PARTICIPATING OEM SALES • DISTRIBUTOR SALES LIMITED`WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS 1 1 USED IN EMERGENCY VEHICLE APPLICATIONS Allison Transmission will provide for repairs or replacement, at its option, during the warranty period of each new Allison transmission listed below that is installed in an Emergency Vehicle in accordance with the following terms, conditions, and limitations. WHAT IS COVERED • • WARRANTY APPLIES -- This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and is provided to the original and any subsequent owner(s) of the vehicle during the warranty period. •• REPAIRS COVERED — The warranty covers repairs or replacement, at Allison Transmission's option, to correct any transmission : •malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements will be performed using the method Allison Transmission determines most appropriate under the circumstances. • • TOWING — Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent: further damage to your transmission. • PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in • , section "APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE." - • OBTAINING REPAIRS -- To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer • within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or Dealer to perform necessary repairs. • TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and re -installation of the transmission, when necessary to make a warranty repair, are covered by this warranty. • • WARRANTY PERIOD — The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail purchaser, with the following exception: Demonstration Service - A transmission in a new truck or bus may be demonstrated to a total of 5000 miles (8000 kilometers). If the vehicle is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be entitled to the remaining warranty. APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE Page 1 of 2 MUMMONNWOMMMUMUMananaMMOMMOJMNWNWNWOMMWWWWWWWWWWW0WWWWWWOOMMON=MMMNAMS3 ' , - -:,- ., •,,,p,.L. ' ,...: '& '', ,'1 ,-- .,..-APPLICABLE, ,.• ,. ,,.. ,, ,'WARRANTYIMatAti F(WtucheireroCcurs,first)..:,,,-,•-•:, 8T: , flAR , r: .,,,--.-,PAID BY THE CUSTOMER MODELS' - - - ' 1.,' ••••• -ly,,s•-4 iiiithir;, .,-..,. :TrAnsmisston Miles -, ':,,,i,,,,,,o,Kit, ters--,' ,- :(-----„, , ., :• • :.- ,•,„ . .,„ , ,. ,,, ; ,-,:,,-:,, parts-:. --:.-„:,,-, - Labor • 1, , • MD ,,,-, . -, , ,;.. _:' 00;•.'z00;.3500;"::31 ' - , ' 0-24 : No Limit No Charge No Charge withControls..; 4111""llydkauhe,,,4*ii-,‘-; 1 0-24 . No Limit No Charge • No Charge ' ,,.. " ;40 00 Series114,'2000,Serien4, •-: '--11Seiiiir*:•4AaAl 41 rt 24 00 0-36 : : No Limit No Charge No Charge,. , , *ithl'Eleetionietiintio -4,,,4-1'..i. - I.. 0-60 • : - No Limit No Charge No Charge.; . '2350„E 100 ..,' 2100' ;1,'2200'ik S, 2500 EVS,150,,,E., 3000 EVS, 3500 EVS, 4000,,- 4000 EVS, 4500, 4500 EVS, 4700, 4700:ENTS -4800 4800EVS- - , 0-60 ' ' No Limit No Charge No Charge Page 1 of 2 MUMMONNWOMMMUMUMananaMMOMMOJMNWNWNWOMMWWWWWWWWWWW0WWWWWWOOMMON=MMMNAMS3 - aMMEIPIfelMlTOMMEJfelfelfelIMIEIf IEINlelfel[iaJEINCeINEIMlIMINEIRlfeifelfe►R11M[elfel� INIAfe►feffeINIElfe►FelfelCeMPIPIMllelMIBIEIeNID o G G G G G G G G G G G G G G 5 G G G G G G . G G G G G G G G 5 G G G G G G G G 5 C C C G 5 C C G 5 C C C G C X G [ G [ G [ G [ G [ G [ G � [ G � G � G G [ G � G � G I G I elelalel2I212121alalaldeleTeTelelelelelelelelelelelalelaTelelelelelelelelefelelelelaleleteteldale alelelelelelelelaleJeldel o WHAT IS NOT COVERED • DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION - Defects and damage caused as the result of any of the following are not covered: Flood, collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle; Misuse of the vehicle; Installation into unapproved applications and installations; Alterations or modification of the transmission or the vehicle, and Damage resulting from improper 'storage (refer to long-term storage procedure outlined in the applicable Allison Service Manual) _.. Anything other than defects in Allison Transmission material or workmanship NOTE: This warranty is void on. transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled. !. ;: CHASSIS, BODY; and COMPONENTS . The chassis and body company (assemblers) and other component and equipment manufacturers are solely responsible for warranties on the°chassis, body, component(s),:and equipment they provide. Any transmission repair caused by an alteration(s) made to the Allison transmission or the vehicle which allows, the transmission to be installed or operated outside of the limits . :defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s). •, DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in the OPERATOR'S MANUAL — Defects and damage caused by any of the following are not covered: Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; — Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator's Manual. • . MAINTENANCE —Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the owner's responsibility. •. REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison Transmission Distributor or Dealer are not covered. • `: USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are not genuine Allison Transmission parts are not covered. • . EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle used inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs. • "DENIED PARTY" OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non -participating OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a "denied party" or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury. OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT This warranty gives you specific legal rights and you may also have other rights which vary from state to state. Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** ** Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OTHER TERMS APPLICABLE TO OTHER END-USERS THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED 'ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON 'TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY - IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. • QUESTIONS If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission Distributor or Dealer or write to: Allison Transmission, Inc. P.O. Box 894 Indianapolis, IN 46206-0894 Attention: Warranty Administration PF -9 Form SE0616EN (201009) Page 2 of 2 Fire and Rescue Apparatus Fiveh(5): Year . Material:; and:: Workmanship - Transmission 011 Cooler Three (3) Year Collateral Damage Coverage Limited Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides . the following warranty to the Buyer. - - • Coverage: '' The transmission cooler shall be free from component or structural failures caused by defects In material and/or workmanship. Collateral damage up to $10,000 per occurrence is available for the first three (3) years. Warranty Begins: The date of delivery to the first retail purchaser. Warranty Period Ends After. Five (5) Years on Oil Cooler and three (3) years on collateral damage coverage Conditions and Exclusions: See Also Paragraphs 2thn,4 .. This warranty does not cover repair due to accidents, misuse, and excessive vibration, flying debris, storage damage (freezing), negligence or modification. This warranty is void If any modification or repairs are performed without authorization. This also voids any future warranty. This warranty does not cover cost of maintenance or repairs due to lack of required maintenance services as recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Towing Is covered to the nearest distributor or authorized dealer only when necessary to prevent further damage to your transmission. Labor costs for the removal and reinstallation of goods may be covered when necessary to make repairs. Please contact your OEM for authorization. Replacement of cooler during the warranty period Is limited to 100% of reasonable labor costs up to a maximum of $700 to remove, replace, or repair the oil cooler. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2012 WA0216 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to at such parts,. components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY.. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES: Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited. Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Structural Integrity Apparatus Body Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides:.: the following warranty to the Buyer Coverage: The apparatus body shall be free from structural failures caused by defects in material and workmanship. • Warranty Begins: The date of the original purchase invoice (issued when the ,, product ships from the factory). Warranty Period Ends After. Ten (10) Years or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty applies only to the body tubular support and mounting structures and other structural components of the body of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is • normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0009 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, induding but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot;, (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any daims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. MANUFACTURING Pierce Warranty Statement for Gortite Roll Up Doors Rev 2/24/2011 All mechanical components of the door shall be warranted to be free from defects in materials and workmanship for thelifetime of the vehicle. All parts covered under this warranty shall be to the original owner. A&A manufacturing warrants that painted doors shall be free of blistering, peeling, bubbling, or any other -:1= adhesion defect caused by defective manufacturing methods or paint material selection. The time period for the : - coverage shall be 6 years from date of door shipment to Pierce. Satin anodized finish doors shall be warranted for 6 years against corrosion defects from date of door shipment to Pierce. Replacement of decals/Scotchlite is not covered. i; The maximum amount A&A will reimburse for labor is $60.00 per hour and the maximum amount of time allowed for repair is as follows: Door 1.0 Hr. Slat Replacement 1.0 Hr. Pennant Plate Replacement 1.0 Hr. Roller Replacement .5 Hr. Seal Replacement .5 Hr. Switch/Magnet Replacement 1.0 Hr. Travel Time 4.0 Hr. A&A Manufacturing Co., Inc. 2300 S. Calhoun Road New Berlin, WI 53151 • Phone (262) 786-1 500 • Fax (262) 786-3280 1. LIMITED WARRANTY Are and Rescue Apparatus Twenty (20) Year Structural Integrity I Pierce Aerial Device Zemead 74' • Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: Each new Pierce Aerial Device shall be free from defects in material and workmanship. I Aerial Device Models Covered by this warranty include: Aerial Platforms Aerial Ladders SkyBoom Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Twenty (20) Years - or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thti 4 This warranty applies only to the torque box, tumtable, aerial sections and other structural components of the aerial device, as identified in the Pierce specifications for the aerial device. This warranty shall be void if, or to the extent that the aerial device is not maintained in strict compliance with NFPA Standard 1911 in effect at time of sale, including such periodic inspections and testing by qualified third parties as are required by that Standard as it may be in effect from time to time. Proof of such compliance shall accompany any claims under this warranty. Third party testing agencies known to Pierce to be qualified for such purposes may be obtained from the Pierce Customer Service Department This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 10/23/2013 WA0052 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. AMITY FIRE AND SAFETY, INC. 3750 CHESTNUT ROAD ALBURTIS, PA 18011-0451 Phone: 610-966-3115 Fax: 610-965-6313 k STANDARD FIVE YEAR WARRANTY* (standard warranty is in effect for. parts shipped after 4/15/10) Three Function Swivel A. PRESHIPMENT TESTING The Three Function Swivel fabricated by Amity which is exposed to pressure during normal use is subject to final inspection using the following pressure minimums: 1.t Hydrostatic applications will be tested to 400 PSI unless specified otherwise on approved drawings. Operating pressures on installed systems are not to exceed 250 PSI at any point in the system. Warranty will be voided and Amity will not be held liable for failure and/or damage occurring from Water Hammering or freezing of water in any system. 2.. Hydraulic applications will be tested to 4000 PSI. System operating pressure in application to be 3000 PSI maximum. 3. Dielectric and Continuity Test all circuits. 30 Amp max current loading. B. THREE FUNCTION SWIVEL MAINTENANCE — Our Three Function Swivel has been fully tested at assembly. Under no circumstances is there to be any maintenance performed internally or externally to the Three Function Swivel by Purchaser or any other third party other than an authorized representative of or Amity itself. The Three Function Swivel is sealed and must remain so. The Three Function Swivel is designed for a long maintenance free life. Should any problems occur or replacement be necessary, first contact Amity. There is to be no field maintenance performed on the Three Function Swivel . C. MOUNTING REQUIREMENTS — The following are the mounting requirements for the Three Function Swivel: 1. Mounting points and methods are to be determined at the initial design stage. All drawings and applicable documentation must be signed off by both parties and filed for future reference. No deviation to the approved mounting is allowed without approval from Amity. 2. The Three Function Swivel is to be mounted concentric to the center of the turntable bearing. 3. _All inlet and outlet plumbing to conform to swivel mounting, under no circumstances is the Three Function Swivel to be positioned to match connections. This will avoid putting excessive loads on the Three Function Swivel. All tubing or piping to be supported by means other than the Three Function Swivel. D. LIMITED WARRANTY; LIMITATIONS, CONDITIONS AND PROCEDURES REQUIRED. 1. The Three Function Swivel is warranted to be free of defects in labor and/or materials for a period of five (5) years from the Date of Service. For purposes here,. "Date of Service" shall mean the date when the Three Function Swivel, -:or the unit to which .the- Three. Function Swivel is incorporated, passes final Underwriters Laboratory testing, or. =similarly compliant testing, -and is certified for service. `Evidence of such Date of Service shall be required 'in connection with any warranty claim by Purchaser. 2. :The Three Function Swivel shall be repaired or replaced at the sole option and expense of the Amity provided the. -< '::: Three Function Swivet:alteged to.. be defective was used for its intended normal use of operation and subject to the following qualifications and limitations. 3. Any alteration of the Three Function Swivel without consent from Amity is strictly forbidden and shall void warranty. 4. No welding shall be performed on finished Three Function Swivel. • 5. No responsibility is assumed for any malfunctions or damages which are occasionally caused by foreign objects which may be ingested into water or hydraulic systems such as, but not limited to stones, sand or metal chips. 6. Amity assumes responsibility for our Three Function Swivel, which is defective only, and therefore, it will not assume responsibility for labor to either remove or install our Three Function Swivel unless it agrees in writing to assume such responsibility. 7. Unless otherwise approved in writing by the Amity all returns of defective Three Function Swivels (or allegedly defective Three Function Swivels) are at Purchaser's expense and must include a RGA number issued by the Amity. (00046826;v2) 8: All warranty claims mustbe presented at the time the problem occurs, or as soon as practical thereafter, either called or faxed to the Amity and include the numbers on the assembly's Amity's label with a detailed explanation of the difficulty in order for the matter to be appropriately evaluated and resolved. 9.- Amity will not be held liable for damage incurred during shipment. .10. No -responsibility shall . be' assumed for misuse or improper mounting, unreasonably use or abuse of the Three ,, ,.Function Swivel and or failure.to provide or use improper maintenance, failure to follow written installation and use in ;sLinstruction or any use other than the customary designed use. -THE- REMEDIES _ PROVIDED:=IN THE ABOVE :EXPRESS` LIMITED WARRANTY AND ARE THE SOLE AND 'EXCLUSIVE)/ REMEDIES AVAILABLE: NO :. OTHER :EXPRESS WARRANTIES ARE MADE. ALL IMPLIED WARRANTIES,`. INCLUDINGt: BUT:NOT LIMITED ",TO'::ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE OR "USE ARE LIMITED IN DURATION AS SET FORTH ABOVE. IN NO -EVENT SHALL THE AMITY ASSUME OR BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. '.THE WITHIN DESCRIBED WARRANTY SHALL ONLY BE AFFORDED TO THE ORIGINAL PURCHASER OR FOR INCORPORATION :INTO !ANOTHER °':UNIT : AND TO : FIRST PURCHASER AS PART OF COMPLETED UNIT, HOWEVER'. THE WARRANTY. PERIOD OF FIVE YEARS IS FROM THE DATE OF SERVICE WITH THE UNDERSTANDING IT IS INSTALLED WITHIN A REASONABLE TIME PERIOD. Dated: , 20_ {00046826;v2} Fare and Rescue Apparatus :.. Five. (5) Year Material and Workmanship Aerial Hydraulic System Components =.µ:Three: (3) Year Material :and Workmanship Aerial Hydraulic System Seals Limited Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: The aerial hydraulic system components and seals shall be free from component or structural failures caused by defects In material and/or workmanship. Warranty Begins The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Five (5) Years and Three (3) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 Pierce's obligation under this warranty is limited to repairing or replacing without charge, as Pierce may elect, the hydraulic lines, fittings, valves, seals, cylinders, filters, pumps, hydraulic motors, rotary actuators, or components which Pierce determines to have failed due to defective material and workmanship. This warranty shall not apply unless the aerial device is Inspected In accordance with NFPA 1911 Standard for Inspection, Maintenance, Testing, and Retirement of In - Service Automotive Fire Apparatus and the applicable Pierce Operator and Maintenance Manuals. -This limited warranty shall apply only if the product is properly maintained In accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce In writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 6/28/2011 WA0200 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; ' (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty In part or in its entirety if the product is repaired or replaced (a) without priorwritten approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. if the product fails to conform to the warranty set forth In paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or Improper maintenance, Buyer must notify Pierce within the time period specified In paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE • POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. .6 AMITY FIRE AND SAFETY, INC. 3750 CHESTNUT ROAD ALBURTIS, PA 18011-0451 Phone: 610-966-3115 Fax: 610-965-6313 *:STANDARD TEN YEAR WARRANTY * (standard warranty is in effect for parts shipped after 4/15/10) Telescopic Waterways A. •PRESHIPMENT TESTING. All waterways- fabricated by Amity are final inspected using the following pressure minimums: 1.,:. Hydrostatic applications will be tested to 400 PSI unless specified otherwise on approved drawings. Operating pressures on installed systems are not to exceed 250 PSI at any point in the system. Warranty will be voided and • Amity will not be held liable for failure and/or damage occurring from Water Hammering or freezing of water in any system. B. COMPONENTS DESCRIPTION AND MAINTENANCE 1. All components are thoroughly greased at assembly. Since internally lubricated seals are used, regular greasing is not required. We recommend components not be greased at installation. 2..:: Slip Tube Assemblies may be greased at the Amity's regularly scheduled Aerial Inspections. The seals in the Slip • Tube Assemblies are self-lubricating, so greasing is not mandatory. We do recommend a visual inspection of the Slip Tube Assembly while it is fully extended after initial installation, from that point on we recommend inspection every ten hours of aerial operation. If any deposits of aluminum appear, they are to be rubbed off using a Teflon scouring pad. Slip Tube Assemblies are designed to give long maintenance free service; however, like any product, problems may occur and periodic visual inspections will aid in determining if a potential problem exists and warrants a call to us. Care must be taken to keep debris off of extended tubes. We recommend wiping tubes with light oil (10 weight) or hydraulic oil after use, if tubes appear to have contamination on them. Under no circumstance are tubes to be cleaned with lacquer thinner, or any other solvent. C. LIMITED WARRANTY, LIMITATIONS, CONDITIONS AND PROCEDURES REQUIRED. 1. Products are warranted to . be free of defects in labor and/or materials for a period of ten years from the date of purchase from the Amity and shall be repaired or replaced at the sole option and expense of the Amity provided the products alleged to be defective was used for its intended normal use operation and subject to the following qualifications and limitations. 2. Any alteration of product without consent from Amity is strictly forbidden and shall void warranty. 3. No welding shall be performed on finished product. -4.. No responsibility is assumed for any malfunctions or damages which are occasionally caused by foreign objects which may be ingested into water system such as, but not limited to stones, sand or metal chips. 5:-. Amity assumes responsibility for our product, which is defective only, and therefore, it will not assume responsibility for labor to either remove or install our product unless it agrees in writing to assume such responsibility. 6.'... Unless otherwise approved in writing by the Amity all returns of defective (or allegedly defective products) are at Purchaser's expense and must include a RGA number issued by the Amity. 7..: All warranty claims must be presented at the time the problem occurs, or as soon as practical thereafter, either called or faxed to the Amity and include .the numbers on the assembly's Amity's label with a detailed explanation of the .. difficulty in order for the matter to be appropriately evaluated and resolved. 8. Amity will not be held liable for damage incurred during shipment. 9. No responsibility shall be assumed for misuse or improper` mounting, unreasonably use or abuse of the Product and or failure to provide or use improper maintenance, failure to follow written installation and use in instruction or any use other than the customary designed use. THE REMEDIES PROVIDED IN THE ABOVE EXPRESS LIMITED WARRANTY AND ARE THE SOLE AND EXCLUSIVE REMEDIES AVAILABLE. NO OTHER EXPRESS WARRANTIES ARE MADE. ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OF MERCHANTABILITY OR {00046826;v2} FITNESS FOR A PARTICULAR PURPOSE OR USE ARE LIMITED IN DURATION AS SET FORTH ABOVE. IN NO EVENT SHALL THE AMITY ASSUME OR BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES. • H THE 'WITHIN •DESCRIBED ;WARRANTY SHALL ONLY BE AFFORDED TO THE ORIGINAL PURCHASER OR FOR 'INCORPORATION ' INTO ANOTHER :UNIT . AND- TO ; FIRST PURCHASER AS PART OF COMPLETED UNIT, HOWEVER; :THE. WARRANTY PERIOD 1::)F. TEWYEARS COMMENCES UPON INSTALLATION INTO FINAL ASSEMBLYWITH THE UNDERSTANDING IT IS INSTALLED WITHIN SIX MONTHS OF PURCHASE. t; Dated: , 20 {00046826;v2} , • 1. LIMITED WARRANTY Fire and Rescue Apparatus Four •(4) Year Pro -Rated Paint and Corrosion Aerial ° Device Limited =Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides' " • the following warranty to the Buyer. ' • - Coverage: Aerial device shall be free from blistering, peeling, corrosion- or any other adhesion defect caused by defective manufacturing methods or paint material selection for exterior surfaces. Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Four (4) Years Conditions and Exclusions: . See Also Paragraphs 2 thru 4 This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking . 0-24 months 100% 25-48 months 50% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-24 months 100% 25-48 months 50% Corrosion: Dissimilar Metal and Crevice 0-24 months 100% 25-48 months 50% Corrosion Perforation 0-24 months 100% 25-48 months 50% This limited warranty applies only to exterior paint. Items not covered by this warranty Include: (a) Damage from lack of maintenance and cleaning (proper ' cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. _ This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0047 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY, lithe product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehides or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fore and Rescue Apparatus Five (5) Year Material and Workmanship Command Zone Electronics Limited Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides ' the following warranty to the Buyer: Warranty Coverage: .:..: .. Command Zone control modules shall be free from failures caused by defects in material and workmanship. ;,.,, Warranty Begins: The date of the original purchase Invoice (issued when the product ships from the factory). Warranty Period :: Ends After: Five (5) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 - . This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire hamesses, cables and connectors are not covered under this limited warranty and are instead covered under the Pierce One Year Basic Apparatus Limited Warranty. - , This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconfomrity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0014 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions,;:"', drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or • purpose for which it was manufactured; or (d) products or parts which may In the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entiretyif the product is, repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after '. manufacture without the authorization of Pierce may void this warranty. . 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce. any allegedly defective product shall be retumed to Pierce by - Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation: Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce r specifically disclaims any liability for property or personal injury damages, penalties, . damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. MANUFACTURER'S LIMITED WARRANTY - HYDRAULIC GENERATORS STANDARD Harrison Hydra -Gen® (Seller) extends to the original purchaser (Buyer) of goods for use (whether it be an OEM, dealer, re -seller, or end-user) the following warranty covering the Harrison Hydra - Gen® Generator System, subject to the qualifications indicated. Harrison Hydra -Gen® Generator Systems shall consist of a Harrison generator tray assembly and its' components, a Harrison hydraulic pump assembly, and.a Harrison supplied meter assembly; unless otherwise specified in below guidelines. Harrison Hydra -Gen® warrants the original purchaser that the Generator System manufactured or supplied by Harrison Hydra -Gen® will be free from defects in materials and workmanship, provided such goods are: 1. Installed, operated and maintained in accordance with the Harrison Hydra -Gen® owner's manual, and/or written installation addendums. 2. Each new application has been reviewed and approved by the Harrison Hydra -Gen® Application Engineering Group. PERIOD OF WARRANTY *Two (2) years or 2000 hours of usage, whichever comes first, from the date the product is shipped from Harrison to the Installer. *The END USER must complete and return to Harrison Hydra -Gen® the Harrison Hydra- .. Gene Warranty Registration Card, Form WR -1, provided in the generator manual and provided online @ www.harrisonhydragen.com, within 45 days of delivery. Warranty includes all parts and labor. In addition, maintenance items that are contaminated or damaged by a proven warrantable failure are covered in years 1-2, and Labor time up to 4 hours, travel time up to 2.5 hours, and mileage up to 100 miles for warranty related repairs are covered. 114233 West Road 1 Houston TX 77041 1 Tel 281.807.4420 1 Fax 281.807.4815 I www.harrisonhydragen.com 1 IHarrison HYDRA -GEN Repair or replacement -parts are warranted for ninety (90) days from date of purchase, excluding labor and travel expenses. Anypart repaired or replaced during the warranty period assumes the 'remainder .ofthe warranty or ninety (90) days, whichever is greater. Only components supplied by Harrison Hydra -Gen® are covered under this warranty. There is no other express warranty. Implied warranties, including merchantability and fitness for: a particular purpose, ,are limited to periods set forth above and to the extent permitted by law. Any and all implied warranties are excluded. In no event is Harrison Hydra -Gen® liable for incidental or consequential damages. The Buyer (OEM, dealer, re-seller,`or end-user) must notify Harrison Hydra -Gen®, an Authorized' Distributor, or a designated Harrison Hydra -Gen® Service Representative, in writing, within thirty (30) calendar days after goods or parts failed to meet this warranty. The sole liability of Harrison Hydra -Gen® and the Buyer's sole remedy for a failure of goods under this warranty and for any and all other claims arising out of the purchase and use of the goods, including negligence on the part of the manufacturer, shall be limited to the repair or replacement of the product, at the option of Harrison Hydra -Gen®, of the parts that do not conform to this warranty, provided that the product or parts are returned to the Harrison Hydra - Gen® manufacturing facility. A Returned Goods Authorization (RGA) is required for all products and parts being returned, and may be requested by phone, fax, email, or mail. Failure to make timely delivery to Harrison Hydra -Gen® of the goods claimed to be defective shall void any warranty. Unless previous written agreements have been made between the Buyer and Harrison Hydra - Gene, the Buyer shall be responsible for all freight and shipping charges in connection with the delivery of the goods claimed to be defective, to Harrison Hydra -Gen® at its manufacturing facility, and the return of repaired or replacement goods to the Buyer. If Harrison Hydra -Gen® determines that no warranty coverage is available for goods claimed to be defective, whether determination is based on the warranty being voided, the product failure. 114233 West Road 1 Houston TX 77041 1 Tel 281.807.4420 1 Fax 281.807.4815 1 www.harrisonhydragen.com 1 Morrison HYDRA -GEN being due to a cause not covered by the warranty, the failure to make a timely and proper warranty claim,,or otherwise, the Buyer shall have the option of either: 1. Having the goods not repaired and returned to the Buyer, freight collect. 2. Having the goods repaired, If Harrison Hydra -Gen® determines that the product is repairable, and returned to the Buyer, freight collect. The Buyer will be responsible for all costs associated with the repair and testing of the goods and shall authorize Harrison Hydra -Gen®, in writing, to have the goods repaired and tested by Harrison Hydra -Gen®. The owner is obligated to operate and maintain the goods in accordance with the recommendations published by Harrison Hydra -Gen® in the owner's manual. The owner is responsible for the costs associated with such maintenance and any adjustments that may be required. This warranty shall not apply to: 1. Damages or defects caused by normal wear, accident, misuse, abuse, abnormal operating conditions, negligence, corrosion, accident causes, or attributable to written specifications or instructions furnished by the installer. 2. Damages or defects caused by improper maintenance in accordance with the Harrison Hydra -Gen® product manuals and operating guidelines. 3. Damages caused by operator error. 4. Damages or defects caused by improper installation. 5. Damages or defects caused by inadequate water drainage provided by the installer in the area where the generator is installed or stored. 6. Damages or defects caused by inadequate air flow space or ventilation provided by the installer in the area where the generator is installed. 7. Any product or part altered or modified by the installer or service facility without written prior consent by Harrison Hydra -Gen®. 8. Cost of normal maintenance, adjustments, installation or start-up. 9. Normal wear items and components needing periodic maintenance such a rubber hoses and filters. 10. Excessive labor due to components being concealed in vehicle as a result of installation. 11. Water, road debris, excessive dirt, salt, abrasive particles, or large foreign objects found in the generator. 12. Telephone or other communications expense. 13. Paint, hydraulic fluid, and interconnecting hoses (internal or external to system assemblies). 114233 West Road 1 Houston TX 77041 1Tel 281.807.4420 1 Fax 281.807.4815 1 www.harrisonhydragen.com uThis warranty givesyou.specific legal rights, and you may also have other rights that may vary from state to state or province°to' province:" "` No person is authorized to giveany other warranties or to assume any other liabilities behalf of Harrison Hydra -Gen®, unless made orassumed in writing by an officer of Harrison Hydra -Gen®. Contact Harrison Hydra -Gen® for questions regarding your warranty rights and responsibilities at (281) 807-4420; or visit our website at www.harrisonhydragen.com. 114233 West Road 1 Houston TX 77041 1 Tel 281.807.4420 1 Fax 281.807.4815 1 www.harrisonhydragen.com 1 ,,the yy spy®�® Paint and Corrosion Body rr n y Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES [, i ce, perApparatus y . r Ten (10) Year Pro -Rated . Custom Custom Limited 1. LIMITED WARRANTY ' i; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides',;. following warranty to the Buyer. '' • , - ' : • Coverage: Exterior surfaces of the body shall be free from blistering, , !'; peeling, corrosion or any other adhesion defect caused by : defective manufacturing methods or paint material selection.- Warranty Begins: The date of the original purchase invoice (issued when the .' product ships from the factory). Warranty Period Ends After. Ten (10) Years f; Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty Is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% .. 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% • 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100 % • This limited warranty applies only to exterior paint Paint on;. the vehicle's interior Is warranted only under the Pierce Basic One Year Limited Warranty. ... - Items not covered by this warranty Include: ''" (a) Damage from lack of maintenance and cleaning (proper , cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. , • (c) Any cab not manufactured by Pierce. THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierces option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY • OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce This limited warranty shall apply only if the product is properly maintained in accordance ; specifically disclaims any liability for property or personal injury damages, penalties, with Pierce's maintenance instructions and manuals and is used in service which is damages for lost profits or revenues, loss of vehicles or products or any associated normal to the particular model. Normal service means service which does not subject the equipment, cost of substitute vehicles or products, down-time, delay damages, any other product to stresses or impacts greater than normally result from careful use. If the Buyer types of economic loss, or for any claims by any third party for any such damages. discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER • warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0057 Fire and Rescue Apparatus One (1) Year Material and Workmanship Graphics Fading and Deterioration "iket 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing providesr? the following warranty to the Buyer: Coverage: Each graphic lamination shall be free from defects in material; workmanship, fading, and deterioration. Warranty Begins: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first. Warranty Period Ends After: One (1) Year Conditions and Exclusions: See Also .. Paragraphs 2thru4 . . ;i. - This warranty does not cover damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). - This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2010 WA0168 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES.: Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. I-1 Fire and Rescue Apparatus One (1) Year Material and Workmanship Basic Apparatus Limited ,;Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides;' = the following warranty to the Buyer. Coverage: g Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship Warranty Begins: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first. Warranty Period Ends After. Twelve (12) months. Conditions and Exclusions: See Also . Paragraphs , 2 thru 4 . No specific exclusions apply This limited warranty shall apply only if the product is properly maintained In accordancewith Pierce's maintenance instructions and manuals and is used In service which is normal to the particular model. Normal service means service which does not subject the • product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. : THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0008 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal Injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatus Three (3) Year Material and Workmanship Velocity and Impel Custom Chassis Zip/deed 7642,11.414/4 Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: • Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship Warranty Begins: The date the apparatus is placed in service, or 60 days from the original buyer Invoice date, whichever comes first Warranty Period Ends After. Three (3) Years, or 30,000 Miles, or 5000 Engine Hours Conditions and Exclusions: See Also Paragraphs 2 thru 4 - This limited warranty applies, where applicable, to Goldstar lamination, defroster heater coil and motor blower assembly (excluding the FET PWM module), heater, air conditioning condenser coil and fan/motor assembly, air conditioning evaporator coil and motor blower assembly (excluding the drain pan pump and thermostat), under seat heaters coil and motor blower assembly (excluding the FET PWM module), HVAC electronic switches, HVAC hoses and hard lines, heater water valve, Pierce PS6 seat frames and hardware, Pierce One -Eleven mirrors, Pierce hands-free scba holder, cracking or color loss of roto -molded components, Meritor rear axle, Wabco ABS system, cab door handles, Standen spring suspension components, and the gauge instrument cluster. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is ' normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/2/2015 WA0284 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that am not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Cummins Warranty Worldwide Fire Apparatus/Crash Trucks Coverage Products Warranted This Warranty applies to new diesel Engines sold by Cummins and.delivered to the first user on or after April ;1, 2007,,that are;used in fire apparatus truck and crash.truckr, applications Worldwide.; Base Engine Warrant : , • ;; ,.. The Base Engine Warranty covers any failures of the Engine which result, under normal use and service, from a defect in material or factory= workmanship (Warrantable Failure).'This Coverage begins with the • sale of the Engine by Cummins and ends five years or '100,000 miles (160;935 kilometers),'whichever occurs first, after the date of delivery of the Engine to the first user. Engine aftertreatment components included in the Cummins Critical Parts List (CPL) and marked with a :Cummins part number are covered under Base Engine -Warranty: 'Additional Coverage is outlined in the Emission Warranty section. These Warranties -are made to all Owners in the chain of distribution and Coverage continues to all subsequent Owners until the end of the periods of Coverage. Cummins Responsibilities Cummins will pay for all parts and labor needed to repair the damage to the Engine resulting from a Warrantable Failure. Cummins will pay for the lubricating oil, antifreeze, filter elements, belts, hoses and other maintenance items that are not reusable due to the Warrantable Failure. Cummins will pay for reasonable labor costs for Engine removal and reinstallation when necessary to repair a WarrantableFailure._ .. _. ,„ ... ,• Cummins •will pay reasonable costs for towing a vehicle disabled by a Warrantable Failure to the nearest authorized repair location. In lieu of the towing • expense, Cummins' will pay reasonable costs for: .mechanics to travel to and from the location of the vehicle, including meals, mileage and lodging when the repair. is performed at the site of the failure._ Owner Responsibilities Owner is responsible for the operation and maintenance of the Engine as specified in Cummins Operation and Maintenance Manuals. Owner is also responsible for providing proof that all recommended maintenance has been performed. Before the expiration of the applicable Warranty, Owner must notify a Cummins distributor, authorized dealer or other repair location approved by Cummins of any Warrantable Failure and make the Engine available for repair by such facility. Except for Engines disabled by a Warrantable Failure, Owner must also deliver the Engine to the repair facility. Service locations are listed on the Cummins Worldwide Service Locator at cummins.com. Owner is responsible for the cost of lubricating oil, antifreeze, filter elements and other maintenance items provided during Warranty repairs unless such items are not reusable due to the Warrantable Failure. Owner is responsible for communication expenses, meals, lodging and similar costs incurred as a result of a Warrantable Failure. Owner is responsible for non -Engine repairs and for "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs and other losses resulting from a Warrantable Failure. Owner is responsible for a $100 (U.S. Dollars) deductible per each service visit under this plan in the 3rd, 4th and 5th years of Base Engine Warranty. The deductible will not be charged during the first 2 years of the Base Engine Warranty. Limitations Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. This Warranty does not apply to accessories supplied by Cummins which bear the name of another company. Such non -warranted accessories include, but are not limited to: alternators, starters, fans, air conditioning compressors, clutches, filters, transmissions, torque converters, vacuum pumps, power steering pumps, fan ;drives. and air compressors. --Cummins branded alternators and starters are covered ;,for .the first two years from the date ofdelivery of the Engine to the ,;first user, or the expiration of the Base :,.EngineWarranty, whichever occurs first.;, Failures resulting in excessive oil consumption are not covered beyond the duration of the Coverage or _ 100,000 miles (160,935 kilometers) or 7,000 hours from the'date of delivery of the Engine to the first user, whichever of the three 'occurs first Before a claim for excessive oil consumption will be considered, Owner L' must submit adequate documentation to show that consumption exceeds Cummins published standards. Failures of belts and_hoses supplied by Cummins are not covered beyond the first year from the date of delivery of the Engine to the first user or the duration of the Warranty, whichever occurs first. Parts used to repair a Warrantable Failure may be new Cummins parts, Cummins approved rebuilt parts or repaired parts. Cummins is not responsible for failures resulting from the use of parts not approved by Cummins. A new Cummins or Cummins approved rebuilt part used to repair a Warrantable Failure assumes the identity of the part it replaced and is entitled to the remaining Coverage hereunder. Cummins Inc. reserves the right to interrogate Electronic Control Module (ECM) data for purposes of -failure analysis. ' CUMMINS DOES NOT. COVER WEAR OR WEAROUT OF COVERED PARTS. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. THIS WARRANTY AND THE EMISSION WARRANTY SET FORTH HEREINAFTER ARE THE SOLE WARRANTIES MADE BY CUMMINS IN REGARD TO -.THESE ENGINES. CUMMINS MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, OR OF ` MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. . This Warranty gives you specific legal rights, and you may also have other rights which vary from state to state. Emission Warranty Products Warranted This Emission Warranty applies to new Engines marketed by Cummins that are used in the United States** in vehicles designed for transporting persons or property on a street or highway. This Warranty applies to Engines delivered to the first user on or after September 1, 1992. Coverage Cummins warrants to the first user and each subsequent purchaser that the Engine is designed, built and equipped so as to conform at the time of sale by Cummins with all U.S. federal emission regulations applicable at the time of manufacture and that it is free from defects in material or factory workmanship which would cause it not to meet these regulations within the longer of the following periods: (A) Five years or 100,000 miles (160,935 kilometers) of operation, whichever occurs first, as measured from the date of delivery of the Engine to the first user or (B) The Base Engine Warranty. If the vehicle in which the Engine is installed is registered in the state of California, a separate California Emission Warranty also applies. Limitations Failures, other than those resulting from defects in material or factory workmanship, are not covered by this Warranty. Cummins is not responsible for failures or damage resulting from what Cummins determines to be abuse or neglect, including, but not limited to: operation without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, cooling or intake systems; improper storage, starting, warm-up, run-in or shutdown practices; unauthorized modifications of the Engine. Any unauthorized modifications to the aftertreatment could negatively effect emissions certification and void Warranty. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel exhaust fluid. Cummins is not responsible for non -Engine repairs, "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs or other losses resulting from a Warrantable Failure. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. * Airport operated crash trucks and fire department operated trucks employed to respond to fires, hazardous material releases, rescue and other emergency -type situations. * * United States includes American Samoa, the Commonwealth of Northern Mariana Islands, Guam, Puerto Rico and the U.S. Virgin Islands. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. Bulletin 3381161 Printed in U.SA. Rev. 08/09 ©2001 Cummins Inc. R. H. SHEPPARD CO., INC. 101 Philadelphia St. Hanover, PA 17331 Pierce Manufacturing Inc. 2600 American Drive Appleton, WI 54912 LIMITED WARRANTY:' The R. H. Sheppard Co. Inc., ("Sheppard") warrants all Ml 1OPKG1 and ,M110SAU1 steering gears manufactured and sold to Pierce Manufacturing Inc. ("Pierce") for application on Pierce TAK-4 equipped vehicles to be free from defects of workmanship and material under normal use and service for a period of thirtysix months from the in service date of the vehicle to its original owner. Vehicle applications where Sheppard product is used require an application approval before 'production build. ` If Pierce uses Sheppard product for any purpose or application which has not been approved by Sheppard in advance, including aftermarket devices (defined as a device added to the steering system =directly 'or indirectly affecting the performance or operation of the Sheppard product in its approved application) not tested and approved by Sheppard this limited warranty SHALL NOT APPLY AND SHALL BE VOID. SHEPPARD MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED. SHEPPARD EXPRESSLY DISCLAIMS ANY WARRANTY OF ' MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR USE OR PURPOSE WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. SHEPPARD SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, SPECIAL OR INDIRECT DAMAGES OR FOR LOSS OR DAMAGE DIRECTLY OR INDIRECTLY ARISING FROM THE USE OF A PRODUCT. Pierce expressly acknowledges its obligation to inform all users (customers) of the above disclaimer. CONDITIONS: Claims under this Limited Warranty may only be made by Pierce. In no event shall Sheppard be held liable for warranty charges by unauthorized persons. No allowance will be made for repairs or alterations, unless made with the written consent of Sheppard. Authorized Pierce dealers shall be the only authorized repair facility for Sheppard products applied to Pierce vehicles. Any warrantable repair made under this Limited Warranty must be made on or before 36 months of the in-service date for the Product to which the claim relates. Sheppard shall not be liable for claims made after such date. Sheppard product fitted to Pierce vehicles that are repaired at a repair facility other than an authorized Pierce dealer within the warranty period will be considered for payment under the guidelines of this agreement only by joint written consideration of Sheppard and Pierce warranty departments. It shall be the responsibility of the Pierce warranty department to notify Sheppard if and when this situation occurs. Sheppard will not be held responsible for damage to other steering components such as but not limited to pumps and reservoirs due to improper adjustment of steering gear relief plungers.' Vehicle downtime and towing will not be considered under warranty. REMEDIES: The sole and exclusive remedy of Pierce for Sheppard's breach of the foregoing warranty is limited to the return and repair or reimbursement as follows: R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 2 Warranty'Support:v'In support of the Pierce dealer network, Sheppard will provide a toll-free: "Hotline" service to assist in the diagnosis and troubleshooting of steering problems. The R. H. ' Sheppar'd Co:, Inc. Field Serviet Department can be reached at 1-800-274-7437 for assistance Sheppard will require that Pierce dealers contact this toll-free "Hotline" for approval before product is removed'from a vehicle in a warranty=situation. When contacted regarding a warranty situationthe Sheppard representative will provide'an authorization number for removal of the product. This Returned Goods Authorization (RGA) number must be included in all warranty correspondence an attached to all returned goods. 'Procedure: In the event of a warranty situation, the servicing dealer shall contact the Sheppard Hotline andreceive an RGA number before replacing any steering gear. For M110PKG1 and `M 110SAU1 steering gear models, the dealer will first obtain an RGA number from Sheppard, and then orderthe' replacement gear from Pierce. Replacement MI10PKG1 and Ml10SAU1 steering gears shall be shipped from Pierce once those models are in full production. A warranty claim for 2both parts and labor will then be generated by the dealer and sent to Pierce. After reviewing the claim, Pierce will submit into Sheppard for reimbursement. Parts Reimbursement: Sheppard agrees to reimburse Pierce at Pierce's purchase price plus 30% , mark-up for parts found to be defective within the warranty period. Parts being returned for warranty consideration shall be sent to the R. H. Sheppard Company, 447 E. Middle St., Hanover, PA 17331 ATTN: Warranty Dept. Sheppard's determination as to whether the part is covered by the foregoing warranty is fmal and conclusive. Sheppard requires the return of complete steering gears only. Individual seals replaced under warranty should not be returned unless specifically requested by Sheppard. All parts being returned for warranty consideration must be clearly tagged with all pertinent warranty information including, but not limited to (1) Returned Goods Authorization number (RGA); (2) claim number; (3) date in service; (4) date of failure; (5) mileage; (6) part number; (7) labor hours; (8) dealer labor rate and; (9) dollar amount claimed. Claims submitted without prior authorization are subject to rejection under this agreement. Labor: Labor to repair Sheppard product found to be defective within the warranty period will be reimbursed at not more than 10 hours per vehicle. Labor shall be reimbursed at the rate of $85.00 ::'.USD per hour for M110PGK1 and M110SAU1 steering gears. Freight:' Pierce'will collect M110PGK1 and M110SAU1 warranty material at a designated collection Point -Inbound freight to the Pierce collection point will be the responsibility of Pierce:, warranty material should be returned from the Pierce collection point to R. H. Sheppard Co. Freight Collect by a Sheppard -specified common carrier based on location of the Pierce collection point._-, Sheppard does not require the of failed seals. Any freight charges incurred for the return of seals will be the responsibility of Pierce. Parts returned for warranty consideration without prior authorization are subject to rejection under this agreement and may be subject to a charge back of inbound freight charges. Parts rejected under this warranty will be returned to Pierce Freight Collect or scrapped by Sheppard at Pierce's discretion. R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 3 Outside Purchases: -Pierce authorized dealers shall be the only outlet for repair, warranty service >> -and parts for Sheppard products applied to Pierce vehicles. Sheppard will not be responsible for ^,=-, 'consumables such as hoses, belts, fluids;fittings or miscellaneous shop material that may be required for the repair of the product. • Warranty Documentation: Warranty credit memos will be issued monthly to the Pierce Warranty -Department. Monthly credit memos will include (1) claim number; (2).part number; (3) parts reimbursement; (4) labor reimbursement; (5) any applicable Pierce reference number and; (6) reason for rejection or acceptance of the claim. Credit memos will be issued in U.S. funds. Debits for warranty claims will not be accepted under this agreement. Claim disposition will constitute the final and conclusive resolution of warranty claims. Parts Retention: Sheppard will retain parts submitted for warranty consideration for a period of sixty (60) days for any material found to be rejected for warranty. Sheppard will notify Pierce within sixty (60) days of receipt of Sheppard's determination as to whether any such part is covered by this warranty. Warranty reimbursement will be issued within thirty days of receipt of material at Sheppard. Good -Will Requests: : Good -Will requests will be considered jointly between Sheppard and Pierce for equitable compensation. RECALLS: Sheppard retains the right to review information regarding federal motor vehicle recall and /or product repair programs if Sheppard products fitted to Pierce vehicles are alleged to be non- compliant with federal motor vehicle safety standards. Sheppard retains the right to review any claims of product defect or non-compliance before participating in reimbursement of expenses incurred as a result of alleged non-compliance or defect of its products. Sheppard agrees to negotiate in good faith for the reimbursement of expenses incurred by Pierce for all administrative, material and labor cost and expense associated with any recall where Sheppard product is found to be defective or non-compliant with federal motor vehicle standards. MISCELLANEOUS: This writing constitutes the full complete and final statement of Sheppard's limited warranty for Ml10PKG1 and Ml 10SAU1 products sold to Pierce. All prior oral or written correspondence, test data, negotiations, representations, understandings and the like regarding products are merged in this writing and extinguished by it. This limited warranty may not be altered, amended extended or modified except by a writing signed by the President or Vice President of Sheppard. No employee, vendor, dealer, distributor or other representative of Sheppard has authority to make statements to extend, expand, alter or amend the terms of this Limited Warranty. Sheppard expressly disclaims any statements contrary to the Limited Warranty. Sheppard's failure at any time to enforce any of the terms and conditions stated herein shall not constitute a waiver of any provisions herein.' This Limited Warranty shall be governed by and construed in accordance with the laws of the Commonwealth of Pennsylvania. - . R. H. SHEPPARD CO., INC. WARRANTY Pierce Manufacturing Inc. Page 4 E , • • Any legal actions which may arise as a result of disputes, controversies or claims arising out of or related to this limited Warranty shall be in such forum as Sheppard and Pierce shall agree, or, in the absence of agreement, in a court of appropriate jurisdiction other than in the county in which either party is located This Limited Warranty shall not be assigned by Pierce. • COOPERATIVE EFFORT: -Sheppard and Pierce agree to work cooperatively toward expanding this warranty coverage to a period of sixty months from the in service date. These cooperative efforts k_ . • , shall focus on examining the effects of increased heat generated by 2007 model engines and its impact on the entire power steering system. • AGREEMENT: This agreement is effective April 3, 2006 and may be modified by mutual agreement between Sheppard and Pierce of a signed amendment to be attached to the original Limited Warranty. There are no third party beneficiaries to this Limited Warranty. This warranty agreement _ applies to Pierce authorized dealers only. It does not encompass any special arrangements that Pierce may now have or that Pierce may enter into, with any other segments of the trucking industry. This warranty agreement does not apply to non -conforming product removed at Pierce assembly plants. _ ' • This Limited Warranty agreement between the R. H. Sheppard Co., Inc and Pierce Manufacturing Inc. may be terminated by either party with thirty days written notice prior to termination. Signed at Pierce Manufacturing Inc., Appleton, WI this day of , 2006. R. H. SHEPPARD CO., INC. - -` PIERCE MANUFACTURING INC.: Authorized Signature Authorized Signature Title • Title Fire. and Rescue Apparatus Lifetime Fifty (50) Year Structural Integrity Chassis Frame:;& Crossmembers ifs 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides;':; ','the following warranty td the Buyer: Coverage: ' Custom chassis frame rail and cross members manufactured by Pierce shall be free from defects In material and workmanship Warranty Begins: The date of the original purchase Invoice (issued when the', product ships from the factory). Warranty Period Ends After. Conditions and Exclusions: See Also Paragraphs 2thru4 Fifty (50) Years . (Expected Life of Apparatus) • This warranty does not apply to damage caused by corrosion. • This limited warranty shall apply only if the product is properly maintained in accordance; , with Pierce's maintenance instructions and manuals and is used in service which is ; ; _ normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/16/2010 WA0038 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions,. drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or - - (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or afterrnarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth In paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES, Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT • (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. -Three (3) Year Material and Workmanship ;j.r TAK-4 Independent Front Suspension d ' escue Apparatus odemer.te'e. 2toleittoutote, 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. - - Coverage: The TAK-4 Front Independent Suspension and Steering Gears shall be free from defects in material and workmanship. Warranty Begins: The date of the original purchase invoice (issued when the' product ships from the factory). Warranty Period Ends After. Three (3) Years or - 30,000 Miles Conditions and Exclusions: See Also • Paragraphs 2thru4 This limited warranty excludes brake pads, brake rotors, seal boots and shock absorbers. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 12/16/2013 WA0050 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; ' (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty.• 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Fire and Rescue. Apparatus 'egee Vonfauttet 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the purchaser who first puts the product in service ("Buyer"): Coverage: The Mentor axle shall be covered by Meritor as indicated in the attached Meritor warranty coverage description Warranty Begins: The date of the original purchase Invoice (Issued when the product ships from the factory). Warranty Period Ends After. : Five (5) Years Conditions and Exclusions:. See Also Paragraphs 2thru4 The exclusions listed in the attached Meritor warranty description shall apply. This limited warranty shall apply only if the product is properly maintained In accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 6/29/2020 WA0384 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions. drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof, (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies Into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE. AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer. IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT UABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. COVERAGE FOR THE UNITED STATES AND CANADA MODEL YEAR 2024 VEHICLES 101 WARRANTY INFORMATION TABLE OF CONTENTS EFFECTIVE MODEL YEAR 2024 VEHICLES Linehaul 3 General Service 6 Heavy Service/Specialty Vehicle 9 Fire and Emergency 12 Transit Bus. 14 Off-highway Service 15 Terms and Conditions 17 How to Read Warranty Coverage Number of Years Mileage (in thousands) Unl = Unlimited P = Parts Only P&L = Parts and Labor Notice: Models or components that are approved for use by Cummins-Meritor's vocational guidelines contained in Cummins -Meritor publication TP -9441 for axles, SP -8320 for trailer axles and TP -12126 for drivelines, or any other products that have an application approval completed with Cummins -Meritor which are not specifically listed, are warranted for one year, unlimited miles, parts only (1/Unl/P). Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles, parts only (1/Unl/P). Advantage Program Purchasing additional coverage on select components will continue to safeguard your investment against major repair costs after the initial base coverage expires. You can find out more about the Advantage Program by visiting .meritor.com or by contacting Cummins -Meritor at 866-OnTrac1 (866-668-7221). 2 LINEHAUL WARRANTY INFORMATION Vocational Definition of Linehaul • Long distance hauling of food, goods and finished materials • Not included are raw ferrous materials, minerals (except oil), sand, gravel, stone, rocks, topsoil, waste or logs ■ Linehaul includes turnpike and hub & spoke Linehaul Vehicles • Auto Hauler' • Bulk Hauler' • Chip Hauler''2 • Doubles • Flatbed • General Freight • Grain Hauler' • Livestock Hauler • Moving Van • Pipe Hauler • Refrigerated Freight • Tanker' .Cummins -Meritor classifies these vehicle types as high center of gravity, which require special axle housing considerations. 2 Chip Hauler vehicles require specific axle models listed below and Linehaul condition to be eligible for Linehaul warranty consideration. Linehaul Typically Is: • • High mileage operation (over 60,000 miles/year) _ ■ Greater than 30 miles between starts and stops . . • Maximum grades of 12% • Well maintained highways of concrete or asphalt construction (100% on -road) • Category A job sites, terminals, docks and transfer sites (defined as pavement, concrete or maintained and hard packed gravel). Note: Category B job sites, terminals, docks, transfer sites (defined as loose or unmaintained sand, dirt or gravel; landfill; farm field; mud; or other similar surfaces) are NOT approved for certain linehaul axle models. ■ Triples overageunde3rmwarranty ,✓ eq9pu4 uirre e applictionopouts be proprly aprove OEMandCumminMeor pprovalsRefeto T9uth 4.a4 raxles,SP 820forraieraxles,TP- 12126Yfordnvelmaen s ` t and/orcontact tt Cummins Meritor regarding specific application approval questions on any product line' Front Non -Drive Steer Axles - 5/750/P&L FD -965 FF -941 FF -942 FF -943 FF -944 FF -961 FF -966 FF -967 FG -941 FG -943 MFS -10-122A MFS -10 -143A -N MFS -10 -144A -N MFS -12 -122A -N MFS -12 -122B -N MFS -12 -122C -N MFS -12E -122A -N MFS -12E -122B -N - MFS -12E -122C -N MFS -12 -124A -N MFS -12-1328-N : MFS -12 -132C -N! MFS -12E -132B -N MFS -12E -132C -N MFS -12 -143A -N MFS -12E -143A -N MFS -12 -144A -N MFS -13 -122A -N MFS -13 -122B -N MFS -13 -122C -N MFS -13 -132B -N MFS -13 -132C -N MFS -13 -143A -N MFS -13 -144A -N MFS -13B -122B -N MFS -13B -122C -N Rear Drive Single Axles - 5/750/P&L MS -19-14X RS -21-160 MS -23-17H1.2 MS -23-17X2 RS -23-160 RS -23-161 MFS -13B -132B -N MFS -13B -132C -N MFS -14 -122A -N MFS -14 -122B -N MFS -14F -122B -N MFS -14G -122B -N MFS -14 -122C -N MFS -14F -122C -N MFS -14G -122C -N MFS -14 -124A -N MFS -14 -132B -N MFS -14F -132B -N RS -23-185 RS -23-186 MFS -14G -132B -N MFS -14 -132C -N MFS -14F -132C -N MFS -14G -132C -N MFS -14 -142B -N MFS -14F -142B -N MFS -14G -142B -N MFS -14 -142C -N MFS -14F -142C -N MFS -14G -142C -N MFS -14 -143A -N MFS -14 -144A -N ' Not approved for use in any Category B job sites, terminals, docks or transfer sites. 2 Recommend 11 mm minimum wall thickness for these models used in combination with high center of gravity vehicles and trailing arm suspensions or vehicles operating mainly in Canada. 3 LINEHAUL WARRANTY INFORMATION Rear Drive Tandem/Tridem Axles - 5/750/P&L RT -40-160/P12 RT -46-160/P1'2 RT -46-164/P12 RZ-1662 RT -50-160/P1'2 MA -40-165 MA -40-17H3 RZ-188 MA -40-175 MT-34-14X/P4 MT-40-14T/P MT-40-14X/P4 MT-40-14X/P4 MT-40-14H/E3,4 ' These models required for Chip Hauler and Linehaul warranty consideration. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Cummins -Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. 3 Not approved for use in any Category B job sites, terminals, docks or transfer sites. Recommend 11 mm minimum wall thickness for these models used in combination with high center of gravity vehicles and trailing arm suspensions or vehicles operating mainly in Canada. Trailer Axles' Beam and Brackets TPX3000 Axle Series' Wheel End Systems3 Standard System' AxlePak5 AxlePak75 5/500/P, 1/100/L 10/Unl/P, 1/UnI/L 1/100/P&L 5/UnI/P&L 7/UnI/P&L ' For brake components and ABS coverage, refer to appropriate product warranties. 2 Structural components only excluding spindle wear. Spindle wear is 5/UnI/P, 1/UnI/L, Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. When installed by Cummins -Meritor. 5 When specified with AxlePak7 wheel end system, coverage on Meritor Tire Inflation System (MTIS) thru-tee and stator is 7/UnI/P,1/UnI/L. TAG/Pusher Axles' TQ, TR Beam and Brackets 5/750/P&L ' For brake components and ABS coverage, refer to appropriate product warranties. Trailer Mechanical Suspension Systems' IMS40 (Integrated Mechanical Suspension — Tandem)2 1/UnI/P&L IMS20 (Integrated Mechanical Suspension — Single)2 1/UnI/P&L ' For axle coverage, refer to appropriate product warranties. 2 All other suspension components refer to appropriate manufacturer's warranty. Trailer Air Suspension Systems MPA40 (Tandem Axle Parallelogram) Major Structural Components Curbing Damage Warranty2 Height Control Valve Shock Absorbers Air Springs Bushings PinLoc Air Controls PinLoc Actuator MPA20 (Single Axle Parallelogram) Major Structural Components Height Control Valve Shock Absorbers Air Springs Bushings MTA and MTA -Tech Trailing Arm Suspension Major Structural Components Height Control Valve Air Springs Bushings Shock Absorbers Lift Kit System 5/500/P, 1/100/L 5/500/P, 1/100/L 1/100/P&L 2/200/P&L 2/200/P, 1/100/L 5/UnI/P, 3/UnI/L 1/100/P&L 3/300/P&L 5/500/P, 1/100/L 1/100/P&L 2/200/P&L 2/200/P, 1/100/L 5/UnI/P, 3/UnI/L System 5/500/P, 1/100/L 1/100/P&L 2/200/P, 1/100/L 5/500/P, 3/300/L 2/200/P&L 1/100/P&L 1 Fastener torque coverage is limited to 2/lJnl/P&L when torqued by Cummins - Meritor (For axle and ABS coverage, refer to appropriate product warranties.) 2 "Curbing damage" is defined as deformation (bending, buckling or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding sub -frame consisting of the frame rails, cross -members and central A -frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferable to another trailer VIN and coverage does not apply if the trailer is deemed to be a total loss, scrapped or otherwise not salvageable. 4 LINEHAUL ARRANTY INFORMATION Brake Components Cam Q Series Trailer Brakes Q+ Drum Brake."' 5/500/P, 1/100/L 5/500/P, 1/UnI/P&L ASA 5/500/P, 1/Unl/P&L Hubs/Cast Drums and Other Wheel -End Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/UnI/P STEELite X30 Drum Brake"' 12 -Years or Wearable Life/P EX+ L and EX+LS Air Disc Brake'"3 5/500/P, 1/UnI/L EX+L Air Disc Brake Extended Standard Warranty3.4 5/500/P&L ' For Trailer only, 3/300/P against rust jacking when equipped with Platinum Shield M. z Based on stamped wear diameter max. Warranty coverage for boots, seals, caps, bushings and pins is 2/200/P. Warranty coverage for pads is 1/100/P. 4 Applies only to calipers using friction: MA9300 (EX225LXXXCGXXX). Drivelines RPL 5/500/P, 1/Unl/P&L MXL 3/350/P, 1/UnI/P&L 92N 1/UnI/P Meritor Tire Inflation System (MTIS) MTIS Components 5/UnI/P,1/UnI/L 5 GENERAL SERVICE WARRANTY INFORMATION General Service Vehicles ■. Auto Hauler ■.. Beverage Truck • Bulk Hauler ■. Chip Hauler • Cross Country Coach • Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Grain Hauler • Intercity Coach • Intermodal Chassis • Livestock Hauler • Meat Packer • Moving Van General Service Typically Is: • Typically, moderate mileage operation (less than 60,000 miles/year) • An average of 3 to 30 miles between starts and stops • Maximum grades of 12% • Generally, on -road service (less than 10% off-road allowed) • Category A job sites, terminals, docks and transfer sites (defined as pavement, concrete or maintained and hard packed gravel) or Category B job sites, terminals, docks and transfer sites (defined as loose or unmaintained sand, dirt or gravel; landfill; farm field; mud, or other similar surfaces) • Municipal Truck • Newspaper Delivery • Pick -Up and Delivery • Pipe Hauler • Platform Auto Hauler • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight • School Bus • Stake Truck • Tanker • Tanker Trailer • Tour Bus • Wrecker overage under Cummins, Mentor's warranty require that he application of products be properly approved pursuant, o OEM and Cummins Meritor approvals Refer to TP -9441 or axles, SP -8320 for trailer axles, TP -12126 for drivelines. and/or contact'Cummins Meritor regarding specific application. approval questions on any product line n Front Non -Drive Steer Axles - 2/UnI/P&L FD -965 FF -941 FF -942 FF -943 FF -944 FF -946 FF -961 FF -966 FF -967 FG -941 FH -941 FH -9461 FL -941 FL -943 MFS -6 -151A -N MFS -6 -153B -N MFS -6 -162B -N MFS -6 -153C -N MFS -6 -162C -N MFS -7 -113C -N MFS -12 -132C -N MFS -14G -122B -N MFS -16 -122A -N MFS -7 -153C -N MFS -12E -132C -N MFS -14 -122C -N MFS -16 -133A -N MFS -7 -163C -N MFS -12 -143A -N MFS -14F -122C -N MFS -16 -135A -N MFS -8 -113B -N MFS -12 -144A -N MFS -14G -122C -N MFS -16 -143A -N MFS -8 -143A -N MFS -12E -143A -N MFS -14 -124A -N MFS -18 -133A -N MFS -8 -153B -N MFS -13 -122A -N MFS -14 -132B -N MFS -18 -135A -N MFS -8 -163B -N MFS -13 -122B -N MFS -14F -132B -N MFS -18 -193A -N MFS -10-122A MFS -13B -122B -N MFS -14G -132B -N MFS -20 -133A -N MFS -10 -143A -N MFS -13 -122C -N MFS -14 -132C -N MFS -20 -135A -N MFS -10 -144A -N MFS -13B -122C -N MFS -14F -132C -N MFS -20 -192A -N MFS -12 -122A -N MFS -13 -132B -N MFS -14G -132C -N MFS -20 -193A -N MFS -12E -122A -N MFS -13 -132C -N MFS -14 -142B -N MFS -22 -135A -N MFS -12 -122B -N ' MFS -13B -132B -N MFS -14F -142B -N MFS -22H -135A -N MFS -12E -122B -N MFS -13B -132C -N MFS -14G -142B -N MFS -22 -193A -N MFS -12 -122C -N MFS -13 -143A -N MFS -14 -142C -N MFS -22H -193A -N MFS -12E -122C -N MFS -13 -144A -N MFS -14F -142C -N MFS -12 -124A -N MFS -14 -122A -N MFS -14G -142C -N MFS -12 -132B -N MFS -14 -122B -N MFS -14 -143A -N MFS -12E -132B -N MFS -14F -122B -N MFS -14 -144A -N ' Can also be used with reduced steer angles in tag position in Coach applications. 6 GENERAL SERVICE WARRANTY INFORMATION Rear Drive Single Axles - 2/UnI/P&L MS -17-13X MS -17-14X MS -19-13X MS -19-14X MS -21-13X MS -21-14X MS -23-17X RS -21-160' RC -23-160:. RC -23-161 ' 3/UnI/P&L if PreSet by Cummins -Meritor. RC -23-162' RC -23-165' RS -23-160 RS -23-161 RS -23-185 RS -23-186 RS -24-160 RC -25-160 RS -26-185 MS -26-616 Rear Drive Tandem/Tridem Axles - 2/UnI/P&L MT-34-14X/P MT-40-14T/P ' MT-40-14X/P MT-44-14X/P RT -46-169 MT -52-616 RT -52-185' MT -70-380 MT -58-616 RZ-188 RT -58-185' MS -26 -616 -SP RS -30-185. MS -30-616 MS -30 -616 -SP RS -35-380 ' Each vehicle must have a Request for Application Recommendation (RAR) approved by Cummins -Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Rear Drive Tandem/Tridem - 3/UnI/P&L RT -40-160/P RT -46-160/P RT -46-164/P RT -50-160/P Rear Drive Axles - 1/UnI/P&L RND-14H RND-16A Brake Components Cam Q Series Trailer Brakes' Cam P2 Cam 0+ Drum Brake'"" 0+ Drum Brake'"'1'2 ASA ASA' Hubs/Cast Drums and Other Wheel -End Components Hydraulic Disc Brakes All Other Brakes STEELite X30 Drum Brake3 EX+ Air Disc Brake -4 3/UnI/P, 1/UnI/L 2/200/P 3/UnI/P 3/UN/P&L 2/200/P&L 3/UnI/P 2/200/P 1/UnI/P 1/UnI/P 1/UnI/P 12 -Years or Wearable Life/P 2/UnI/P&L ' For Trailer only, 3/300/P against rust jacking when equipped with Platinum Shield III or Chassis Protect. 2 Applies to Tour Bus and Cross Country Coach only. Based on stamped wear diameter max. Warranty coverage for boots, seals, caps, bushings and pins is 2/200/P. Warranty coverage for pads is 1/100/R Drivelines RPL MXL 92N PTO - 1/UnI/P&L MPT -170 MPT -185 RZ-166 MPT -500 MPT -180 MPT -309 MPT -518 4/400/P, 1/UnI/P&L 3/350/P, 1/UnI/P&L 1/UnI/P MPT -1702 7 GENERAL SERVICE WARRANTY INFORMATION Trailer Axles' Beam and Brackets' TPX4000 Axle Series' Wheel End Systems' Standard Systems AxlePak5 AxlePak76 AxlePakl O' ' For brake components and ABS coverage, 5/UnI/P, 1/UnI/L 10/UnI/P,1/UnI/L 1/UnI/P&L 5/UnI/P&L 7/UnI/P&L 1 0/UnI/P&L refer to appropriate product warranties. 2 9000 Series is 3/UnI/P, 1/UnI/L Structural components only excluding spindle wear. Spindle wear 5/UnI/P, 1/UnI/L. Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 5 When installed by Cummins -Meritor. 6 When specified with AxlePak7 wheel end system, coverage on Meritor Tire Inflation System (MTIS) thru-tee and stator is 7/UnI/P,1/UnI/L. AxlePaklO is limited to Intermodal Chassis applications equipped with TPX4000 series axles. TAG/Pusher Axles' TQ, TR Beam and Brackets 3/UnI/P,1/UnI/L MC14002, MC16003, FH9462 2/UnI/P&L ' For brake components coverage, refer to appropriate product warranties. 2 3/UnI/P&L if sold with PreSet by Cummins -Meritor. Meritor Tire Inflation System (MTIS) MTIS Components 5/UnI/P,1/UnI/L Trailer Mechanical Suspension Systems' IMS40 (Integrated Mechanical Suspension — Tandem)2 1/UnI/P&L IMS20 (Integrated Mechanical Suspension — Single)2 1/UnI/P&L 1 For axle coverage, refer to appropriate product warranties. 2 All other suspension components refer to appropriate manufacturer's warranty. Trailer Air Suspension MPA40 (Tandem Axle Parallelogram)2 Major Structural Components Curbing Damage Warranty' Height Control Valve Shock Absorbers Air Springs Bushings PinLoc Air Controls PinLoc Actuator MPA20 (Single Axle Parallelogram) Major Structural Components Height Control Valve Shock Absorbers Air Springs and Rebound Straps Bushings MTA and MTA -Tech Trailing Arm Suspension Major Structural Components Height Control Valve Air Springs Bushings' Shock Absorbers Lift Kit System Systems' 5/UnI/P, 1/UnI/L 5/500/P, 1/100/L 1/UnI/P&L 2/UnI/P&L 2/UnI/P, 1/UnI/L 5/P, 3/L 1 /UnI/P&L 3/UnI/P&L 5/UnI/P, 1/UnI/L 1/UnI/P&L 2/UnI/P&L 2/UnI/P, 1/UnI/L 5/P, 3/L System 5/UnI/P,1/UnI/L 1/UnI/P&L 2/UnI/P, 1/UnI/L 5/UnI/P, 3/UnI/L 2/UnI/P&L 1/UnI/P&L For axle coverage, refer to appropriate product warranties. 2 Fastener torque coverage is limited to 2/UnI/P&L when torqued by Cummins - Meritor. 3 "Curbing damage" is defined as deformation (bending, buckling or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding sub -frame, consisting of the frame rails, cross -members and central A -frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferable to another trailer VIN and coverage does not apply if the trailer is deemed to be a total loss, scrapped or otherwise not salvageable. " Raw wood applications 3/UnI/P, 1/UnI/L 8 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION Heavy Service/Specialty Vehicles ■ Airport Rescue Fire Fighting (ARFF) • Airport Shuttle' ' • Asphalt Truck ■ Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle ■ Commercial Pick -Up ■ Concrete Pumper ■ Construction Material Hauler • Mixer • Demolition • Drill Rig 1 Commercial chassis only • Dump ' • Equipment Hauling ■ Flatbed Trailer Hauler ■ Flatbed Truck ,• Fracturing Truck • Front Loader • Geophysical Exploration ■ Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Train Heavy Service/Specialty Vehicle Typically Is: • Moderate mileage operation (less than 60,000 miles per year) • On/off-road vocations (10% or more off-road) • Moderate to frequent stops/starts (up to 10 stops per mile) • An average of three (3) miles between starting and stopping • Michigan Special Log Hauler ■ Michigan Special Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Rear Loader (Refuse) • Recycling Truck • Residential Pick -Up (Refuse) • Rigging Truck ■ Roll -Off • Scrap Truck • Semi -End Dump • Sewer/Septic Vacuum ■ Shuttle Bus' • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • .Tractor/Trailer with Jeeps ■ Transfer Dump • Transfer Vehicle • Utility Truck • Winch Truck overage -under Cummins:Meritor's warranty'irequire that : ie application of products be properly approved pursuant , o OEM and Cummins Meritor approvals Refer to TP9441 P 8 or axles; S3211 for trailer axles, -TP 12126 for dr velines and%or contactCumminsMeritor regarding specific application approval questions'on any.product line '. Front Non -Drive Steer Axles - 2/UnI/P&L FD -965 FF -941 FF -942 FF -943 FF -944 FF -946 FF -961 FF -966 FF -967 FG -941 FG -943 FH -941 FH -946 FL -941 FL -943 MFS -6 -151A -N MFS -6-153B MFS -6-162B MFS -6-162C MFS -7 -113C -N MFS -7 -153C -N MFS -7 -163C -N MFS -8 -113B -N MFS -8 -153B -N MFS -8 -163B -N MFS -10-122A MFS -10 -143A -NI MFS -10 -144A -N MFS -12-122 MFS -12E-122 MFS -12 -122B -N MFS -12E -122B -N MFS -12 -122C -N MFS -12E -122C -N MFS -12 -124A -N MFS -12-1328-N MFS -12E -132B -N MFS -12 -132C -N MFS -12E -132C -N MFS -14G -122B -N MFS -16 -122A -N MFS -12 -143A -N MFS -14 -122C -N MFS -16 -133A -N MFS -12 -144A -N MFS -14F -122C -N MFS -16 -135A -N1 MFS -12-155 MFS -14G -122C -N MFS -16 -143A -N MFS -13-122 MFS -14 -124A -N MFS -18 -133A -N MFS -13 -122B -N MFS -14 -132B -N1 MFS -18 -135A -N MFS -13B -122B -N MFS -14F -132B -N1 MFS -18 -192A -N MFS -13 -122C -N1 MFS -14G -132B -N MFS -18 -193A -N ' MFS -13B -122C -N MFS -14 -132C -N MFS -20 -133A -N MFS -13 -132B -N MFS -14F -132C -N MFS -20 -135A -N MFS -13B -1328-N MFS -14G -132C -N MFS -20 -192A -N MFS -13 -132C -N MFS -14 -142B -N MFS -20 -193A -N1 MFS -13B -132C -N MFS -14F -142B -N MFS -22 -135A -N MFS -13 -143A -N MFS -14G -142B -N1 MFS -22H -135A -N MFS -13 -144A -N MFS -14 -142C -N MFS -22 -193A -N MFS -13-155 MFS -14F -142C -N MFS -22H -193A -N MFS -14-122 MFS -14G -142C -N RF -16-145 MFS -14-1228-N MFS -14 -143A -N RF -21-160 MFS -14F -122B -N MFS -14 -144A -N 9 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION Front Drive Steer Axles - 2/UnI/P&L MX -10-120 MX -10-120 EVO MX -12-120 MX -12-120 EVO MX -14-120 MX -14-120 EVO MX -16-120 MX -18-120 MX -17-140 Front Drive Steer Axles - 1/UnI/P&L MX -08 -130 -FV (FSD-08A) MX -10 -130 -FV (FSD-10A) MX -12 -130 -FV (FSD-12A) MX -13 -130 -FV (FSD-13A) MX -14 -130 -FV (FSD-14A) MX -16 -130 -FV (FSD-16A) MX -18 -130 -FV (FSD-18A) MX -18 -130 -SD (SDA -1800) Rear Drive Axles - 2/UnI/P&L MS -17-14X MS -19-14X MS -21-14X RS -21-160 RC -23-160 RH-23-160 RS -23-160 RC -23-161 RS -23-161 RS -23-185 MX -19-140 MX -21-140 MX -21-160 MX -20 -130 -FV (FSD-20A) MX -21 -130 -FV (FSD-21 A) MX -21 -130 -SD (SDA -2100) MX -23 -130 -FV (FSD-23A) RS -23-186/380 RS -24-160 RC -25-160 RS -25-160 MS -26-616 Rear Drive Axles - 1/UnI/P&L RND-14H RND-16A MS -26 -616 -SP RS -26-185/380 RC -26-633 MS -30-616 MS -30 -616 -SP Rear Drive Tandem/Tridem Axles - 2/UnI/P&L MT-34-14X/P MT-40-14T/P MT-40-14X/P MT-44-14X/P RT -46-169 RT -58-160 MT -52-616 MT -52 -616 -SP RT -52-185/3801.2 MT -58-616 MT -58 -616 -SP RT -58-185/3801.2 MX -23-160 MX -23-810 MX -23 -130 -SD (SDA -2300) RS -30-185/380 MS -35-380 RS -38-380 MT -58-616 MT -58 -616 -SP RT -70-380 MT -70-380 RZ-188 ' Axle model designated will vary according to options and variations specified on these axles. Contact Cummins -Meritor Axle Applications Engineering for details. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Cummins -Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Rear Drive Tandem/Tridem - 3/UnI/P&L RT-40-160/P/A3 RT-46-160/P/A1.3 RT -46-164/P2.3 RT-50-160/P/A3 RZ-166 U.S. only. Canadian warranty = 1/UnI/P for combination vehicles only. z Axle model designated will vary according to options and variations specified on these axles. Contact Cummins -Meritor Axle Applications Engineering for details. 3 Each vehicle must have a Request for Application Recommendation (RAR) approved by Cummins -Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. PTO - 1/UnI/P&L MPT -170 MPT -185 MPT -180 MPT -500 MPT -1702 MPT -309 MPT -518 10 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION Drivelines RPL 92N MXL.. 3/UnI/P,-1/UnI/P&L 1/UnI/P&L 1/UnI/P&L Transmission - 1/UnI/P&L FAT 30 Brake Components Cam P Cam P Cam Cast Plus'" Q+ Drum Brake'' Q+ Drum Brak&' 2 ASA ASA' Hubs/Cast Drums and Other Wheel -End Components' Hydraulic Disc Brakes All Other Brakes EX+ Air Disc Brake' 3/UnI/P 2/10O/P 2/100/P&L 3/UnI/P&L 2/100/P&L 3/UnI/P 2/1O0/P 1/UnI/P 1/UnI/P 1/UnI/P 2/100/P&L ' For Trailer only, 3/300/P against rust jacking when equipped with Platinum Shield III. z Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. Based on stamped wear diameter max. Warranty coverage for boots, seals, caps, bushings and pins is 21100/P. Warranty coverage for pads is 1/100/P. Gearboxes - 1/UnI/P&L MGX-402 MGX-423 MGX-450 MGX-466 MGX-451 MGX-479 Transfer Cases - 1/UnI/P MTC -2212 -CV (306) MTC -3106 -FV (TC -137) MTC -3111 (T-2111) MTC -3112 -CV (548C) MTC -3116 (T-2111 through -shaft) MTC -3118 -FV (TC -180 and TC -180-23) MTC -3118 -CV (358) MTC -3120 -FV (TC -143) Trailer Axles' Beam and Brackets2 Wheel End Systems' Standard System4 5/UnI/P,1/UnI/L •1/UnI/P&L For brake components coverage, refer to appropriate product warranties. 2 9000 Series is 3/UnI/P, 1/UnI/L Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. When installed by Cummins -Meritor, Trailer Air Suspension Systems' MTA and MTA-Tec6 Trailing Arm Suspension Major Structural Components2 Height Control Valve Air Springs Bushings2 Shock Absorbers Lift Kit System System 5/500/P, 1/100/L 1/100/P&L 2/200/P, 1/100/L 5/500/P, 3/3O0/L 2/200/P&L 1/100/P&L ' For axle coverage, refer to appropriate product warranties. z Raw wood applications 3/UnI/P,1/UnI/L Meritor Tire Inflation System (MTIS) MTIS Components MTC -3124 (T-2119) MTC -3203 MTC -3205 -GV (MTC-25/RTC-25) MTC -3206 -FV (TC -237) MTC -3206 -CS (544) MTC -3208 -GV (RTC -50) MTC -3209 -GV (MTC-60/RTC-60) MTC -3212 -CV (315 and 548B) MGX-538 MTC -3312 -FV (TC -270) MTC -3220 -FC (TC -142) MTC -4206 -FV (TC -38) MTC -4208 MTC -4210 MTC -4213 5/UnI/P, 1/UnI/L 11 FIRE AND EMERGENCY WARRANTY INFORMATION Fire and Emergency Vehicles ■ Aerial Ladder Truck • Ambulance • Crash Fire Rescue ■ Aerial Platform ■ Command Vehicle • Pumper Fire and Emergency Typically Is: • Lower mileage operations (less than 20,000 miles/year) • Generally, on -road service (less than 10% off-road) • An average of three (3) miles between starting and stopping • Rapid Intervention ■ Tanker Vehicle (RIV) Coverage under Cummins Mentor's warranty require thatetherapplication of products'be properlyPapproved • pursuant to OEM.and Cummins Meritor approvals a Refer to TP -9441 for axles, TP -12126 for dnvebnes Y p, '4 3 -A RA > and/or contact Cummins Meiritor,regarding flet line fie, a`p"plcation approvalquestions on any product line:,; Front Non -Drive Steer Axles - 5/UnI/P&L FL -941 FL -943 MFS -18 -133A -N MFS -18 -135A -N1 MFS -18 -193A -N MFS -20 -133A -N MFS -20 -135A -N MFS -20 -193A -N MFS -22 -135A -N Front Drive Steer Axles - 2/UnI/P&L MX -19-140 MX -21-140 MX -21-160 Rear Drive Single Axles - 5/UnI/P&L RC -23-160 RS -23-160 RS -23-161 RS -23-185 RS -23-186 RS -24-160 ' 2/UnI/P&L if PreSet by Cummins -Meritor. MFS -22H -135A -N MFS -22 -193A -N MFS -22H -193A -N MX -23-160 RC -25-160 RS -35-185' RS -26-185 RS -25-160 RS -30-185 Rear Drive Tandem/Tridem Axles - 5/UnI/P&L MT-40-14X/P RT -46-160/P RT -40-160/P RT -46-164/P MT-44-14X/P RT -46-169 RT -50-160/P MT -52-616 RT -52-185' MT -58-616 RT -58-185' MT -70-3802 MX -23-810 ' Each vehicle must have a Request for Application Recommendation (RAR) approved by Cummins -Meritor prior to vehicle build. All RARs must Identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. 2 2/Unl/P&L Transfer Cases - 1/UnI/P MTC -2212 -CV (306) MTC -3106 -FV (TC -137) MTC -3111 (T-2111 through -shaft) MTC -3112 -CV (548C) MTC -3118 -FV (TC -180 and TC -180-23) MTC -3118 -CV (358) MTC -3120 -FV (TC -143) MTC -3124 (T-2119) MTC -3206 -FV (TC -237) MTC -3206 -CS (544) MTC -3208 -GV (RTC -50) MTC -3209 -GV (MTC-60/RTC-60) MTC -3212 -CV (315 and 548B) MTC -3312 -FV (TC -270) MTC -3220 -FC (TC -142) MTC -4206 -FV (TC -38) MTC -4208 MTC -4210 MTC -4213 12 FIRE AND EMERGENCY WARRANTY INFORMATION Brake Components Drivelines - Cam 3/UnI/P 0+ Drum Brake" 3/UnI/P&L ASA 3/UnI/P Hubs/Cast Drums and Other Wheel -End Components 1/UnI/P Hydraulic Disc Brakes 1/UnI/P All Other Brakes 1/UnI/P EX+ Air Disc Brake -1 2/UnI/P&L ' Warranty coverage for boots, seals, caps, bushings and pins is 212001P. Warranty coverage for pads is 1/100/P. PTO -1/UnI/P&L RPL MXL 92N MPT -170 MPT -185 MPT -500 MPT -1702 MPT -180 MPT -309 MPT -518 4/400/P,1/Unl/L 3/350/P, 1/UnI/L 1/UnI/P 13 TRANSIT BUS WARRANTY INFORMATION Transit Bus Vehicles ■ Airport Shuttle ■ City Bus • Commuter Coach • Shuttle Bus Transit Bus Typically Is: ■ Transit Bus • Moderate mileage operation (less than 50,000 miles per year) • Moderate to frequent stops%starts (up to 10 stops per mile) ■ Trolley overage under Cummins Meritor's warranty require hat the application of products'be property ap roved pursuant toEOEM and Cummins Meritor approvals Refer to,TP 9441 for axles, TP -12126 for dnvelines . and/or contact ummms Meritorregarding specific ,- application approval questions on ny product line - Front Non -Drive Steer Axles - 5/300/P&L FH -946 FH -941' ' Commuter coach only — 2/UnI/P&L MFS -12-155 Rear Drive Single Axles - 5/300/P&L RS -23-160 RC -23-161 71163 79163 ' Commuter coach only — 2/UnI/P&L Tag Axles - 2/UnI/P&L MC -14002 MC -16003 RC -23-162' RC -23-165' FH -946 Center Non -drive Axles - 5/300/P&L MC -26000 71063 Gearboxes - 1/UnI/P&L MGX-450 MGX-451 79063 MGX-538 MFS -13-155 RS -21-160 Brake Components Drivelines Cam Cast PIusTM 0+ Drum Brake"' ASA' Hubs/Cast Drums and Other Wheel -End Components All Other Brakes EX+ Air Disc Brake' 2/100/P&L 2/100/P&L 2/100/P 1/UnI/P 1/UnI/P 2/100/P&L ' Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. z Warranty coverage for boots, seals, caps, bushings and pins is 211001P. Warranty coverage for pads is 1/100/P. RPL 92N MXL 3/UnI/P, 1/UnI/L 1/UnI/P&L 1/UnI/P&L 14 OFF-HIGHWAY SERVICE WARRANTY INFORMATION Industrial and Off -Highway Service Vehicles ▪ Load-On/Load-Off • Trailer Spotter • - Port Tractor . . • Rail Yard Spotter • Roll-On/Roll-Off.-: • Yard Jockey • All and Rough Terrain Cranes ■ Stevedoring Tractor • Forestry • Material Handling • Fertilizer Spreader • Specialized Heavy • Snow Blower Haul • Mining and • Excavator Specialized Mining • Compactor • Rail Car Mover Industrial and Off -Highway Service Typically Is: ■ Low mileage operation • Low speed vehicle speed restriction "..Vehicles are not typically licensed for highway use Six (6) starts/stops per. mile (typical) Coverage under Cumm� plication of products;, 3m mmms Mentor approva specficapplication apl Front Non -Drive Steer Axles - 1/UnI/P FF - 941 FF - 943 FF - 961 FF - 966 FG - 941 FG - 943 FL - 941 FL - 943 Rear Drive Axles - 1/UnI/P MT -14X1 RS -23-186 FN - 951 FS -25 MFS -20 -133A -N MFS -20 -135A -N RS -23-380 RS -30-185 RS -24-160 RS -30-380 ' 2/UnI/P for LO/LO Terminal Tractor applications Planetary Axles - 1/UnI/P MOB MOE MOC MOF MOD MOG Gearboxes - MGX-402 MGX-423 1/UnI/P&L MGX-450 MOH MOR MOS ■ Loader • Tow Tractor • Pushback Tractor Mentor's warranty,require thatithe properly approved pursuantt'o OEM an s Contact Cummins Meritor regardm roval uestions on any product line w` MFS -20 -192A -N MFS -20 -193A -N MFS -22 -135A -N MFS -22H -135A -N RT -1451 RT -1601 MOT MOX MOY MGX-466 MGX-538 MGX-451 MGX-479 PTO - 1/UnI/P&L MPT -170 MPT -185 MPT -500 MPT -180 MPT -309 MPT -518 MPT -1702 MFS -22 -193A -N MFS -22H -193A -N MON-ZO FAMILY MOZ 15 OFF-HIGHWAY SERVICE WARRANTY INFORMATION Transfer Cases - 1/Unl/P MTC -2212 -CV (306) MTC -3106 -FV (TC -137) :. MTC -3111 (T-2111 through -shaft) MTC -3112 -CV (548C) MTC -3116 (T-2111) Drivelines - 1/UnI/P RPL MXL MTC -3118 -FV (TC -180 and TC -180-23) MTC -3118 -CV (358) MTC -3120 -FV (TC -143) MTC -3124 (T-2119) MTC -3206 -FV (TC -237) Transmission - 1/UnI/P&L FAT 30 Brake Components Cam 3/UnI/P Q+ Drum Brake" 3/UnI/P&L ASA 3/UnI/P Hubs/Cast Drums and Other Wheel -End Components 1/UnI/P Hydraulic Disc Brakes 1/Uni/P All Other Brakes 1/UnI/P MTC -3208 -GV (RTC -50) MTC -3209 -GV (MTC-60/RTC-60) MTC -3220 -FC (TC -142) 16 TERMS AND CONDITIONS Coverage Exclusions Product Description All The cost of any repairs, replacements or adjustments to a covered component (1) associated with noise; (2) resulting from the use or installation of non -genuine Cummins -Meritor components or materials; (3) due to vibration associated with improper operation or misapplication of drivetrain components; and (4) damage resulting from corrosion. For axle assemblies supplied by Cummins -Meritor with suspension and interface brackets designed and/or attached by non - Cummins -Meritor parties, Cummins -Meritor warranty coverage does not apply to the brackets, bracket attachment methods and field issues caused by brackets or bracket attachments to any covered component unless specified in a separate OEM agreement. Front Axles' Linehaul — King Pin Bushings 1yr/Unl P&L All Other Vocations — King Pin Bushings Excluded ' King Pin Bushing wear excluded for all vocations. Rear Axles Self-contained traction equalizers and oil filters. The use of NoSPIN differentials will result in the exclusion of axle shafts from warranty considerations. NoSPIN is a product of Eaton. ASA Boot and bushing. Bent, broken, over -torqued, missing or otherwise damaged pawl assemblies. Cam Brake Brake lining wear and brake shoe "rust -jacking." Disc Brake Pad wear, rotor wear. Coverage Limitations Product Description All Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/Unl/P). Warranty coverage on vehicles with 1,850 Ib -ft engine torque and over may be reduced on individual drivetrain components. Contact your Cummins -Meritor representative for specific details. Front Axles Tie rod and tie rod ends limited to 3-year/300,000-mile or published vocational coverage, whichever is less. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Cummins -Meritor. Rear Axles Pinion and through shaft seals limited to 3-year/300,000-mile or published vocational coverage, whichever is less, if yoke is installed by Cummins -Meritor. If yoke is not installed by Cummins - Meritor, then Cummins -Meritor does not warrant pinion seals. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Cummins -Meritor. Rear Axles The Cummins -Meritor breather part number A -2297-C-8765 with A -3196-J-1336 hose must be used for eligibility of any potential warranty consideration relating to contamination and/or loss of lube in axles. Cam Brake Limited to bracket, brake spider and camshaft structural integrity. STEELite X30 Wearable life is up to the discard diameter of the drum. Terms and Conditions (1) What is Covered by this Commercial Warranty? Meritor Heavy Vehicle Systems, LLC warrants to the owner ("Owner") that the components listed in this publication, which have been installed by an Original Equipment Manufacturer ("OEM") as original equipment in vehicles licensed for on -highway use, will be free from defects in material and workmanship. This warranty coverage begins only after the expiration of the OEM's vehicle warranty for the applicable covered components. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner or the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed elsewhere in this warranty statement. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Components (whether new, used or remanufactured) installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. For certain components, coverage requires the use of specific extended drain interval or synthetic lubricants. For further information about lubrication and maintenance, see Cummins -Meritor publication Maintenance Manual Number I and the applicable Cummins -Meritor maintenance manual for the product in question. Other conditions and limitations applicable to this warranty are detailed below. 17 TERMS AND CONDITIONS (2) Designation of Vocational Use Required To obtain warranty coverage, each Owner must notify Cummins -Meritor through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the Cummins -Meritor components have been incorporated prior to the vehicle in-service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or.with Cummins -Meritor directly. Failure to notify Cummins - Meritor of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/Un1/P) from the initial in-service date. A second Owner and each subsequent Owner must also notify Cummins - ti Meritor as to the intended vocational use of the vehicle. This notification can be sent directly to Cummins -Meritor or through the OEM new truck and/ or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under Cummins-Meritor's warranty requires that the application of products be properly approved pursuant to OEM and Cummins -Meritor approvals. Refer to TP -9441 for axles, SP -8320 for trailer axles, TP -12126 for drivelines and/or contact Cummins -Meritor regarding specific application approval questions on any product line. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? This warranty does not cover normal wear and tear; nor does it cover a component that fails, malfunctions or is damaged as a result of (I) improper installation, adjustment, repair or modification (including the use of unauthorized attachments or changes or modification in the vehicle's configuration, usage or vocation from that which was originally approved by Cummins -Meritor), (II) accident, natural disaster, abuse or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the axle and/or driveline capacity) or (III) improper or insufficient maintenance (including deviation from approved lubricants, change intervals or lube levels). This warranty does not cover any component or part that is not branded by Cummins -Meritor. For vehicles that operate full or part time outside of the United States and Canada, a one year, unlimited mileage, parts only warranty (1/Unl/P) will apply. Product models, brands, names and trademarks depicted herein are the property of their respective owners and, except where otherwise indicated, are not in any way associated with Meritor Heavy Vehicle Systems, LLC, or any parent or affiliate, thereof. (5) Remedy The exclusive remedy under this warranty shall be the repair or replacement of the defective component at Cummins-Meritor's option. Cummins -Meritor reserves the right to require that all applicable failed materials are available and/or returned to Cummins -Meritor for review and evaluation. (6) Disclaimer of Warranty THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESSED, IMPLIED OR STATUTORY INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. (7) Limitation of Remedies In no event shall Cummins -Meritor be liable for special, incidental, indirect or consequential damages of any kind or under any legal theory, including, but not limited to, towing, downtime, lost productivity, cargo damage, taxes or any other losses or costs resulting from a defective covered component. (8) To Obtain Service If the Owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either Cummins -Meritor or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM new truck and/or trailer dealer or authorized Cummins -Meritor service location. The dealer will inspect the vehicle and contact Cummins -Meritor for an evaluation of the claim. When authorized by Cummins -Meritor, the dealer will repair or replace during the term of this warranty any defective Cummins -Meritor component covered by this warranty. (9) Entire Agreement This is the entire agreement between Cummins -Meritor and the Owner about warranty and no Cummins -Meritor employee or dealer is authorized to make any additional warranty on behalf of Cummins -Meritor. This agreement allocates the responsibilities for component failure between Cummins -Meritor and the Owner. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. cummins.com SP -95155 Bulletin 6461105 Produced in U.S.A. Rev. 1/24 ©2024 Meritor, Inc. 1. LIMITED WARRANTY Fre esc e A. mmrat s Three (3) Year Material and Workmanship Meritor Wabco ABS Brake System Litt iced Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides • the following warranty to the Buyer. Coverage: The Meritor Wabco ABS brake system shall be covered by Meritor Wabco as indicated in the attached Meritor Wabco warranty coverage description Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After: Three (3) Year ' - Conditions and Exclusions: See Also Paragraphs 2thru4 The exclusions listed in the attached Meritor Wabco warranty description shall apply. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/25/2013 WA0232 arrancy Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; . (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be'replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. WARRANTY MODEL YEAR 2021. VEHICLES Warranty coverage is essential to protecting your investment. But understanding the full details of your coverage can be challenging. This straightforward approach allows you, our valued customer, to better understand how your specific vehicle applications will be covered in your region. Our component warranty coverage is provided according to vocation/usage categories listed below. • Linehaul covers high mileage operation (over 60,000 miles/year) on well-maintained major highways of concrete or asphalt construction. • General Service covers moderate mileage operations (less than 60,000 miles/year) on well-maintained public roads (less than 10 percent off-road) typically with less than three (3) stops per mile. • Heavy Service (Vocational) covers vehicles with more than 10 percent off-road OR moderate to frequent starts/stops typically with more than three (3) stops per mile. • Off -Highway Service covers lower mileage operations. Vehicles are not typically licensed for highway use. Number of Years How to Read Warranty Coverage (Example) Mileage. (in thousands) UnI=Unlimited P=Parts Only P&L=Parts & Labor 3 300 P • The standard aftermarket warranty for WABCO products - including WABCO Original parts, WABCO Reman Solutions, ProVia quality aftermarket parts and WABCO retrofit solutions - is one year, parts only from in-service date when purchased from ZF distributor networks or its affiliates and/or subsidiaries. WABCO WARRANTY - MODEL YEAR 2021 VEHICLES LINEHAUL/GENERAL SERVICE WARRANTY INFORMATION LINEHAUL/GENERAL SERVICE VEHICLES • Aerial Ladder Truck • Aerial Platform • Ambulance • Auto Hauler • Beverage Truck • Bulk Hauler • Chip Hauler (Truck) • Cross Country Coach • Doubles • Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Grain Hauler • Intercity Coach • Intermodal Chassis LINEHAUL TYPICALLY IS • High mileage operation (over 60,000 miles/year) • Well maintained major highways of concrete or asphalt construction • Livestock Hauler • Meat Packer • Moving Van • Municipal Truck • Pipe Hauler • Platform Auto Hauler • Pumper • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight • School Bus • Stake Truck • Tanker • Tanker Truck • Triples • Tour Bus • Wrecker GENERAL SERVICE TYPICALLY IS • Moderate mileage operations (less than 60,000 miles/year) • Well maintained public roads (less than 10% off-road) • Less than three (3) stops per mile WABCO Components' Air Management Air Brake Valves 1/100/P&L Trailer Lift Axle Control Valve Trailer Control Line Filter' Air Compressors (ALL)2 2/200/P&L Air Dryers (ALL) Aerodynamics OptiFlow' TrailerSkirt 3/300/P&L 2/UnU/P OptiFlow° Trailer Tail and AutoTail Braking Systems ABS (Anti -Lock Braking System) Air 2/Unl/P 3/300/P&L 2/200/P&L ABS (Anti -Lock Braking System) Hydraulic Electronic Braking System (EBS) Electronic Stability Control (ESC) Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Trailer ABS (Anti -Lock Braking System)3 Driveline Suspension Control Clutch Controls Leveling Valves 1/100/P&L OptiRide° Automated Manual Transmission (AMT) OptiRide° Electronically Controlled Air Suspension (ECAS) 3/300/P&L WABCO Components' (cont.) - - -- - ---- - - Safety- - - - - _ OnGuardACTIVE° - - 3/300/P&L 3/300/P&L 6/600/P OnLane° OnLaneALERT`y OnSide° Trailer SafeStartTM Trailer TaiIGUARDTM Telematics TrailerCASTTM Telematics Device • 'Wheel End Solutions EasyFitTM Slack Adjuster MAXXUSTM Truck Air Disc Brake 5/500/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 17 and 19 Air Disc Brake 2/Unnll/PP and Pan 22 Air Disc Brake 5/500/P and 1/L TRISTOPTM D Actuator w/ IBV or IRB 6/600/P TRISTOPTM D Actuator 3/300/P UNISTOPTM Actuator 2/200/P Trailer MAXX22TTM Air Disc Brake 5/500/P and 1/L 1 ZF and WABCO branded components. WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing.' An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. HEAVY SERVICE (VOCATIONAL) WARRANTY INFORMATION HEAVY SERVICE: VEHICLES • Airport Rescue Fire .(ARF)_ • Airport'Shuttle:.:: • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle. • City Bus r • Commercial Pick:Up • Concrete Pumper • Construction Material Hauler • Crash Fire Rescue (CFR) • Mixer • Demolition • Drill Rig • Dump • Emergency Service • Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration • Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler HEAVY SERVICE TYPICALLY Michigan Special-:; = Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Newspaper Delivery • Package Delivery . • Pick-up and Delivery • Rapid Intervention Vehicle (RIV) • Rear Loader • Recycling Truck • Residential Pick-Up/Waste • Rigging Truck • Roll -Off • Scrap Truck • Semi -End Dump .• Sewer/Septic Vacuum • Shuttle Bus • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • Tractor/Trailer with Jeeps • Transfer Dump • Transfer Vehicle • Transit Bus • Trolley • Utility Truck • Winch Truck IS • On/Off road vocations (10% or mo • Moderate to frequent starts/stops stops per mile re off-road) OR typically more than three (3) WABCO Components' Air Management Air Brake Valves 1/100/P&L 3/300/P&L Air Compressors (ALL)2 Air Dryers (ALL) Trailer Control Line Filter' Braking Systems ABS (Anti -Lock Braking System) Air ABS (Anti -Lock Braking System) Hydraulic 2/200/P&L Electronic Braking System (EBS) 3/300/P&L 2/200/f,&L Electronic Stability Control (ESC) Trailer ABS Valve3 Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Driveline Suspension Control OptiRide® Electronically Controlled Air Suspension (ECAS) Leveling Valves 1/100/P&L Clutch Controls Safety OnGuardACTIVE® 2/200/P&L 3/300/P&L 3/300/P&L 2/200/P OnLane® OnLaneALER-P OnSide® Trailer SafeStartTM Trailer TailGUARDTm Telematics TrailerCASTTM Telematics Device Wheel End Solutions EasyFitTm Slack Adjuster MAXXUSTM Air Disc Brake 1/Unl/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/U1/P&L Trailer MAXX22TTM 1/UnVP&L TRISTOPTM D Actuator w/ IBV 3/UnVP TRISTOPTM D Actuator 2/200/P UNISTOPTM Actuator 1/100/P 1 ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. WARRANTY MODEL YEAR. 2021 VEHICLES INDUSTRIAL/OFF-HIGHWAY SERVICE WARRANTY INFORMATION INDUSTRIAL AND OFF-HIGHWAY SERVICE TYPICALLY -.IS • Low mileage°operation3 • Vehicles are not typically licensed for highway use • ' Market Agriculture Common Application Types Fertilizer Spreader, Tractor, Heavy Duty Ag Trailers, Harvester, Sprayer, Skid Loader, Silage Bagger, Slurry Wagons, Grain Cart Airport Support Pushback Tractor, Towing Tugs, Aircraft Tow Tractor, Refueling Trucks, Food Service Trucks, Baggage Tractors, De -Icing Equipment, Runway Clearing Equipment Construction All -Terrain Crane, Rough Terrain Crane, Excavator, Compactor, Wheel Loader, Road Roller, Motor Grader, Articulated Dump Truck, Rubber Tire Road Roller, Backhoe Loaders, Haul Trucks, Scraper Rough Terrain Forklifts, Trenchers, Drills Forestry Logging Forwarder, F adder, Loaders, Yard Forklifts, Harvesters Fellers Material Handling Port Tractor, Rail Yard Spotter, Stevedoring Tractor, Trailer Spotter, Yard Jockey, Scissor at, Straddle Carrier, Manlift, Forklift, Boom Lift Telebandlers, Aerial Work Platforms Mining Specialized Mining, Excavator, Had Truck, Underground Loader, Service Trucks, Wheel Loaders, Scrapers, Load Haul Dumps, Personnel Transports, Bolters, Scalers Municipal Street Sweeper, Utility Tractor, Utility Trucks, Tree Trimmers, Dump Trucks, Tow Trucks, Rat Bed Trucks, Winch Applications Oil & Gas Fracturing Trailer, lnjecter Heads, Top wives, Jack/Lift Boats, Wireline Trucks, Load -On / Load -Off Rail Railcar Mover, Track Layers, Grinders, Platform Crane, Locomotive Railcars, Ballast Equipment, Winch Applications WABCOComponen_ts' Air Management Air Brake Valves 2/UnVP 2/UnVP 2/Unl/P 1 /100/P&L _ 1/100/P&L 2/UnVP 2/UnVP 2/200/P Air Compressors (ALL)2 Air Dryers (ALL) Brake Actuation Air/Hydraulic Actuators Master Cylinders Remote Actuators Slave and Wheel Cylinders Two Fluid Actuators Brake Locks Brake Locks (ALL) Electric Brake Locks Lever Locks Braking Systems ABS (Anti -Lock Braking System) Air ABS (Anti -Lock Braking System) Hydraulic Driveline Suspension Control Clutch Controls Leveling Valves Electrohydraulics & Controls Electronic Pedals Electrohydraulic Brake Valves (EBV) Pressure Switches e HydraulicBraking Solutions Accumulator Charging Valves Hydraulic Throttle Controls and Switches Modulating Brake Valves Wheel End Solutions ° . EasyFitTM Slack Adjuster Caliper Disc Brakes 2/UnVP MAXXUSTM Air Disc Brake 1/UnVP&L Multiple Disc Brakes 2/UnI/P IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/UnVP&L TRISTOPTM D Actuator w/ IBV 3/UnVP TRISTOPTM D Actuator 2/200/P UNISTOPTM Actuator 1/100/P ' ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZR Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 Equivalent hours of service limit: 2,000 hours for all components. TERMS AND CONDITIONS COVERAGE EXCLUSIONS PRODUCT DESCRIPTION ALL PRODUCTS This Warranty shall not apply to the following, but not limited to: (1) damage to the product or its component parts caused by incorrect use, installation, maintenance or repair, including without limitation (a) improper fit of mating components or brackets, damaged threads, cut, broken, chafed, pinched or otherwise damaged wiring (sensors, harnesses and connectors), (b) sensors damaged during removal when seized in block, or associated with sensor adjustments/ alignments, and (c) damage resulting from the use or installation of non -genuine WABCO components or materials; (2) damage to the product, its component parts, or diminished product or component part performance due to incorrect operation, deviation from approved conditions or misapplication; (3) any unauthorized disassembly of the product or its component parts including without limitation (a) obliterated, defaced or missing WABCO or WABCO name plate, serial numbers or label identifying the device as a ZF product or WABCO component, (b) changes to sealed adjusting screws, and (c) opening or attempted repair of non -serviceable components; (4) malfunction of the component due to internal contamination of the vehicle system including without limitation (a) water and other contamination damage that is due to the use of a non -genuine air dryer cartridge or (b) valve failures due to contamination in air system, (5) complaints associated with noise, (6) damage resulting from corrosion (including oxidation of electrical devices and connections). AIR DRYERS Mounting brackets (see vehicle OEM). Desiccant cartridge housing only. AIR SYSTEM COMPONENTS Normal wear items; Gladhand seals, dash valve knobs, valve actuation handles, treadles, pedals. ABS, ELECTRONIC STABILITY CONTROL (ESC), ROLL STABILITY CONTROL (RSC), OPTIRIDE®, ONGUARD® AND ONLANE®, COLLECTIVELY "ELECTRONICS" Failure of electronic components due to overvoltage condition, improper grounding, electrostatic discharge (ESD), improper shielding, electromagnetic interference (EMI), or other wiring or installation issues. Malfunctions and failure codes caused by other electronic subsystem failures (data bus, engine, transmission, dashboard, etc.) HYDRAULIC COMPONENTS For certain components, brake fluid DOT3 or DOT4 is used as the operating medium. Use of any other fluid will void all warranties associated with that component. For hydraulic braking applications the brake fluid is considered a maintenance item. Maintenance intervals are listed in TB - 1367. COVERAGE LIMITATIONS PRODUCT DESCRIPTION ALL PRODUCTS Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, 1 /Unl/P. For vehicles that operate full- or part-time outside of the United States and Canada, a 1-Year/Unlimited Miles parts only (1 /Unl/P) will apply. TOOLBOX PLUSTM DIAGNOSTIC SOFTWARE Proper diagnostics of WABCO Electronics may require the latest version of TOOLBOX PLUSTM. Additional labor due to use of an outdated version of TOOLBOXTM software and/or the time to purchase or install the latest version of TOOLBOX PLUSTM are not covered under product warranty. WARRANTY MODEL YEAR' 2021 VEHICLES TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty?. ' ZF CV Systems North America LLC and its North American ,subsidiaries and affiliates (ZF) warrant to the owner ("Owner") that the.. components listed in this publication, which have been installed by an Original Equipment Manufacturer ("OEM") as original equipment will be free from defects in material and workmanship. This warranty coverage begins from the original in-service date to the limits provided and runs concurrently with any warranties provided by OEMs and/or any distribution agreements and/or any service contracts that cover the components listed in this publication, if any. If the components listed in this publication are covered by an OEM warranty and/or service contract, then the OEM's warranty and/ or service contract shall supersede ZF's warranty and Owner shall comply with all OEM's warranty and/or service contract requirements for claims under such OEM's warranty andlor service contract until those agreements expire. Once those agreements expire and provided the ZF warranty has not expired under the terms stated above, the ZF warranty will be in effect until its expiration date. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed previously in this publication. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Additional diagnostic time due to use of an outdated version of TOOLBOXTM, time to purchase or install latest version of TOOLBOXTM are the responsibility of the authorized ZF distributor networks and are not covered under product warranty. Components installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify ZF through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the WABCO components have been incorporated prior to the vehicle in- service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with ZF directly. Failure to notify ZF of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/UnVP) from the initial in- service date. A second Owner and each subsequent Owner must also notify ZF as to the intended vocational use of the vehicle. This notification can be sent directly to ZF or through the OEM new truck and/or trailer. dealer The duration and miles coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocation< use. Coverage under ZF's warranty requires thatthe,applicatioq products be properly approved pursuant to OEM and ZF; ap (3) What is the Cost of this Warranty? There is no charge to the Owraer'for ` this warranty. (4) What is not Covered by this Warranty? In addition to the items listed"on,• "Coverage Exclusions," this warranty does not cover normal wear an + tear, or service items; nor does it cover a component that fails, malfunctions or is damaged as a result of (a) improperhandling, storage, installation, adjustment, repair or modification including the use of unauthorized attachments or changes or modification in the vehicle's configuration, usage, or vocation from that which was originally approved by ZF, (b) accident, fire or other casualty, natural , disaster, road debris, negligence, misuse, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the brake system capacity), or (c) improper or insufficient maintenance (including deviation from maintenance intervals, approved lubricants, or lube levels). This warranty does not cover any component or part that is not sold by ZF. (5) To obtain service. If the owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either ZF or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM dealer or ZF distributor networks' servicer. The dealer or ZF authorized servicer will inspect the vehicle and contact ZF for an evaluation of the claim. When authorized by ZF, the dealer or ZF authorized servicer will repair or replace during the term of this warranty any defective WABCO component covered by this warranty. (6) Disclaimer of Warranty and Limitation of remedies. TO THE MAXIMUM EXTENT PERMITTED BY LAW, THE LIMITED WARRANTY SET FORTH HEREIN IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, ARISING BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE AND/OR WARRANTY FOR HIDDEN OR , LATENT DEFECTS, AND IN NO EVENT WILL ZF OR ANY OF ITS'. : AFFILIATES BE LIABLE FOR DIRECT, INDIRECT, INCIDENTAL, PROGRESSIVE, SPECIAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND. (7) Legal action. Any legal action or claim arising from or related t� this Warranty, in contract or otherwise, must be commenced within one year from the accrual of that cause of action, or be barred forever. Any dispute arising in connection with this agreement shall be governed by and construed according to the laws of the State of Michigan and be brought, heard and determined exclusively in either the Circuit Court for the County of Oakland, State of Michigan or the United States District Court for the Eastern District of Michigan. The parties stipulate that the referenced venues are convenient. (8) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at ZFs option. ZF reserves the right to require that all applicable covered components are available and/or returned to ZF for review and evaluation. THE MAXIMUM LIABILITY, IF ANY, OF ZF FOR ALL DAMAGES, INCLUDING WITHOUT LIMITATION CONTRACT DAMAGES, BREACH OF WARRANTY, NEGLIGENCE, STRICT LIABILITY, OR OTHER TORT, IS LIMITED TO AN AMOUNT NOT TO EXCEED THE PURCHASE PRICE OF THE PRODUCT and where indicated in the product and application warranty information above, the inclusion of labor is limited to the standard repair time. THE PARTIES ACKNOWLEDGE AND AGREE THAT THE LIMITATION OF DAMAGES PROVISION SET FORTH IN THIS PARAGRAPH SURVIVES BETWEEN THE ORIGINAL END USER AND ZF EVEN IF THE EXCLUSIVE REMEDY SET FORTH ABOVE IS DEEMED TO FAIL OF ITS ESSENTIAL PURPOSE. ZF may change the design or make improvements to its Products without incurring any warranty obligation for previously manufactured Product . (9) Entire Agreement. This is the entire agreement between ZF and the Owner about warranty and no, ZF employee, or dealer is authorized to make any additional warranty on behalf of ZF unless in writing and signed by an authorized representative of ZF. For further product details contact"your distributor -or the WABCO Customer Care Center at 855-228-3203. About ZF Friedrichshafen AG ZF is a global technology company and supplies systems for passenger cars, commercial vehicles and industrial technology, enabling the next generation of mobility. ZF allows vehicles to see, think and act. In the four technology domains Vehicle Motion Control,'Integrated Safety, Automated Driving, and Electric Mobility, ZF offers comprehensive solutions for established, vehicle manufacturers; and newly emerging transport and mobility service providers. ZF electrifies different kinds of vehicles. With its products, the company contributes to reducing emissions and protecting the climate. 'ZF, which acquired WABCO Holdings Inc. on May 29, 2020, now has 160,000 employees worldwide with approximately 260 location in 41 countries. In 2019, the two then -independent companies achieved sales of €36.5 billion (ZF) and $3.4 billion (WABCO). For more; information, visit: www.wabco-na.com 0 2021 ZF CV Systems North America LLC - All rights reserved - SP1375 / 2.2021 WABCO 1. LIMITED WARRANTY Fire and Rescue Apparatus Ten (10) Year Structural Integrity Custom Cab Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever I as to: Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides.; the following warranty to the Buyer .' Coverage: The Pierce Custom Cab shall be free from structural failures' caused by defects in material and workmanship Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Ten (10) Years or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty applies only to the cab tubular support and mounting structures and other structural components of the cab of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance: with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0012 (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fore and Rescue Apparatus, Ten (10) Year Pro -Rated Paint and Corrosion Cab carAmfiett Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides; the following warranty to the Buyer. Coverage: •defect - _ Exterior surfaces of the 'cab painted by Pierce shall be free . ; from blistering, peeling, corrosion or any other adhesion caused by defective manufacturing methods or paint material selection. ,. Warranty Begins: • . The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. • . Ten (10) Years Conditions and Exclusions: See Also Paragraphs 2 thti 4 - This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% • 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on • • the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper , cleaning and maintenance procedures are detailed in the • Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. - This limited warranty shall apply only if the product is properly maintained in accordance ' with Pierces maintenance instructions and manuals and Is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0055 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: - (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; • (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or . (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYERS EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination andlor repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES.: Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, . REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierre) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. Fire and Rescue Apparatus Five (5) Year Material and Workmanship Command Zone Electronics Limited Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides r the following warranty to the Buyer. ' Coverage: Command Zone control modules shall be free from failures caused by defects in material and workmanship . Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Five (5) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire hamesses, cables and connectors are not covered under this limited warranty and are Instead covered under the Pierce One Year Basic Apparatus Limited Warranty. • This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is • normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer ' discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0014 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component attachment or accessory that is incorporated into or attached to the vehicle. 1. LIMITED WARRANTY Fire and Rescue Apparatu Ten (10) Year Material and Workmanship Pierce 12V LED Strip Light 91(a�rdw Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer ` ' Coverage: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Pierce 12V LED strip lights installed on the apparatus occuring during the warranty period. Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Ten (10) Year . Conditions and Exclusions: See Also Paragraphs 2thru4 This limited warranty does not apply to related wire hamesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. This limited warranty shall apply only if the product is property maintained in accordance ' with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 7/5/2011 WA0203 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies Into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. z. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, . WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part component, attachment or accessory that is incorporated into or attached to the vehicle. relMINIre1NNfi71OMle1MMMANOlelreJMWOMMMINNrellOfelfeJannfe1fe1annanafelMMM MM1e1MMfelMrelNAMMUMrelMANfe IFD O e Allison ® Transmission. .LIMITED. WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS USED IN EMERGENCY VEHICLE APPLICATIONS NEW PRODUCT WARRANTY PARTICIPATING OEM SALES DISTRIBUTOR SALES Allison Transmission will provide for repairs or replacement, at its option, during the warranty period of each new Allison transmission listed below that is installed in an Emergency Vehicle in accordance with the following terms, conditions, and limitations. WHAT IS COVERED • WARRANTY APPLIES — This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and is provided to the original and any subsequent owner(s) of the vehicle during the warranty period. • REPAIRS COVERED — The warranty covers repairs or replacement, at Allison Transmission's option, to correct any transmission malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements will be performed using the method Allison Transmission determines most appropriate under the circumstances. • TOWING —Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent further damage to your transmission. PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in section "APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE." OBTAINING REPAIRS — To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or Dealer to perform necessary repairs. TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and re -installation of the transmission, when necessary to make a warranty repair, are covered by this warranty. • WARRANTY PERIOD — The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail purchaser, with the following exception: Demonstration Service - A transmission in a new truck or bus may be demonstrated to a total of 5000 miles (8000 kilometers). If the vehicle is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be entitled to the remaining warranty. APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE APPL'ICABLE' � �x � .` WARRANTY LIMITATIONS . hicheveroccurs first), ADJUSTMENT CHARGE TO BE PAID;BY THE`CUSTOMER . ,;x .MODELS "� � Months Transmission Miles Or Kilometers ,.:. asts. Labor 3000,;3200,3500; 3700` 0-24 No Limit No Charge No Charge r' HTi with'Hydrauhc,Ccin trols ; ' 0-24 No Limit No Charge No Charge AT,1000 SeriesT', 2000 SeriesTM, '2400 Sertesm ' 0-36 No Limit No Charge No Charge ';'� : HT with; Electronic Controls ' r = ' 0-60 No Limit No Charge No Charge HD 1000 EVS; 2100 EVS, 2200 EVS S, 2500 EVS, 2550 EVS, 2350 EV..^41:5:S'06,0:$;''',1460,„. 364.4:g. , 3500 EVS;'4000, ,r 4000 EVS,°4500,,4500 ,0§'14,-.,04i ' '4700.EVS;.4800, 4800,EVS �` . 0-60 No Limit No Charge No Charge Page 1 of 2 elelelelrJeleleJeleluialeleleleleleleleJeJaleteleleletelelelelelelelelele7eleleleleleleleleleinleleleleleleleteleleleleletetelelelelet o 1melMlelWMApMMMOMMfelfelfelMMfe1NIEIMIre-lfelMfelfelfelfelfelfellelfel[elMMNlOMMle1AfelAlellelfelfelMMMOellellOMMlfellelWO1fe1fe1MOMMOD D WHAT IS NOT COVERED • DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION — Defects and damage caused as the result of any of the following are not covered: Flood, collision,fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle; Misuse of the vehicle; Installation into unapproved applications and installations; — Alterations or modification of the transmission or the vehicle, and — . Damage resulting from improper storage (refer to long-term storage procedure outlined in the applicable Allison Service Manual); — Anything other than defects in Allison Transmission material or workmanship NOTE: This warranty is void on transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled. CHASSIS, BODY, and COMPONENTS — The chassis and body company (assemblers) and other component and equipment manufacturers . are solely responsible for warranties on the chassis, body, component(s), and equipment they provide. Any transmission repair caused by an alteration(s) made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s). • DAMAGE CAUSED by LACK of MAINTENANCE,or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in the OPERATOR'S MANUAL — Defects and damage caused by any of the following are not covered: — Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; • — Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator's Manual. • MAINTENANCE —Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the owner's responsibility. • REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison Transmission Distributor or Dealer are not covered. ' • USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are not genuine Allison Transmission parts are not covered. - EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle use; inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs. • "DENIED PARTY" OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non -participating OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a "denied party" or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury. OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT This warranty gives you specific legal rights and you may also have other rights which vary from state to state. Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. • PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** ** Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OTHER TERMS APPLICABLE TO OTHER END-USERS :THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON • -TRANSMISSION DOES NOT AUTHORIZE ANY -PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY IN CONNECTION WITH SUCH TRANSMISSIONS.: ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. QUESTIONS If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission Distributor or Dealer or write to: • , Allison Transmission, Inc. P.O. Box 894 Indianapolis, IN 46206-0894 Attention: Warranty Administration PF -9 Form SE0616EN (201009) Page 2 of 2 MMfeUelMfelfe MMfelleifeJfelfelfelMMICeifelfeiMMfelfepMM[egmellMMfelfelfellm-IfelfEIfe BINNWWeilelfelWWfelOM M1e11WOlellelfellelMMOfellelMOMFD Fere and Rescue Apparatus Five (5) Year Material and Workmanship - Transmission Oil Cooler Three (3) Year Collateral Damage Coverage Limited Warranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. • Coverage: The transmission cooler shall be free from component or structural failures caused by defects In material and/or workmanship. Collateral damage up to $10,000 per occurrence Is available for the first three (3) years. Warranty Begins: The date of delivery to the first retail purchaser. Warranty Period Ends After. Five (5) Years on 011 Cooler and three (3) years on collateral damage coverage Conditions and Exclusions: See Also Paragraphs 2thru4 This warranty does not cover repair due to accidents, misuse, and excessive vibration, flying debris, storage damage (freezing), negligence or modification. This warranty is void If any modification or repairs are performed without authorization. This also voids any future warranty. This warranty does not cover cost of maintenance or repairs due to lack of required maintenance services as recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Towing Is covered to the nearest distributor or authorized dealer only when necessary to prevent further damage to your transmission. Labor costs for the removal and reinstallation of goods may be covered when necessary to make repairs. Please contact your OEM for authorization. Replacement of cooler during the warranty period Is limited to 100% of reasonable labor costs up to a maximum of $700 to remove, replace, or repair the oil cooler. r This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is : normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce In writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2012 WA0216 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. UNITED PLASTIC FABRICATING Limited Lifetime Warranty Effective as of January 1, 2024 1:::General. - United:: Plastic Fabricating, Inc.. (the "'Company") warrants to the owner (the "Owner") that ;7 the products set forth on Exhibit A,: attached hereto (the "Product") -.will be ; :reasonably :free . from . defects :in materials and workmanship for the service life of the ::Product: ;This Limited .:.Lifetime. :.Warranty . (the "Warranty") only applies to Company Products that are: -(a) owned by . a federal, state,.. county or local government, a volunteer fire department or dedicated commercialfire service operation; (b) continuously and --actively ;:used in emergency .response :and/or .fire :.suppression vehicles; and: (c) used, stored, handled and installed .in : the '. manner . recommended by Company. 2. Warranty Obligations: Subject to the exclusions and limitations set forth in this Warranty, Company will, at its option, repair or offer a one (1) time replacement of the Product without charge, if the Product fails or does not perform as warranted during the warranty period due to a manufacturing defect or a defect in materials. Repair or replacement shall include reasonable labor charges necessary to repair or replace the defective Product but shall not include: (a) the costs associated with removal of the Product from the vehicle or the cost to otherwise provide access to the Product in the vehicle; (b) the cost associated _with any required upgrades the vehicle (including, without limitation, upgrades required to strengthen the vehicle's frame); or (c) travel costs, except as provided by Section 3. Company's obligation as to repairor replacement shall further be limited to repairorreplacement with the models of the Product that, are available at .the time .of : the ..repair ..or replacement,: and , shall be limited to the repair or -.replacement of only the specific Product that fails due to a manufacturing defect. In the event .a Product becomes:__ :unavailable or cannot be supplied by Company for any reason a substitute Product of equal quality and functionality of the subject Product may be substituted by Company.. Any repaired Product shall remain subject to this Warranty and any repair shall not extend the warranty period in any manner or start a new warranty period. Any Product that is replaced by Company shall be excluded from this Warranty. In no event shall Company be required to expend, in any one. (1) or series of expenditures, more than the purchase- ,, price of the Product to repair or replace; a defective:': Product. Amounts expended by Company shall include:!. all amounts paid by Company in connection the repair; or replacement, including without limitation, amounts;; paid to third -parties, material costs, incidental costs and'. travel costs (except as provided by Section 3 3. Travel; Expenses; Product Access. Company shall; be responsible for any travel costs incurred to repair or replace the Product provided that: (a) the Product is. located in the continental United States or Canada; and (ii) the warranty claim is initiated prior to the date on which NFPA 1912 Standards (Annex D) recommends:; replacement of the Product All other travel costs incurred by Company or its agents to repair or replace.; the Product shall be the responsibility of the party asserting the warranty claim. Company reserves the right to require, as a condition to undertaking any repair or replacement: (y) pre -payment of its anticipated travel costs; and (z) satisfactory arraignments concerning scheduling and access to the Product. If the subject Product is located in an area of the world considered, in.. Company's sole discretion, to be unsafe Company may. refuse to process the claim or require relocation of the Product, at no expense to Company, to an area where such repairs can be performed safely by Company or its agents. In the event Company or Company's agents are dispatched to repair or replace a defective Product; and the vehicle in which the Product has been installed; is not available or the Product is not readily accessible, for any reason, Company or Company's agents, as the,, case may be, shall be immediately reimbursed for all"; expenses incurred therewith. 4. Exclusions: Products must be stored, handled;;; installed, used and maintained in accordance with;; instructions provided by Company, and this Warranty it.: conditioned upon compliance with all such instructions:`: This Warranty does not cover defects caused by: (a). improper installation; (b) modification, alteration or.. repair of the Product by any unauthorized third -party; (c) misuse, including, without limitation, improper storage or handling of the Product (e.g. excessive exposure to UV rays); chemical abuse (e.g. harsh cleansers and solvents), thermal abuse or shock (e.g. excessive heat orcold); (d) damage not resulting from manufacturing defects that occur while the Product is -: not in Company's:-possession .(e:g. accidents);.• or (e) unreasonable Or unintended use of the Product. Copies of .the ••.Company's.: operation and maintenance instructions -are available on the Company's. Website httpsl/www:unitedplastic.com/upf-docurnents/ 5. Disclaimer. THE WARRANTIES SET FORTH HEREIN ARE THE ONLY WARRANTIES MADE BY ' COMPANY IN CONNECTION WITH THE PRODUCT. COMPANY CAN NOT AND DOES NOT MAKE ANY IMPLIED • OR EXPRESS s • WARRANTIES WITH RESPECT TO THE PRODUCT, AND DISCLAIMS ALL OTHER WARRANTIES; INCLUDING, BUT • NOT LIMITED TO, ANY WARRANTY OF MERCHANTABILITY »OR' FITNESS FOR A PARTICULAR PURPOSE. PRODUCTS SOLD BY COMPANY • ARE • SOLD ONLY TO THE SPECIFICATIONS SPECIFICALLY SET FORTH BY COMPANY IN WRITING. OTHER THAN THE LIMITED WARRANTY SETFORTH HEREIN, COMPANY MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED. COMPANY'S SOLE OBLIGATION UNDER THIS WARRANTY SHALL BE REPAIR OR REPLACEMENT OF NON -CONFORMING PRODUCT. BUYER ASSUMES ALL RISK WHATSOEVER AS TO THE RESULT OF THE USE OF THE PRODUCT PURCHASED, WHETHER USED SINGULARLY OR IN COMBINATION WITH ANY OTHER PRODUCTS OR SUBSTANCES. 6. Limitation of Liability. NO CLAIM BY OWNER OF ANY • KIND, INCLUDING CLAIMS FOR INDEMNIFICATION, SHALL BE GREATER IN AMOUNT THAN THE PURCHASE PRICE OF THE PRODUCT IN RESPECT TO WHICH DAMAGES ARE CLAIMED. IN NO EVENT SHALL COMPANY BE :. LIABLE »TO OWNER AN TORT; CONTRACT OR OTHERWISE, FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL .; (INCLUDING, WTHOUT : 'LIMITATION,` ANY = OBLIGATION OF COMPANY TO REPAIR OR REPLACE ANY CHASSIS, SUB -FRAMES, BODIES, VALVES, DUMPS, HOSES, PRESSURE VACUUM VENTS OR OTHER SIMILAR COMPONENTS), RELIANCE, STATUTORY, SPECIAL, PUNITIVE OR EXEMPLARY DAMAGES, INCLUDING, BUT NOT LIMITED TO, LOST PROFITS, LOSS OF USE, LOSS OF TIME, LOSS OF REVENUES, INCONVENIENCE, LOSS BUSINESS OPPORTUNITIES, OR DAMAGE TO GOOD WILL OR REPUTATION, EVEN IF ADVISED OF THE POSSIBILITY OF SUCH DAMAGES OR SUCH DAMAGES COULD HAVE BEEN REASONABLY FORESEEN, IN CONNECTION WITH, ARISING OUT OF, OR AS A RESULT OF, THE SALE, DELIVERY, SERVICING, USE OR LOSS OF USE OF THE PRODUCTS SOLD HEREUNDER, OR FOR ANY LIABILITY OF BUYER TO ANY THIRD PARTY WITH RESPECT THERETO. 7. Reformation. If any term or provision of this Warranty shall be held or deemed to be, or shall in fact be, invalid, inoperative, illegal or unenforceable as applied in any case or in any jurisdiction or jurisdictions because of the conflicting nature of any provision with any constitution or statute or rule of public policy or for any other reason, then: (a) such circumstance shall not have the effect of rendering the provision or provisions in question invalid, inoperative, illegal or unenforceable in any other jurisdiction or in any other case or circumstance or of rendering any other provision or provisions herein contained invalid, inoperative, illegal or unenforceable to the extent that such other provisions are not themselves actually in conflict with such constitution, statute or rule of public policy; and (b) any such invalid, inoperative, illegal or unenforceable' provision shall be reformed and construed in any such jurisdiction or case so that such provision would be valid, operative and enforceable to the maximum extent permitted in such jurisdiction or case. 8. Headings. The headings contained herein are for convenience and reference only, and shall be given no effect in the interpretation of any term or condition of this Warranty. 9. Submitting a Warranty Claim. To request coverage under this Warranty you must submit a claim through Company's website: https://www.unitedplastic.com/contact/product-support/ 10. Transferability. This Warranty is transferable and entitles the transferee to coverage for the remainder of the original warranty period. 11. Modification. This Warranty may be modified (a) as set forth on a binding sales order for the Product or (b) by a written agreement between Company and the Owner. Exhibit A Covered Product List • Poly -Tanks® • PolySide® Wetside Tanks • DefenderTm Skid Tanks • Ellip-T'm Elliptical Tanks • ARFF Tanks Fire and Rescue Apparatus Ten (10) Year Structural Integrity Apparatus Body Limited `aWarranty 1. LIMITED WARRANTY Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides • the following warranty to the Buyer. Coverage:The apparatus body shall be free from structural failures caused by defects in material and workmanship • ; Warranty Begins: The date of the original purchase invoice (issued when the product ships from the factory). Warranty Period Ends After. Ten (10) Years or - 100,000 Miles Conditions and Exclusions: See Also Paragraphs 2 thru 4 This warranty applies only to the body tubular support and mounting structures and other structural components of the body of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/8/2010 WA0009 (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. Pierce Warranty Statement for Gortite Roll Up Doors Rev 2/24/2011 :..All mechanical components of the door shall be warranted to be free from defects in materials and :. _ .. workmanship for the. lifetime of the. vehicle.:, All parts covered under this warranty shall be to the original owner. A&A manufacturing warrantsthat painted doors shall be free of blistering, peeling, bubbling, or any other adhesion defect caused by defective manufacturingmethods or paint material selection. The time period for the: coverage shall be 6 years from date .of door shipment to Pierce. Satin anodized finish doors shall be warranted :1:: for 6 years against corrosion defects from'date of door shipment to Pierce. Replacement of decals/Scotchlite is not covered. The maximum. amount A&A will reimburse for labor is $60.00 per hour and the maximum amount of time allowed for repair is as follows: Door 1.0 Hr. Slat Replacement 1.0 Hr. Pennant Plate Replacement 1.0 Hr. Roller Replacement .5 Hr. Seal Replacement .5 Hr. Switch/Magnet Replacement 1.0 Hr. Travel Time 4.0 Hr. A&A Manufacturing Co., Inc. 2300 S. Calhoun Road • New Berlin, WI 53151 • Phone (262) 786-1 500 • Fax (262) 786-3280 Waterous Seven -Year Limited Warranty • -, J-WATEROUS warrants, to the original Buyer only, that products manufactured by WATEROUS will be free from defects in materi ' . :use and service for a period of seven (7) years from the date the product is first placed in service, or seven and one-half (7-1/2) WATEROUS, whichever period shall be the first to expire; provided the Buyer notifies WATEROUS, in writing, of the defect in SE period, and said product is found by WATEROUS to be nonconforming with the aforesaid warranty. When required in writing by • 'must be promptly returned by Buyer to WATEROUS at WATEROUS' plant at South St. Paul, Minnesota, or at such other place 11, WATEROUS, with transportation and other charges prepaid. A Returned Material Authorization (RMA) is required for all produc : by phone; fax, email, or mail._ The aforesaid warranty excludes any responsibility or liability of WATEROUS for: ,... (a) damages or defects due to accident, abuse, misuse, abnormal operating conditions, negligence, accidental cause: • applications,- or improper maintenance; or attributable to written specifications or instructions furnished by Buyer; (b)- defects in products manufactured by others and furnished by WATEROUS hereunder, it being understood and agr warranty provided for such products shall be the warranty provided by the manufacturer thereof which, if assignab Buyer, if requested by Buyer; (c) • any product or part, altered, modified, serviced or repaired other than by WATEROUS, without its prior written con the cost of dismantling, removing, transporting, storing, or insuring the defective product or part and the cost of rei - . (e)- normal wear items (packing, strainers, filters, light bulbs, anodes, intake screens, mechanical seals, etc.). ALL OTHER WARRANTIES ARE EXCLUDED, WHETHER EXPRESS OR IMPLIED BY OPERATION OF LAW OR °THERA WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT, WHETHER AS A R CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR ANY OTHER CAUSE OF ACTION, FOR ANY PUNITIVE, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES, OR FOR PERSONAL INJURY OR PROP The exclusive remedy of Buyer and the sole liability of WATEROUS, whether based on contract, warranty, tort or any other basi expressly limited at the election of WATEROUS to: (a) the replacement at the agreed point of delivery of any product or part, which upon inspection by WATEROUS or it$. found not to conform to the limited warranty set forth above, or (b) the repair of such product or part, or (c) the refund or crediting to Buyer of the net sales price of the defective product or part. BUYER'S REMEDIES CONTAINED HEREIN ARE EXCLUSIVE OF ANY OTHER REMEDY OTHERWISE AVAILABLE TO BI Waterous Company 125 Hardman Avenue South South St. Paul, MN 55075 USA www.waterousco.com WA Fore and Rescue Apparatus Ten (10) Year Material and Workmanship Stainless Steel Piping Limited arranty 1. LIMBED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer. Coverage: Stainless steel piping shall be free from structural failures , caused by defects In material and workmanship, or perforation caused by corrosion. Warranty Begins: The date of the original purchase invoice (issued when the. product ships from the factory). Warranty Period Ends After. . .. Ten (10) Years 100 100,000 Miles , Conditions and Exclusions: See Also Paragraphs 2 thru 4 Pierce's obligation under this warranty Is limited to repairing or replacing without charge, as Pierce may elect, the stainless steel piping or components which Pierce determines to have failed due to defective material and workmanship, or perforation caused by corrosion. This warranty does not cover the use of fluoroprotein (FP) type foam. The sodium chloride within FP foam can cause long-term damage to system components if not thoroughly flushed immediately after use. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 3/22/2012 WA0035 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of Its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. • 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 7 anid Itescue Apparatus and ,Corrosion Body ant Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES po Fore Ten :.(10) Year Pro-Rated..Paint .:.; Custom itedWarranty 1. LIMITED WARRANTY Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides;. 'the following warranty to the Buyer. ' ,'. ''" Coverage: Exterior surfaces of the body shall be free from blistering, ' . peeling, corrosion or any other adhesion defect caused by • : defective manufacturing methods or paint material selection. Warranty Begins The date of the original purchase Invoice (issued when the ; product ships from the factory). Warranty Period Ends After. Ten (10) Years Conditions and Exclusions: See Also Paragraphs 2 thru 4 - This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & - Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling 0-36 months 100% 37-84 months 50% 85-120 months 25% Corrosion: Dissimilar Metal and Crevice 0-36 months 100% 37-48 months 50% 49-72 months 25% 73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint Paint on. the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. . .. - .. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (Proper. cleaning and maintenance procedures are detailed In the ' j " Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. .... THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retuned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce This limited warranty shall apply only if the product is properly maintained in accordance'; specifically disclaims any liability for property or personal injury damages, penalties, - with Pierce's maintenance instructions and manuals and is used in service which is damages for lost profits or revenues, loss, of vehicles or products or any associated normal to the particular model. Normal service means service which does not subject the ; equipment, cost of substitute vehicles or products, down-time, delay damages, any other product to stresses or impacts greater than normally result from careful use. If the Buyer types of economic loss, or for any claims by any third party for any such damages. discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. "' THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0057 1. LIMITED WARRANTY Fire and Rescue Apparatus One (1) Year Material and Workmanship Graphics Fading and Deterioration Subject to the limitations and exclusions set forth below; Pierce Manufacturing provides; i the following warranty to the Buyer. •'• Coverage Each graphic lamination shall be free from defects in material workmanship, fading, and deterioration. Warranty Begins: The date the apparatus is placed in service, or 60 days from,, the original buyer invoice date, whichever comes first. Warranty Period Ends After. One (1) Year Conditions and Exclusions: See Also Paragraphs 2thni4 This warranty does not cover damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). i This limited warranty shall apply only if the product is properly maintained in accordance ° :- with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. 2/22/2010 WA0168 Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: (a) any integral parts, components, attachments or trade accessories of or to the product,,. that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2. DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALLY OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3. BUYER'S EXCLUSIVE REMEDY. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be retumed to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) ' any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY; OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, Toss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other. types of economic loss, or for any claims by any third party for any such damages. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any pan', component attachment or accessory that is incorporated into or attached to the vehicle. EXHIBIT C PURCHASING TERMS AND CONDITIONS PURCHASING TERMS AND CONDITIONS These Purchasing Terms and Conditions, together with the Equipment Proposal and all attachments (collectively, the "Agreement") are entered into by and between Ten -8 Fire & Safety, LLC, a Florida company ("Company") and Customer (as defined in Ten -8 Fire & Safety LLC's Equipment Proposal document) and is effective as of the date specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred throughout this document individually as a "party" or collectively as the "parties." 1. Definitions. a. "Acceptance" has the same meaning set forth in Company's Equipment Proposal. b. "Company's Equipment Proposal" means the Equipment Proposal provided by Company and prepared in response to Customer's request for proposal for a fire apparatus or associated equipment. c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government ("Public Authority"), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer's equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a "piggyback arrangement," which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. "Delivery" means when Company delivers physical possession of the Product to Customer. e. "Manufacturer" means the Manufacturer of any Product. f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment Proposal. g. "Product" means the fire apparatus and any associated equipment manufactured or furnished for Customer by Company pursuant to the Specifications. h. "Purchase Price" means the Total price set forth in the Quotation, after applicable pricing adjustments set forth in the Quotation. i. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. j. "Specifications" means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company's Equipment Proposal and its Exhibit A (Proposal Option List), prepared in response to Customer's request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer. 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's Equipment Proposal ("Effective Date") and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s) upon delivery. The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer elects to pay the Purchase Price by means of a credit card. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer's system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal ("Delivery Timing"), which will be F.O.B. Company's facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees, affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss, shall pass to Customer upon Delivery of the Product(s) to Customer. 8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company's Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT, STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE BASED. COMPANY'S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond Company's control or which make Company's performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company's control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their contracts or labor troubles of Company or a manufacturer causing cessation, slowdown, or interruption of work. 11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer's providing timely information in response to a request from Manufacturer or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its obligations under this Agreement; (b) Company's failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin ("MSO") for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten -8 Fire & Safety, LLC will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten -8 Proposal and these Terms and Conditions, the Ten -8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (i) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. Saurceweit i'12 CONTRACT PRICING WORKSHEET Awarded Contract contract N aa2325.Ptaa Contract No. Date Prepared #082025-PMI February 13th, 2026 Buying Agency: City of Clearwater, Florida Dealer: Ten-8 Fire & Safety, LLC Contact Person: Denise Balog Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: dustinb@ten8fire.com Email: Denise.Balo: • M Clearwater.c. Pierce Bid #: 1395 i___ — — ---- --- --- — Base Spec. Sourcewell ID # Description: Sourcewell Price List Date Published Contract Price 1804 Pumper, Medium, Aluminum, 2nd Gen MSRP $912,307.29 2/6/2026 $ 862,130.39 Removed Options from Base Spec. Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 703,153.23 With Pierce Discount (5.5%) $ , 664,479.80 Added Options to Base Spec. Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,102,773.97 Qty With Pierce Discount (5.5%) $ 1,042,121.40 1 Subtotal (Base Spec+Added/Removed Options) $ . 1,239,771.99 Other Expenses 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) Velocity Platform & one (1) Velocity Engine $ 21,184.99 Total Discount $ 21,184.99 — Total Purchase Price (matches customer PO) $ 1,218,587.00 Sourcewell Mi CONTRACT PRICING WORKSHEET Awarded Contract Contiaa a 082625,P 11 Contract No. Date Prepared #082025-PMI February 13th, 2026 Buying Agency: City of Clearwater, Florida Dealer: Ten-8 Fire & Safety, LLC Contact Person: Denise Balog Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: dustinbPten8fire.com Email: Denise.Balo: • M Clearwater.c' Pierce Bid #: Base 1395 1 Spec. Sourcewell ID # Description: Sourcewell Price Published Contract Price List Date 1812 Aerial, Platform, 100' Rear Mount, (No Pump) MSRP $1,661,765.21 2/6/2026 $ 1,570,368.12 Removed Options from Base Spec. Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,209,630.49 Added Options With Pierce Discount (5.5%) $ 1,143,100.81 to Base Spec. Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,984,645.17 Qty With Pierce Discount (5.5%) $ 1,875,489.69 1 Subtotal (Base Spec+Added/Removed Options) $ 2,302,756.99 Other Expenses 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) Velocity Platform & one (1) Velocity Engine $ 24,275.99 Total Discount $ 24,275.99 Total Purchase Price (matches customer 1 PO) $ 2,278,481.00 Sourcewell►i CONTRACT PRICING WORKSHEET Awarded Contract cora-au u C82025.PMI 1 Contract No. Date Prepared #082025 -PMI February 13th, 2026 Buying Agency: City of Clearwater, Florida Dealer: Ten -8 Fire & Safety, LLC Contact Person: Denise Balog Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: dustinbPten8fire.com Email: Denise.Balo: • M Clearwater.ci Pierce Bid #: --- Base Base 1395 - Spec. Sourcewell ID # Description: Sourcewell Price Published Contract Price List Date 1812 Aerial, Platform, 100' Rear Mount, (No Pump) Removed Options MSRP $1,661,765.21 2/6/2026 $ 1,570,368.12 from Base Spec. Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,209,630.49 With Pierce Discount (5.5%) Added Options to Base Spec. $ 1,143,100.81 Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,984,645.17 Qty 1 Subtotal (Base Spec+Added/Removed With Pierce Discount (5.5%) $ 1,875,489.69 Options) $ 2,302,756.99 - - - - - - - -- -- ----- - - - - - Other - ---____ —___ --------- —------------- ---- -- I Expenses 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) Velocity Platform & one (1) Velocity Engine $ 24,275.99 Total Purchase Price (matches Total Discount $ 24,275.99 customer PO) $ 2,278,481.00 Sourcewell rz CONTRACT PRICING WORKSHEET Awarded Contract Contract U 082025.Ph11 j Contract No. Date Prepared #082025-PMI February 13th, 2026 Buying Agency: City of Clearwater, Florida Dealer: Ten-8 Fire & Safety, LLC Contact Person: Denise Balog Sales Rep: Dustin Bouwer Member Number: 32014 Phone: 941-779-4405 Phone: 727-444-8029 Email: dustinbPten8fire.com Email: Denise.Balo: • M Clearwater.ci Pierce Bid #: 1395 I — — Base Spec. Sourcewell ID # Description: Sourcewell Price Published Contract Price List Date 1804 Pumper, Medium, Aluminum, 2nd Gen MSRP $912,307.29 2/6/2026 $ 862,130.39 Removed Options from Base Spec. Notes: (do not list options removed) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 703,153.23 Added With Pierce Discount (5.5%) $ 664,479.80 Options to Base Spec. Notes: (do not list options added) Before Discount Price If audited by Sourcewell be prepared to show detail. $ 1,102,773.97 • With Pierce Discount (5.5%) $ 1,042,121.40 Qty 1 Subtotal (Base Spec+Added/Removed Options) $ 1,239,771.99 Other Expenses 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) Velocity Platform & one (1) Velocity Engine $ 21,184.99 Total Discount $ 21,184.99 • -- ---- ----------- Total Purchase Price (matches customer PO) $ 1,218,587.00 Proposal Comparisson Showing Differences Only Legend: Option Not Present in Category Oarid ri`tti;Uri xocv Riifdrs Feature Values Differ . Bid 1411: 2025 - Clearwater - Velocity PAP T-48 Velocity Chassis, PAP (Big Bloc ), 2010 Clearwater 766653 Boiler Plates, Aerial 100' Platform W/o Pump Bidder/Sales Organization Ten -8 Fire & Safety, LLC Dealership/Sales Organization, Service Ten -8 Fire, Bradenton Delivery A qualified delivery representative shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in proper operation, care and maintenance of the equipment delivered. Fire Department/Customer Clearwater Fire Rescue Miles fifty (50) miles Number of Fire Dept/Municipalities twenty five (25) Operating/in conjunction W -Service Center operating 825116 Customer Service Website 564213 Velocity Chassis, PAP (Big Block), 2010 110 Wheelbase Wheelbase . 257" 70 GVW Rating GVW rating 76640 203 Frame Rails, 1338 x 3.50 x .375, Qtm/AXT/Imp/Vel 637059 Axle, Front, Oshkosh TAK-4, Non Drive, 24,000 Ib, 90914 Suspension, FrontTAK-4, 24,000 Ib, 87572 Shock Absorbers, KONI, TAK-4, 890369 Wheels, Front, 22.50" x 12.25", Steel, Hub Pilot 625534 Axle,Rear, Oshkosh TAK-4 T3, 52,640 Ib, Rear Steer, 639311 Suspen, Rear, Oshkosh TAK-4, Independent, 52,640 802662 Tires, Rear, Goodyear,Armor Max 832511 Wheels, Rear, Alcoa, 22.50" x 13.00", Aluminum, 821337 30185 831932 20784 789 568012 12034 808504 730808 687994 552334 123135 816185 787999 SP ABS Wabco Brake System, Tandem Rear Axle, Tak-4, Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 Brakes, Knorr, 17", Disc, Rear TAK-4 T3/IRS Air Compressor, Brake, Cummins/Wabco 18.7 CFM Brake Reservoirs, Five Paint Color, Air Tanks black 498 Air Dryer, Wabca System Saver 1200, Heater, 2010 Moisture Ejector, Manual, Remote Mounted Location below 156 compartment Qty, Man. Moist Ejector Six (6) manual moisture ejectors Engine, Cummins X15, 605 hp, 1850 lb -ft, W/OBD, Filters, Remote Mounted, Oil, Fuel, X15, Engine Brake, Jacobs Compression Brake, Cummins Switch, Engine Brake high, medium and low setting Clutch, Fan, Air Actuated, Horton Drive Master Air Intake, w/Ember separator, Imp/Vel Exhaust, Modified 35 Degree -Approval Req'd Radiator, Impel/Velocity 511425 Cooling Hoses, Rubber 1125 Fuel Tank, 65 Gallon, Left Side Fill 618791 DEF Tank, 4.5 Gallon, 15 Fill, Forward of Axle, 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 wfrilt, TAK-4, Eaton Pump, 1544 Not Required, Steering Assist Cylinder an Front Axle 509230 Steering Wheel, 4 Spoke without Controls 690274 Logo/Emblem, on Dash Bid 1430: Sourcewell -1812 - Aerial - Platform 100' - NPNT Enforcer Chassis, PAP $0.00 KE 10012 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 536644 $95,062.97 #x.-°. 728366 $0.00 x 110 $0.00 $0.00 $0.00©70 $0.00 $0.00 $2,168.41 7 0.` 729280 $0.00 728825 $48,931.77 h4 c. 637887 $0.00 321 $2,137.54 s 19611 $30,248.10 728358 $125,408.98 555354 $11,403.24 782551 $6,869.26 s's 654796 $0.00 x 801909 $0.00 x 3245 $0.00 x 13240 $10,175.41 593759 $0.00 7# 690932 $0.00 730 $0.00 735527 $0.00 tj4 637583 $0.00 $0.00 $77.89 617092 $1,598.25 $0.00 $0.00 $0.00 $0.00 $312,668.81 808515 $4,280.94 x $10,109.73 735687 $0.00 $0.00 $0.00 644227 $0.00 ':t'3id 644573 $770.94 x $0.00 :'xa 788765 $0.00 0 1090 $0.00 0 $0.00 803687 $0.00 , 889521 $0.00 $0.00 $0.00 552793 $ 521.14 ' y 552712 $499.84 i 699437 $81.37 'x $770.87 690880 $235.55 x $809.40 x $0.00 734212 $0.00 x $0.00 802950 $0.00 0 690274 No Boller Plates requested $0.00 Customer Service Website $0.00 Enforcer Chassis, PAP $19,762.55 Wheelbase $0.00 Wheelbase 259.00" GVW Rating $0.00 GVW rating 77,0004 Frame Rails, 13.38 x 3.50 x .375, Enforcer $19,132.11 Axle, Front, Dana, D -2200F, 23,000 lb, Enforcer, (425 $12,852.74 Suspension, Front, Standens, Taper Leaf, 23,000 Ib, $3,556.18 Shock Absorbers on Front Axle, Monroe Magnum $0.00 Wheels, Front, Alcoa, 22.50" x 12.25", Aluminum, $4,765.88 Axle, Rear, Meritor RT52-185, 54,000 lb, Enforcer $54,762.83 Suspen, Rear, Hendrickson FMX 542 EX, Air Ride, $18,100.29 Tires, Rear, Goodyear, Endurance RSA, 12R22.50, $12,486.57 Wheels, Rear, Accuride, 22.50" x 9.00", Steel, Hub $2,200.22 Lug Nut, Covers, Chrome $183.34 Axle Hub Covers w/center hole, S/S, Front Axle $158.56 Axle Hub Covers, Rear, S/S Baby Moon (Tandem) $367.98 ESC/ABS/ATC Wabco Brake System, Tandem Rear $16,046.32 Brakes, Bendix, ADB -22X, 17" Disc, Front $947.47 Brakes, Meritor, Cam, Rear, 16.50 x 7.00" $0.00 Air Compressor, Brake, Wabco 26.8 CI, Paccar $0.00 Brake Reservoirs, 6,408 Cubic Inch Minimum $0.00 Paint Color, Air Tanks black 498 Air Dryer, Wabco System Saver 1200, With Wet $634.35 Engine, Paccar MX, 510HP, 1850 lb-ftW/OBD, EPA $230,949.48 Engine Brake, Fully Integrated, Paccar MX13 Engine $6,315.39 Switch, Engine Brake high, medium and low setting Clutch, Fan, Air Actuated, Saber FR/Enforcer $527.01 Air Intake, Water & Ember Screen, Saber $185.23 Radiator, Saber FR/Enforcer Cooling Hoses, Rubber Fuel Tank, 65 Gallon, Left Side Fill, Rear Air 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/tilt, Paccar Steering Wheel, 4 Spoke w/Wiper Control, Saber Logo/Emblem, on Dash $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,397.17 $3,524.41 $0.0o 90515 622948 • 639810 Text, Row (1) One BESSLER'S Text, Row (2) Two DRIP - Text, Row (3) Three • WHIP Hitch, Receiver, Front, 10,000 lbs, Custom Chassis Winch, Warn, Zeon 10-S Kit, 10,000 Ib. Portable, Bumper, 22" Extended, Under Slung, Steel, Painted, 510226 Lift & Tow Package, Imp/Vel, AXT 61058 Tow Eyes, Below Deck, S/S 607767 Tray, Full Width, 22" Bumper, Under Slung Design, Capacity, Hose Tray tray MUST be at least &5' wide Grating, Bumper extension Black rubber grating 828611 Cover, Alum Treadplate, 4" Raised, Underslung Stay arm, Tray Cover pneumatic stay arm on each side Type of Fastener (2) two paddle latches 698960 Coating, Top Flange, Front Bumper, Outside Exterior, 668314 Cab, Velocity FR, 7010 Raised Roof w/Notch 894910 Engine Tunnel, Foil Insulation w/Mech Fasteners, 818272 Cab Insulation, Extreme Climate, Foil Insulation, 677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 122465 Cab Lift, Elec/Hyd, Imp/Vel 123176 Grille, Bright Finished, Front of Cab, Velocity 752555 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each Location DS and PS EMS compartment exterior access doors Material Trim/Scuffplate polished stainless steel Qty, two (2) 527032 Trim, S/S Band, Across Cab Face, Rect Lights, Material Trim/Scuffplate polished stainless steel Turnsignal Covers polished stainless steel corner rovers 15440 No Chrome Molding, On side of cab 667921 Door, Half -Height, Velocity FR 4 -Door Cab, Raised Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 655511 Door Panel, Brushed Stainless Steel, Impel/Velocity 4- 667905 Storage Pockets w/ Elastic Cover, Recessed, 667902 Controls, Electric Windows, All Cab Doors, 606691 Steps, 4 -Door Cab, Dual, 2" Larger Middle and Light, Step, Additional a white 770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Color, Handrail Light red Control, Handrail Light when the parking brake is applied and with a separate switch on the left side in the cab 837159 2140 592071 568605 12090 509286 558334 814268 123686 803382 5P SP SP moo $0.00 $0.00 $0.00 $0.00 $0.00 $1,301.36 $3,436.41 $4,900.66 $0.00 $0.00 $0.00 12245 640197 $0.00 $0.00 $0.00 © 633479 $0.00 $0.00 $0.00 "iu` 778092 $695.93 uu 2270 $1,080.11 ,x $0.00 $0.00 $0.00 $0.00 $1,766.00 $0.00 $0.00 $o.00 $0.00 $720.06 $89,823.02 625650 $0.00 42 747442 $6,921.48 ti 887601 $0.00 x 633594 $0.00 ^,' 632103 $0.00 $0.00 $0.00 644201 $0.00 695930 $435.22 x $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $411.08 ;rx' 647932 $0.00 $0.00 $0.00 $0.00 $0.00 ` 87357 $0.00 648171 $0.00 $0.00 $0.00 $0.00 $555.32 °'x3 655543 $0.00 x $0.00 528958 $1,928.85 's 638310 $0.00 $0.00 $1,384.79 M770194 $0.00 $0.00 $0.00 $0.00 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, $917.80 Eta 892638 Color, Trim $0.00 chrome housing moo Fenders, 5/5 on Cab $1,299.05 583698 No Windows, Side of Crew Cab, Vel/Imp • -$167.61 637984 Not Required, Interior Trim, No Cab Side Windows $0.00 Not Required, Windows, Front/Side of raised roof $0.00 Not Required, Windows Rear of Crew Cab, Imp/Vel $0.00 Not Required, Trim, Cab Rear Windows, No Rear $0.00 Fasteners, 5/5, Rain Drip, TATS $1,126.68 Drip Rail, Cab Roof, Impel/Velocity/Velocity SLT $490.61 Guard, Radiator, S/S, Below Cab Grille, Lettering, $1,924.62 Fill in Blank $0.00 CLEARWATER $0.00 Text, Row (1) One TBD Text Row (2) Two TBD Text Row (3) Three TBD Bumper, 19" Extended, Polished S/S, Saber Tray, Hose, Center, 19" Bumper, Outside Air Horns Capacity, Bumper Tray 125' of 1.75" doublelocket cotton -polyester hose Grating, Bumper extension Black rubber grating Hose Restraint, Bumper Tray, Velcro Straps, Pair Qty, Pair one (1) pair Lift & Tow Package, Enforcer Tow Hooks, Chrome, Below Deck Cab, Enforcer, 7000 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, 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 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 Handrail, Exterior, Knurled, Alum, 4 -Door Cab Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, Color, Trim chrome housing Fenders, S/S on cab, Extra Wide, Saber/Enf Window, Side of C/C, Fixed, SFR/Enf $4,060.38 $546.86 $190.56 $670.60 $0.00 $75,809.00 $0.00 $0.00 $0.00 $317.20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $324.00 $0.00 $193.10 $1,162.72 $0.00 { 773956 Work Surface, 3/16" Alum, Full Eng Tnl, Flat, Upper Lip 2.00" Material Finish, Cab Interior pointed to match the cab interior 658283 Tray, Slideout, S/S, w/Sides, Locking, MDT Bracket, 748671 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 819169 HVAC, Extreme -Duty, Impel/Velocity FR, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers HVAC System, Filter Access hinged with two (2) thumb latches Paint Color, A/C Condenser cover to be painted to match the cab roof 639675 Sun Visor, Smoked Lexan, AXT, Imp/Vel, SFR/Enf Sun Visor Retention a polished stainless steel bracket 548173 Grab Handles, Driver and Passenger Door Post, 693439 Lights, Engine Compt, Custom, Auto Sw, w/Fid Chk Qty, one (1) 122516 Fluid Check Access, Imp/Vel Latch, Door, Storage Southco C2 black powder coated flush 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 823624 Cabinet, Rear Facing, L5, 24 W x 40.5 H x 30.5 D, Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking 0 -ring latch with #751 key Door, Exterior Stop pneumatic stay arm Fastener, Web, Cab Cabinet 2.00" wide nylon material with 2.00" openings permanently fastened on the right with seat belt buckle fasteners on the left to secure it. A bar and red pull strap to be provided connecting the fasteners for a single release 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 one (1) infinitely adjustable shelf with a 0.75° up -turned lip 823621 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking 0 -ring latch with 9751 key $0.00 11722796 $1,319.40 $0.00 $0.00 $0.00 $0.00 $676.36 $0.00 750824 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $25,955.40 $0.00 $0.00 753903 52100 817805 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $140.36 © 639675 $0.00 $0.00 $0.00 634328 $297.94 .0.i'k 583938 $0.00 $0.00 $16.08 631830 $0.00 $0.00 $4,047.69 71p 583039 $0.00 622617 $4,897.45 4% 636957 $3,581.92 =o`if 636946 $0.00 }"i 620420 $0.00 $0.00 $3,822.57 632852 $0.00 $0.00 $0.00 $0.00 $0.00 $0.a0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,578.39 $0.00 $0.00 Dash, Poly, Saber FR/Enforcer $0.00 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, Cab Interior Paint fire smoke gray, vinyl texture paint Floor, Rubber Padded, Cab & Crew Cab, 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 Loa within panel position 912 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 Sun Visor, Smoked Lexan, AXT, Imp/Vel, SFR/Enf Sun Visor Retention no retention bracket Grab Handles, Driver and Officer Door Posts, SFR/Enf 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 Belted 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 lift and turn latch Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, 632848 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, $1,172.94 $0.00 $0.00 $20,230.35 $0.00 $0.00 $266.67 $21.90 $0.00 $0.00 $2,559.83 $1,416.56 $0.00 $1,273.44 $1,273.44 740001 • 649764 739999 651182 543991 690610 734952 678689 603867 604864 896451 631776 554191 .568369 SP SP Door, Exterior Stop pneumatic stay arm Fastener, Web, Cab Cabinet 2.00" wide nylon material with 2.00" openings permanently fastened on the left with seat belt buckle fasteners on the right to secure it. A bar and red pull strap to be provided connecting the fasteners for a single release Light, Short Cabinet one (1) white LED strip light installed on the right side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuffplate, Material/Finish a polished stainless steel scuffplate Shelf/Tray, Cabinet one (1) infinitely adjustable shelf 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 PS6, Base, Scuffplate, Cabinet, Interior Door Pan, Cab Location DS and PS EMS cabinets external doors Material Trim/Scuffplate brushed stainless steel Qty, two (2) Bracket, Alr Bottle, Hands -Free II, Cab Seats Qty, four(4) Embroidery, Seats, Cab and Crew Cab Qty, Seats Embroidery five (5) seats Door, Access, Front, (2) Rear Facing Seat Risers, No Latch, Door, Storage Southco C2 black powder coated raised trigger latch Louvers, Cabinet no louvers Material Finish, Cab Interior painted black Compt, Enclose, Forward Facing Seat Riser, Location all (3) forward facing rear crew seats Qty, three (3) Seat Belt, ReadyReach Seat Belt Color red Seat Belt Height Adjustment, 5 Seats, Imp/Vel Enhanced Software for Cab and Crew Cab Dome Lts Not Required, Overhead Map Lights Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Location, Lights to be installed at final inspection. wiring location to be at either side of the rear engine tunnel Qty, Lights two (2) lights Cab Instruments, Ivory Gauges, Chrome Bezels, 509511 Air Restriction Indicator, Imp/Vel, AXT, Enf MUX 509042 Messages, Open Dr/DNMT, Color Dsply, 611681 Switching, Cab, Membrane, Impel/Velocity, AXT WiFi 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 $0.00 $o.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,146.53 $2,146.54 $2,146.53 $453.70 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $5,029.60 $0.00 $0.00 $1,516.25 $0.00 $0.00 $.4,411 $0.00 $0.00 108189 821030 108190 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 65740 Bracket, Alr Bottle, Zico, ULLH, Load & Lock, In Cab Qty, five (5) $0.00 $0.00 $0.00 $0.00 $1,762.1911 $0.00 $0.00 $0.00 $0.00 $0.00 603866 Seat Belt, Dual Retractor, ReadyReach, Saber $0.00 Seat Belt Color $0.00 red $409.03 $0.00 ,. - 813183 Not Required, Enhanced Software for Cab and Crew $0.00 $806.46 $0.00 $0.00 $0.00 $0.00 $0.00 644187 $0.00 $0.00 $0.00 # 2544 $0.00 637359 $0.00 y' 632738 $0.00 $0.00 $3$0.00' $0.00 802946 $201.73 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $621.76 $0.00 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 Alr Restriction Indicator- Pierce Chassis Not Required, Door Open Indicatorw/Do Not Move Switching, Cab Instrument Lower Console & Wiper Control, 2 -Speed w/Intermittent Steering $0.0D $2,546.89 $0.00 $0.00 $0.00 $0.00 $494.41 $0.00 $0.00 $0.00 $692.94 behind driver's seat $0.00 Location 2 $0,00 In wrap around center console behind panel $0.00 410 Qty, $0.00 one (1) $0.00 817967 SP Wire, 14-ga. Spare, LS Dir, RS Dir, P Brk, E Mst, 10A $1,356.49 111 Location $0.00 (Traffic Preemption Wiring) over officer $0.00 head switch panel Qty, $0.00 one (1) $0.00 821263 Wiring, Spare, 20 A 12V DC, 12 Ckt FB, Blue Sea 5026 $468.32 12vdc power from $0.00 directly to the battery power $0.00 Location Moo L56/R56, middle of compt rear wall, future $0,00 use for 12v chargers 821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900/ULC $164.15 12vdc power from $0.00 directly to the battery switched power $0.00 Location $0.00 behind driver's seat $0.00 Qty, one (1) $0.00 Wire termination $0.00 with heat shrinkable butt splicing $0.00 821326 Wiring, Spare, 10 A 12V DC 2nd NFPA1900/ULC $164.15 12vdc power from $0.00 directly to the battery saver $0.00 Location $0.00 behind panellocation 1110 in center dash $0,00 extension Qty, $0.00 one (1) $0.00 Wire termination $0.00 with heat shrinkable butt splicing $0.00 821329 Wiring, Spare, 10 A 12V DC Batt Dir 1st $164.15© 12vdc power from $0.00 directly to the battery power $0.00 Location $0,00 P5 RF interior compartment. lower $0.00 outboard wall (for suction charger) Wire termination $0.00 with heat shrinkable butt splicing $0.00 821674 Wiring, Spare, 60A 12V DC 1st NFPA1900/ULC 8338.08 12vdc power from $0,00 directly to the battery switched power $0.00, Location $0.00 behind driver's seat $0.00 Qty, $0.00 one (1) $0.00 Wire termination $0.00 with 3/8"studs and plasticcovers $0,00 566101 Recess, Dash Panel, Officer Side, Vel/Imp $858.95 814201 Vehicle Information Center, 7" Color Display, $3,636.75 763646 Vehicle Information Center, LCD On Gauge Cluster $0.00 System Of Measurement $0.00 System Of Measurement US Customary $0.00 US Customary 816633 Collision Mitigation, HAAS Alert (R2V), HA7 $2,122.91 734854 Collision Mitigation, Not Requested $0.00 Subscription, HAASR2V $0.00 the transponder and a 5 year cellular plan, $0.00 plus a 5 year extended cellular data plan, for a total of 10 years cellular data plan subscription 606249 Vehicle Data Recorder w/CZ and Overhead Display .$2,181.26 610240 Vehicle Data Recorder w/Seat Belt Monitor $1,952.35 692961 Cable, Motorola HKN6169, 17' Mobile 2 -way Radio, $356.82 x Location behind driver's seat 80.00 Location 2 $0.00 behind panel #3 Qty, $0.00 one (1) $0.00 665245 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, $385.35 Location $0.00 behind driver's seat $0.00 Location 2 wrap around console, behind panel #8 $0.00 Qty $0.00 one (1) $0.00 835677 Install Customer Provided Multiband/GPS $566.85 Location $0.00 Match previous units and J#44547 $0.00 Location 1 $0.00 Match previous units and 044547 - $0.00 Qty, Customer Supplied Antenna $0.00 One (1) Antenna $o.00 694166 Antenna Mount, Larsen NMOKHFUDTHK, 0- $238.30® Location $0.00 best roof location Location 1 behind driver's seat Qty, one (1) 3757 Antenna, Std and Add'I Mts Only, 2 -way Location behind driver's seat Location 1 one on P5 one on DS Qty, two (2) .755697 SP - Camera, Pierce, LS Mux, F/F, R, Cameras Camera System Audio not provided Location centered .. 814861 523921 896458 896456 816093 730603 123174 814942 824960 26800 526727 697931 9429 676572 532857 627524 92582 SP SP SP SP Camera, Switcher, Pierce, 4 channel, AHD, CVBS Recess, Rear Vision Camera Location, Camera, Recessed to the driver side rear Pierce Command Zone, Advanced Electronics & Color, Antenna white WIFi antenna Module Housings electronic control modules to include block housings, a power Indicator and status indicator Prognostics, Electrical System ClearSkyTelematics, Remote Fleet & On -scene Subscription, Telematics 8 year subscription Electrical System, Velocity ESP, Cummins, Paccar Battery Compartment, Imp/Vel Location, Cab, Ind/Remote, Driver's Seat with Shoreline, 30A 120V, Kussmaul Auto Eject, 091 -159 - Color, Kussmaul Cover red Shoreline Connection battery charger and receptacles Shoreline Location Location, Shoreline(s) on the driver side and passenger side of bumper extension Switch, Auto Transfer, Up to 30Amp, Multiple Connection, Transfer Swit outlet strip behind the drivers seat My, one (1) Shoreline Inlet, 20A 120V, SB, IAT Connection, Shoreline battery charger and receptacles Location bumper extension, PS Electric Power Only, Portable Winch Location front bumper, both side hitches Qty, Receptacles three (3) receptacles 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 activate before any electric loads are shed and deactivate with the service brake 648425 Light, Directional, Win 600 Cmb, Cab Cm, Wrp Bzl Color, Lens, LED's the same color as the LED's 648074 Lights, Clearance/Marker/ID, Front, P25 LED 7 Lts 647993 Lights, Clearance/Marker/ID, Platform, P25 LED, 5 Light Guard with an aluminum guard 804519 Lights, Tail, Win M62BTT• Red Stop/Tail & M62T` Color, Lens, LED's lens color(s) to be clear Color, Trim chrome trim $0.00 $0.00 $0.00 $0.00 $0.00 $535.26 mi $0.00 $0.00 $0.00 $0.00 $0.00 $0.00�F_ $1,952.21 :2 808099 $0.00 $0.00 $0.00 $0.00 $0.00 814831 $396.17 $0.00 $0.00 $2,438.58 tSZp; 624241 $0.00 $0.00 $0.00 $0.00 $0.00 g831839 $4,790.58 $0.00 $0.00 $0.00 ,'-4' 624256 $0.00 t.,z;; 2698 $453.22 'k8 C. 814939 $2,388.28 $0.00 $0.00 $0.00 $0.00 $313.50 11 $0.a0 $0.a0 $1,028.69 El $0.00 $0.00 $0.00 $0.00 $424.35 $0.a0 $0.00 $0.00 $0.00 $855.00 $0.00 $0.0o Moo $0.00 $174.03 $218.41 $179.15 $485.36 644176 $0.00 $0.00 $0.00 802935 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00x° 735474 $0.00 $0.00 $79.59 111647993 $0.00 $0.00 $0.00647899 $1,905.17 540516 $0.00 $0.00 $0.00 $0.00 Camera, Pierce, 7" HD, R, Camera, AHD Color white Location, Camera Monitor in view of the driver on the center console, between the seats Not Required, Camera Switcher Electrical Power/Signal Protection & Control, Not Required, Prognostics, Electrical System Electrical System, Enforcer Hard Wired Battery Compartment, Saber/Enforcer Location, Cab, Ind/Remote, Driver's Seat Riser $1,427.09 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Load Manager, Integrated In Electrical System, Saber $736.22 Light, Directional, Win M62T• LED, Cmn BzI, Above $1,542.12 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, $0.00 Light Guard without guards Lights, Clearance/Marker/ID, Platform, P25 LED, 5 $0.00 Light Guard with no guard Lights, Directional/Marker, Cab Front Side, Weldon $74.05 Lights, Tail, Truck -Lite 4.00" Round Grommet Mount, $210.83 Flash Pattern, Directional Lts $0.00 Steady On (Arrow) $0.00 805618 Lights, Backup, Win M62BU - $1,302.99 809801 Color, Trim $0.00 - chrome trim $0.00 - - $0.0011618,492 $0.00 $0.00 $0.00 $0.00 768765 Lights, Perimeter Body, Amdor AY-LB-12HWW0 LED $1,55238 616272 ..: • Control, Perimeter Lts $0.00 a switch within reach of the driver is $0.00 activated, the ignition switch activates the side facing lights, the driver's side directional is activated, activating only the driver side facing perimeter lights and the passenger's side directional is activated, activating only the passenger side facing perimeter lights 769567 Lights, Perimeter, Amdor AY-LB-12HW01212", Brkt $450.07111 Location, Additional Perimeter Lights $0.00 one (1) light under compartment RS6 and $0.00 one (1) light under compartment L56 Qty, Lights two (1) lights 896454 Enhanced Software for Perimeter Lts 756434 Guard, Aluminum Treadplate, Whelen Summit Light, Location over the top Qty, four (4) $0.00 $0.00 $0.00 814230 $1,252.58 $0.00 $0.00 $0.00 $0.00 $0.00 © 776357 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 774948 Lights, Win, P•H1• Pioneer, 12 VDC, 2nd $3,003.75 ©. , Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Control, Scene Cts $0.00 by a switch at the driver's side switch panel $0.00 and when the cab or crew cab doors on the passenger's side are open Location $0.00 P5 over EMS door $0.00 Mount, Win 11 $0.00 light(s) to be installed in a 15 degree $0.00 vertical recessed bracket Qty, $0.00 one (1) $0.00 Scene Light Optics $0.00 flood optics $0.00 775524 Lights, Win, P•H1• Pioneer, 12 VDC, 1st $3,003.75 Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Control, Scene Lts $0.00 by a switch at the driver's side switch panel $0.00 and when the cab or crew cab doors on the driver's side are open Location $0.00 DS over EMS door $0.00 Mount, Win 11 $0.00 light(s) to be Installed in a 15 degree $0.00 vertical recessed bracket Qty, $0.00 one (1) $0.00 Scene Light Optics $0.00 flood optics $0.00 774336 Lights, Wln, P•H1• Pioneer, 12 VDC, 1st $5,924.61© Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Control, Scene Lts $0.00 Lights, Backup, SOS nfuse 6x4 Ply, For Tail Lt Light, Brake, TecNiq T11-RR00-1 LED Stop/Tail Location TBD Qty, one (1) Lights, Perimeter Body, Truck -Lite 6060C LED 2ts, Control, Perimeter Lts the parking brake is applied Not Required, Enhanced Software for Perimeter Lts Light, Visor, Win, 12V P•H2• Pioneer, Cnt Feature, 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 and by a switch at the passenger's side switch panel Location, driver's/passenger's/center centered Qty. one (1) Scene Light Optics with a combination of flood and spot optics $851.52 $407.51 $305.01 $0.00 $3,134.27 727740 727739 645677 625273 SP SP SP by a switch at the driver's side switch panel and by o switch in a stainless steel cup located on the driver's side at the rear of the apparatus no more than 72.00"from the ground Location high, each side, rear body Mount, Win 11 light(s) to be installed in a 0 degree vertical recessed bracket Qty. two (2) Scene Light Optics with flood optics Lights, Win, 558M'• 58" 12VDC, LS 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 and by a switch at the passenger's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location centered over LS2 & centered over LS6 Mount, Win Summit light(s)to be installed with flat horizontal mounts Qty, two (2) Lights, Win, S58M" 58" 12VDC, RS Body Color, Win Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lts by a switch at the driver's side switch panel and by a switch at the passenger's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location centered over RS2 & centered over RS6 Mount, Win Summit llght(s) to be installed with flat horizontal mounts Qty, two (2) Lights, Not Required, Rear Work, Alt. 12 Volt Lights Switch, All Upper & Lower Rear Warning Lights, 735580 Turntable Steps -Marton, Swing, Lit Handrails, LS/RS, Body Handrail Finish illuminated knurled aluminum handrail Color, Handrail Light red Control, Handrail Light by the same means as the body handrail light controls Step, Flip The bottom step to be o flip down, stirrup step. 58049 - Tow Eyes, Stainless Steel, (2), Aerial 790983 Compt w/No Pump, 60" Wide w/Dbl Doors, Height • 505652 • Compt, LS F/H F/D, Dhl Drs, w/o Chute, w/Cord Reel, Door, Material & Finish, Stabilizer smooth aluminum painted to match the upper body color Hinge Location on the top Latch, Door, Access SouthCo C2 chrome raised trigger lever latch 839234 SP Compt, LS Turntable, F/H F/D, Lap Drs, Top Hatch 505658 Compt, RS F/H F/D, Lap Drs, w/o Chute, w/Cord Door, Material & Finish, Stabilizer smooth aluminum painted to match the upper body color Hinge Location on the top Latch, Door, Access $o.00 $0.a0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.0o $0.00 $11,808.62 $o.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.00 $0.0o $0.00 $o.00 $0.00 $11,808.62 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $89.58 $0.00 $0.00 $3,864.88 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $396.12 $12,154.70 • $10,496.24 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $5,468.58 $10,496.21 $0.00 $0.00 $0.00 $0.00 $0.00 645681 Lights, Not Required, Rear Work, Deck Lights At Rear 553729 Not Required, Restraint, Water Tank, Heavy Duty 591017 Hose Restraint, Hose Bed, Aerial, Front Velcro Strap, 735733 Turntable Steps -Morton Cass, Swing Step, Flip No bottom flip step to be provided. 29503 Tow Eyes (2), Painted Lower Job Color, Aerial 33662 Compt w/No Pump, 60" Wide w/Dbl Doors 891796 Compt, LS F/H F/D, Roll Drs, 100' PAP, No Pump No Door, Material & Finish, Stabilizer polished stainless steel Hinge Location on the rear body side Latch, Door, Access flush lift and turn latch 91709 Compt, L5 Turntable, F/H F/D, Roll Dr & Lift Dr, 100' 20723 Compt, RS F/H F/D, Roll Drs, w/o Chute, 100' PAP Door, Material & Finish, Stabilizer polished stainless steel Hinge Location on the rear body side Latch, Door, Access $0.00 $0.00 $165.56 $1,293.55 $0.0D $10,628.03 $8,454.46 $3,016.39 $8,455.46 839235 -666795 • "556162 603083 687135 631810 838144 510777 709692 738546 646559 603763 725635 5P SP SouthCo C2 chrome raised trigger lever latch Compt, RS Turntable, F/H F/D, Lap Drs, Top Hatch Doors, Lap w/"D" Handles, Aluminum, Side Not Req'd, Compt Blister in Front of Rear Axle Lights, Compt,Pierce LED,Dual Light Strips,Each Side Location, Compartment Lights all body Qty, eleven (11) Shelf Tracks, Unpainted Location, Shelf Track 151, 153, L54, LS6, 1151, 853, 1154 and RS6 Qty, She Track eight (8) sets of tracks Shelves, Fixed, 500 Ib Capacity, Full Width/Depth, Location, Shelf 1.54, 42.75" from floor Qty, Shelf one (1) shelf Shelves, AdJ, 5001b Capacity, Full Width/Half Depth, Location RS1 lower third, RSI upper third, RS3 centered, RS4 centered Location, Shelf 1151 lower third, R51 upper third, R53 centered, RS4 centered Location, Shelves/Trays, Predefined In 1153 centered between the floor and the ceiling, in R54 centered between the floor and the ceiling, in R51 in the lower third and in 851 in the upper third Material Finish, Shelf with a brushed finish Qty, Shelf four (4) shelves Tray, 215 Ib, Tilt/Slide-Out, 30 Deg, Adj, 1/2 Trans Location 856 upper, rear of partition Qty, Tray (slide -out) one (1) slide -out tray Tray, 215 Ib, Tilt/Slide-Out, 30 Deg, Adj, Predefined Location, Shelves/Trays, Predefined in 1.51 centered between the floor and ceiling Material Finish, Tray with a brushed finish Qty, Tray (slide -out) one (1) slide -out tray Tray, 215 Ib, Tilt/Slide-out, 15 Deg, AdJ, 3/4 Trans Location 153, rear of partition, 62" deep (as deep as possible to not interfere with standard shelf on RS of transverse compt) Qty, Tray (slide -out) one (1) slide -out troy Tray, Floor Mounted, Utility, One Way Slide -Out, location above LS6 floor extension, in between forward partition and rear floor mounted slide tray Material Finish, Tray with a dual action finish Qty, one (1) Tray, Floor Mounted, Slide -Out, 5001b, 2.00" Sides, Location, Tray Slide -Out Floor Mounted RS1, R54, L51, LS4,1.56, LS6 to the right of the partition and RS6 to the left of the partition Material Finish, Tray with a brushed finish Qt, seven (7) Cabinet, Drawer Assembly, CTECH, Four Drawers, Up Location floor of RSI, full width Qty, one (1) 50.00 flush lift and turn latch $5,468.58 .- 20956 Compt, RS Turntable, F/H F/D, Roll Drs, 100' PAP $0.00 603436- Doors, Gortite Rollup/Lap, Aluminum, Side $0.00 Color, Roll -up Door, Gortite $0.00 painted one (1) color to match the lower portion of the body $0.00 Latch, Roll -up Door, Gortite $0.00 A polished stainless steel lift bar to be provided for each roll -up door $0.00 Qty, Door Accessory $0.00 six (6) compartment doors . 50.00 #'1552955 Blister, Compts in Front of Rear Axle, To Clear $3,688.15 5920 Lights, Compt, Truck -Lite, Model 79384 $0.00 $0.00 $0.00 50.00 51,319.62 :iib: 687139 No Shelf Tracks Required $0.00 $0.00 $0.00 50.00 5507.49 El 50.00 50.00 $0.00 $o.00 $1,313.33 50.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 50.00 $0.00 51,247.65 50.00 $0.00 50.00 $0.00 $1,152.78© $0.00 $0.00 50.00 $0.00 50.00 $0.00 $2,752.14 $0.00 $0.00 $0.00 50.00 $1,802.39 El 50.00 50.00 $0.00 $0.00 $0.00 $0.00 59,659.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,025.75 $0.00 $0.00 $0.00 $0.00 $3,016.41 50.00 $0.00 $0.00 $0.00 Size, Drawer Height 1 (Top) $0.00 2.00" with a face plate that is 3.00" $0.00 Size, Drawer Height 2 $0.00 3.75" with a fare plate that is 4.00" $0.00 Size, Drawer Height 3 $0.00 3.75" with a face plate that is 4.00" $0.00 Size, Drawer Height 4 $0.00 3.75" with a face plate that is 4.00" $0.00 607733 SP Toalboard, Slide -out, Alum, .188", Peg Board, Size $2,369.19 Finish, Pegboard/Toolboard $0.00 with a brushed finish $0.00 Hole Diameter, Pegboard/Toolboard $0.00 .203" diameter $0.00 Location, Partition/Toolboard, Predefined $0.00 In 1.54, centered from left to right in the $0.00 doorframe - Mounting, Toolboard $0.00 mounted on adjustable tracks side to side $0.00 within the compartment Qty $0.00 One (1) $0.00 Size $0.00 36" $0.00 648483 Toolboard, Alum, Adj, Added to 1/2 Transverse Slide- $1,029.24 131 Finish $0.00 brushed $0.00 location $0.00 156, above floor extension, forward slide $0.00 tray Qty $0.00 One (1) $0.00 726457 Partition, Vertical Compt, Predefined Locations $845.11© Location, Partition/Toolboard, Predefined $0.00 in 1.53, 26.00"from the forward doorframe $0.00 and In R53, 16.00"from the forward door frame Material Finish, Partition $0.00 with a brushed finish $0.00 Qty, Partition $0.00 Two (2) partitions $0.00 726429 Partition, Vertical Compt, Transverse Compt, $906.2152 Location $0.00 11" from forward wal,156/856 (or enough $0.00 to fit pike tubes forward of the partition) Qty, Partition $0.00 One (1) partition $0.00 726403 Partition, Vertical Compt, Special Height $422.54 Fill in Blank $0.00 36" height of the lower $0.00 Location $0.00 lower L54, 19.5"from LS4 forward wall, $0.00 floor to fixed she Material Finish, Partition $0.00 with a brushed finish $0.00 Qty, Partition $0.00 One (1) partition $0.00 539811 Box, Poly Tool $914.73 Color $0.00 black $0.00 Depth $0.00 8.00" deep $0.00 Length $0.00 24.00" long $0.00 Location $0.00 1.53, In between air bag rack and 3/4 $0.00 tilt/slide Qty, Comp. Accessory $0.00 two (2) $0.00 Width $0.00 18.00" wide $0.00 33909 Compt, Transverse Over Torque Box, PAP $5,144.8013 Location $0.00 L53/853 and LS4/854 $0.00 Qty, Comp. Accessory $0.00 two (2) $0.00 54014 Floor, Aluminum Treadplate, Angled for Cribbing $856.52© Location $0.00 153, Rear of partition, LS2 $0.00 Qty, Comp. Accessory $0.00 two (2) $0.00 48837 Rack, Air Bags Inside Compartment, 4 -Slot $1,241.20© Finish $0.00 brushed $0.00 Location $0.00 forward wall of LS3 $0.00 Size $0.00 671863 796216 13202 802986 804426 4218 10406 24232 56478 648681 521218 SP left to right... (frwd to rearward) 24.5 x 20.5 x 2", 18.5x21 x2, 17.5 x 17.5x2, 13.8 x 13.8x2" Rack, Poly Boxes, Compartment Configuration one above the other Location L53 Qty, two (2) Size to fit two poly boxes, 18"W x 24"L x 8"D each Floor Extension, Compartment, 1.00" Downtumed Location rear of LS6 partition Qty, one (1) Strap, Nylon w/Velcro Location L53 polybox rack, to restrain polyboxes Qty, one (1) Compt, Air Bottle, Between Tandems, Four (4) Door Finish, Fender Compt painted to match the lower body Door Type drop down door with support cables Insert Air Bottle Compt black rubber matting and black Dura -Surf friction reducing material Latch, Air Bottle Compt pair of Southco raised trigger C2 chrome lever latches Location, Fender Compt on the left side and the right side Qty, Air Bottle Comp two (2) air bottle compartments Compt, Air Bottle, Single, Round, Fender, Bolt -In, Door Finish, Fender Compt polished Insert Air Bottle Compt black rubber matting Latch, Air Bottle Compt Southco raised trigger C2 chrome lever latch Location, Fender Compt on the left side, two single compartments between the tandem rear wheels, on the right side, two single compartments between the tandem rear wheels, on the left side forward of the rear wheels, on the left side rearward of the rear wheels, on the right side forward of the rear wheels and on the right side rearward of the rear wheels Qty, Alr Bottle Comp eight (8) air bottle compartments Ladder, 35' Duo -Safety 1200A 2 -Sect Qty, two (2) Ladder, 28' Duo -Safety 1200A 2 -Section Location, Extension Ladder • in the aerial torque box Qty, one (1) Ladder, 16' Duo -Safety 875A Roof Qty, one (1) Ladder, 14' Duo -Safety 775A Roof Qty, one (1) Ladder, 14' Duo -Safety 875 -DR Roof Location aerial fly section Qty) one (1) Not Required, Attic Extension Ladder 651834 Ladders Stored Torq Box,Lift Dr Past 90,w/Anti- $0.00 $389.94 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 $0.00 $511.12© $0.00 $0.00 $0.00 $0.00 $257.19 ri 80.00 $0.00 $0.00 $0.00 $3,830.07 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,232.73 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,727.97 ©4218 $0.00 $o.00 $1,944.29 MI4222 $0.00 $0.00 $0.00 $0.00 $867.94 ; 4232 $0.00 $0.00 $782.29 $0.00 $0.00 $900.18 ri $0.00 $0.00 $0.00 $0.00 $0.00 g• 4233 $0.00 $0.00 $829.42 ETZ 42207 $0.00 $0.00 $0.00 $0.00 Ladder, 35' Duo -Safety 1200A 2 -Sect Qty, one (1) Ladder, 24' Duo -Safety 900A 2 -Section Location, Extension Ladder in the aerial torque box Qty, one (1) Ladder, (2) 16' Duo -Safety 875A Roof Ladder, 14' Duo -Safety Fresno 701 Qty, one (1) Ladders Stored in Torque Box, Gortite Roll, Color, Roll -up Door, Gortite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel lift bar to be provided for the rear roll -up door $2,115.89 $1,433.60 $1,551.14 $1,018.72 -$180.55 658170 Ladders, Nested, Right Side Ground Ladder Storage. $873.64® 807601 Backboard Storage, Rack, Inside Trans Compartment $1,839.69 Access, Backboard/Stokes/Long Tool Compt $0.00 either side $0.00 Configuration, 8B/Stokes/LG $0.00 horizontally $0.00 Location Within Compartment $0.00 horizontally on ceiling of L56/RS6 $0.00 Location, Compartment, Predefined $0.00 LS6 and RS6 $0.00 Qty, Backboard Storage $0.00 three (3) backboards $0.00 Size, Backboard, Predefined $0.00 88.00" long x 13.00" wide x 12.00" high $0.00 816914 Pike Pole, 12', Provided by Fire Department, $0.00 775907 Pike Pole, 12' DUO Safety, Fiberglass Pike Pole Make/Model $0.00 Qty, Fire Hooks Unlimited 12foot roof hook $0.00 two (2) Qty, $0.00 two (2) $o.00 ' 816920 Pike Pole, Provided by Fire Department, NFPA/ULC $0.00 aa;.' 789564 Pike Pole, 8' DUO Safety, Fiberglass, Aerial Pike Pole Make/Model $0.00 Qty, Fire Hooks Unlimited 8' roof hook RH-8 $0.00 two (2) Qty, $0.00 two (2) $0.00 816918 Pike Pole, 6', Provided by Fire Department, $0.00 3` 789566 Pike Pole, 6' DUO Safety, Fiberglass, Aerial Pike Pole Make/Model $0.00 Qty, Fire Hooks Unlimited 6 foot roof hook $0.00 two (2) Qty, $0.00 four (4) $0.00 816916 Pike Pole, 3', Provided by Fire Department, $0.00 789586 Pike Pole, 3' DUO Safety, Fiberglass, w/D Handle Pike Pole Make/Model $0.00 Qty, Fire Hooks Unlimited 40" NHFG with D $0.00 two (2) handle Qty, $0.00 four (4) 50.00 770464 Trough, S/S, Torque Box/Ladder Storage, D -Handled - $251.25 Pike Pole Make/Model Predefined 50.00 Duo -Safety 6' pike pole with 0 handle 50.00 Qty, $0.00 one (1) $0.00 591519 Tubes, Alum, Pike Pole Storage, Location FIB $1,486.89 Location $0.00 Horizontal on the frwd wall of the trans 50.00 L56/356 compt, between the frwd wall & partition, match the compt interior. Two hooks will be removed from the D5, two hooks removed from the PS. Cotter pins will retain the poles Qty, Pike Pole Tubes four (4) pike poles 5080 Reducer, 2.50" FNSTx 1.50" MNST, w/Cap Location, Adapter(s) on the PS 2.5 VUM discharges Qty, Adapter for Outlets two (2) adapters 887754 Air Homs, (2) Hadley, Rectangular Bell, Through 757076 Control, Air Hom, Lanyard, RS Lanyard lanyard to be a plastic coated braided cable $0.00 $0.00 $416.83 50.00 50.00 $0.00 $0.00 $1,296.39 606694 $233.23 s $0.00 50.00 $407.37 5282.98 $256.37 $320.10 Air Horns, (2) Hadley, 6" Round, eTone, In Bumper 51,195.94 835902 Siren, Code 3 36925, 100/200 Watt 51,007.52 :is 525667 Siren, Win 295SLSA1, 100 or 200 Watt $796.68 748306 Control, Elec Siren, Multi Select $0.00 76156 Control, Elec Siren, Head Only $0.00 805709 Control, Elec Siren, Hom Ring, Interlock 5271.59 x Control, Interlocks $0.00 control is not Interlocked 50.00 791125 Speaker, (1) Code 3, C3100 Series, Mounted Behind 5506.17 ® 601306 Speaker, (1) Win, SA315P, w/Pierce Polished $970.02 . Connection, Speaker $0.00 Connection, Speaker connected to the siren amplifier 50.00 connected to the siren amplifier 557994 Location, Behind Front Bumper 50.00 la 601565 Location, Speaker, Frt Bumper, Recessed, Center $0.00 Location, $0.00 driver's side $0.00 895310 Siren, Federal Q2B $6,350.99 ri Finish, 0.28 Siren 50.00 chrome finish $0.00 630659 Siren, Mechanical, Mounted Above Deckplate, -$265.54 ix Location, Siren, Mech 50.00 on the right side $0.00 748305 Control, Mech Siren, Multi Select $0.00 748282 Control Mech Siren, Ft Sw LS 5222.58 748280 Control Mech Siren, Hom Ring $222.58 895055 Control Mech Siren, Ft Sw RS, Interlock $326.48 Control, Interlocks $0.00 control to be available when the parking 50.00 brake Is released 740834 - Sw, Siren Brake, Momentary Red, L5 Overhead Sw $401.73 740391 Sw, Siren Brake, Momentary Chrome Push Button, $401.73 811625 Control System, Supplier Based, Electrical Win 58,712.75 824788 Not Required $0.00 724188 Lightbar, Win, Frdm IV-WCXF4MINI, 2-21.5", RRWRR $6,809.33 Filter, Whl Freedom Ltbrs $0.00 clear lenses included on the lightbar $0.00 818860 Lights, Frnt Zn Upr, Pltfarm, Win, M6" LED, 4Its $2,123.04 Color, Lens, LED's $0.00 clear $0.00 Color, Lt DS Frnt Outside $0.00 driver's side outside warning light to $0.00 Include red LEDs Color, Lt DS Front Inside $0.00 driver's side front Inside warning light to $0.00 include red LEDs Color, Lt PS Frnt Outside $0.00 passenger's side front outside warning light $0.00 to Include red LEDs Color, Lt PS Front Inside $0.00 passenger's side front inside warning light $0.00 to Include red LEDs Color, Trim $0.00 chrome trim $0.00 Location, Lights $0.00 2 facing forward, 2 low and centered an the $0.00 sides of the bucket 887345 Lightbars, Win, Freedom IV-WCXF4MINI, 2-21.5", $8,117.19 Filter, Whl Freedom Ltbrs $0.00 clear lenses included on the lightbar $0.0o Lightbar Location, Cab/Crew Cab $0.00 over the cab doors $0.00 - " - $0.0011540384 605610 Lightbar, Win, Freedom IV -Q, 2-21.5", RRRRR $6,106.00 Filter, Whl Freedom Ltbrs clear lenses included on the lightbar 56848 Lights, Frnt Zn Upr, Pltform, Win, 50R03ZRR Super $1,246.49 731884 818269 653937 • 895940 SP Lights, Front Zone, Win M6"S, Q, Bezel 4Lts CCCo Color, Lens, LED's warning light lens color(s) to be clear Color, Lt DS 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 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 WX2230F, Lower Grl Mt, CCCo LED I red and white LEDs LED 2 red and white LEDs LED 3 red and white LEDs LED 4 red and white LEDs LED 5 red and white LEDs LED 6 red and white LEDs Flasher, Headlight Alternating Headlt flash deactivation the hi -beam headlight switch is activated Lights, Side Zone Lower, Win, Separated Into Front, 804494 Lights, Side Zone Lower Front, Win M6D# DUO, Color, Lt Side Frnt LS Cmb left side front light to included red and white flashing LEDs Color, Lt Side Frnt R5 Cmb right side front light to include red and white flashing LEDs Color, Trim chrome trim $0.00 $0.00 $0.00 $0.00 $3,606.93 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,907.85 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $174.48 $0.00 $0.00 $0.00 540679 $0.00 $0.00 $0.ao $0.00 $o.00 $0.00 $0.00 $0.00 $1,515.09 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 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 PS Front passenger's side front warning light to be red $1,340.29 Lights, Side Zone Lower, Win M6`C LED, Clear Lens $2,164.43 Color, It Side Front side front lights to be red Color, Lt Side Rear side rear lights to be red Location, Lights Front Side one (1) each side on the front custom cab corner Location, Lights Rear Side one (1) each side located between the tandems Location, Lights Front Side - $0.00 one (1) each side on the bumper extension $0.00 804496 Lights, Side Zone Lower Middle, Win M6Dti DUO, $1,515.09© Color, Lt Side Mid LS Cmb $0.00 left side middle light to include red and $0.00 white flashing LEDs Color, Lt Side Mid RS Cmb $0.00 right side middle light to include red and $0.00 white flashing LEDs Color, Trim $0.00 chrome trim $0.00 Location, Lights Mid Side $0.00 one (1) each side of cab rearward of crew $0.00 cab doors 807294 Lights, Side Zone Lower Rear, Win M6V2••, CCCo $3,526.31© Color, Lens, LED's $0.00 warning light lens colors) to be clear $0.00 Color, Lt Side Rear DS $0.00 left side, side rear light to include red $0.00 warning LEDs Color, Lt Side Rear P5 $0.00 right side, side rear light to include red $0.00 warning LEDs Color, Trim $0.00 chrome trim $0.00 Control, Scene Lts $0.00 by a switch at the driver's side switch panel $0.00 and when the left directional signal is activated, the left scene lights will activate. When the right directional signal is activated, the right scene lights will activate Location, Lights Rear Side $0.00 one (1) each side, centered above rear $0.00 wheels 896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401- $1,194.31© Control, Door int Flash $0.00 no other controls are on $0.00 Location, Light, Door Int Flash $0.00 located in the door pan os low and far to $0.00 the outside as practical 895060 Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR $1,960.83 Color, Trim $0.00 chrome trim $0.00 Control, Door Int Flash $0.00 no other controls are on $0.00 Location, Light Door Int Flash $0.00 located in the door pan as low and far to $000 the outside as practical 815847 Connectors, Door Interior Flash, All Cabs, $0.00 803815 SP Lights, Side, Win M90# DUO, CCCo, 1st $2,639.87 Color, Lights, Warning $0.00 light(s) to include red and white LEDs $0.00 Color, Trim $0.00 chrome trim $0.00 Control, Light $0.00 with the emergency master $0.00 Location $o.00 TBD $0.00 Qty, $0.00 two (2) - $0.00 807350 Lights, Side, Win M6D# DUO, CCCo, 1st $2,935.38© Color, Lights, Warning $0.00 light(s) to include red and white LEDs $0.00 Color, Trim $0.00 chrome trim $0.00 Control, Light $0.00 with the emergency master $0.00 Location $0.00 o pair rear of the crew cab door inline with $0.00 the side warning light on the front bumper. Put the second pair on the front bumper on the angled portion. Match !#33243 Qty, $0.00 four (4) $0.00 839325 SP Lights, Side, Win T550# DUO, Mtd In Rubrails, 1st, $4,802.60 Color, Lens LED's $0.00 warning light lens color(s) to be clear $0.00 Color, Lights, Warning $0.00 light(s) to include red and white LEDs $0.00 Color, Trim $0.00 chrome trim $0.00 Location $0.00 Center of each rub rail Total 6 $0.00 Location, Lights $0.00 Center of each rub rail Total 6 $0.00 Qty, six (6) 808594 Lights, Rear Zn Lwr, Win M6D# DUO, For Tail Lt Color, Lt DS Rear Splt driver's side rear light to include red and blue LEDs Color, Lt PS Rear Spit passenger's side rear light to include red and blue LEDs 727950 Lights, Rear Zone Up, Win L31H'FBeacon, M6°CS Rr $4,056.22 88745 Color, Lt, Rear Lower DS $0.00 rear lower light on the left side to include $0.00 amber LEDs Color, Lt, Rear Lower PS $0.00 rear lower light on the right side to include $0.00 amber LEDs Color, Lt, Rear Upper D5 $0.00 rear upper light on the left side to include $o.00 red flashing LEDs Color, Lt, Rear Upper PS $o.00 rear upper light on the right side to include red flashing LEDs Color, Lts, Rear Zone Upper rear zone upper light(s) to be red in color Color, Trim chrome trim 791501 Light, Traffic Directing, Win TAL65, 36" Long LED, Activation, Traffic Dir L auxiliary flash not activated 530074 Location, TDL, On Top of Body Below Turntable 530282 Location, Traf Dir Lt Controller, Overhead Switch 6646 Electrical System, 120/240VAC, General Design 516616 Generator, Harrison 6kW MCR Hydraulic, Hotshift Generator Interlocks only after the chassis parking brake is applied 15429 Mounting, Hydraulic Generator Above Torque Box Location, Generator cargo area above torque box. 16752 Starting Sw, Truck Engine Powered Gen, Cab Sw Pnl 16757 Not Required, Remote Start, Generator 16740 Not Required, Fuel System 16767 Not Required, Oil Drain Extension, Generator 36738 Circuit Breaker Panel, Included With PTO Generator Location, Circuit Breaker Panel high on the left wall of compartment L54 44662 Door, Leave Door on Breaker Box 16771 Not Required, Routing Exhaust, Generator 6825 Reel, Elect Cable, Hannay, 1600, (3) Wire Finish, Reel painted #269 gray from the reel manufacturer Location, Electric Cord Reel $0.00 one (1) reel in the driver's side front $0.00 compartment over the driver's side front stabilizer and one (1) reel in the passenger's side front compartment over the passenger's side front stabilizer Qty, Cord Reels two (2) cord reels Reel Guide A Nylatron guide 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 volt, twist lock connector body Feet of Yellow Cord 200 feet Lengths of Elect Cord two (2) lengths, one (1)for each reel, 838081 Box, Junc, Akron, 3 -Wire, 20 Amp, Configurable Connection, Electric Plug /Inlet (Male) NEMA L5-20, 20 amp, 120 volt twist lock Junction box pigtail plug Qty, two (2) Receptacle and Plug AC NEMA 5-20, 20 amp, 120 volt straight blade single junction box receptacle Receptacle and Plug AC 2 $0.00 NEMA 5-20, 20 amp, 120 volt straight $0.00 blade single Junction box receptacle Receptacle and Plug AC 3 $0.00 NEMA L5-20, 20 amp, 120 volt twist lock $o.00 single junction box receptacle Receptacle and Plug AC4 $0.0o $o.00 $0.00 $1,730.85.2 564655 $0.00 $0.00 Lights, Rear Zn Lwr, Win M6'C IED, Clear Lens, For $1,037.20 Color, Lt DS Rear driver's side rear light to be red $0.00 Color, Lt PS Rear $0.00 passenger's side rear light to be red $0.00 $0.00 $0.00 $0.00 $2,458.60 $0.00 $0.00 $846.18 $100.27 $0.00 $31,070.57 $0.00 $0.00 $1,239.10 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $6,392.89 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,122.06 $0.00 $0.00 $0.00 moo $o.00 $0.00 $2,276.27 1311 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Light, Rear Zone Up, Win L31H'F LED Beacon, Red Color, Dome, Rear Warning both domes clear $2,554.12 NEMA L5-20, 20 amp, 120 volt twist lock single junction box receptacle 780360 Receptacle Strip, 20A 120V 6 -Place, Interior Cab AC Power Source onboard generator to shoreline power transfer switch Location 1 behind driver's seat Qty, one (1) -. 652605 Brand, Hydraulic Tool System, Hurst eDraulic ..784643 Aerial, 100' Pierce Platform, 35 MPH Wind Rating, 762413 Light, Boom Support, Amdor AY-LB-12HWo12, 12" 680822 Boom Panel, Not Required $0.00 $639.45 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 519934 $652,770.51 'i 784642 $226.05 y f 601990 $0.00 680821 $0.00 $0.00 804205 Lights, Aerial Boom Panel, Amdor AY -LB -12H•0°° $5,338.16® Color, Light One $0.00 lights) to include white steady burning $0.00 LEDs Control, Scene Lts $0.00 by a switch at the drivers side switch panel, when the parking brake Is applied and when the aerial master switch Is activated 526885 623645 614100 753191 740378 728977 804518 600934 633318 SP 5P SP SP SP Location, 12/24 Volt Lights one (1) set of lights to be installed over the left side boom panel and one (1) set of lights to be installed over the right side boom panel Qty, two (2) Indicator, Extension, Inside and Outside Handrails, Color red Aerial Stability Test, Maximum Tip Options Brackets Only, Roof Ladder/Pike Pole, Special Pike Pole Make/Model Fire Hooks Unlimited 8' roof hook Roof Ladder, Make/Model 14' Duo -Safety 875 -DR Eyelet, Rope Tie Off, Aerial Base Cross Tube, 100' Scuffplate, Front and Rear Corners of Stokes Box Finish polished stainless steel Qty, two (2) Box,Stakes/Lyfe Bracket,w/Cover,Base Section,In Finish painted job color Latch, Door, Storage pair of butterfly latches Location, Aerial Device the left side of the aerial device while viewed from the turntable Louvers no louvers Size, Stokes Basket, Predefined 85.00" long x24.00"wide x 10.00" high Box,Stokes/Misc Storage,w/Cover,Base Finish painted job color Latch, Door, Storage pair of butterfly latches Location, Aerial Device the right side of the aerial device while viewed from the turntable Louvers no lowers Size, Stokes Basket, Predefined 85.00" long x24.00" wide x 10.00" high Size, Stokes Box 90.00" long x 26.50" high x 11.25" wide Basket, PAP, Wide Aerial Basket Latch Impact release door latches that allow the basket door to be opened from outside the basket by applying pressure to the outside of the door with the foot or hand. A treadplate scuffplate shall be provided at the bottom exterior of the doors. Box, Miscellaneous Storage, Platform Cover a cover Latch, Door, Storage butterfly latch Location, Aerial Basket $0.00 $0.00 $0.00 $0.00 $0.00 $970.72 526890 $0.00 $0.00 $0.00® $2,379.69 $0.00 $0.00 $0.00 $0.00 $2,070.07 $848.38 $0.00 $0.00 $0.00 $0.00 $2,886.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,299.19 El $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.a0 $0.00 © 600934 $0.00 $0.00 $1,936.85 $0.00 $0.00 $0.00 $0.00 $0.00 Not Required, Brand, Hydraulic Tool System Aerial, 100' Pierce Platform, 50 MPH Wind Rating, Light, Boom Support, Peterson 393C, Incandescent Boom Panel, Pair Paint Color, Predefined 910 white Not Required, Indicator, Extension Basket, PAP, Wide Aerial Basket Latch positive locking latches $0.00 $584,265.60 $0.00 $789.42 $0.00 $0.00 673222 673251 677439 754365 747920 682164 615057 540495 812506 SP SP the left side of the basket when viewed from the turntable Make/Model Amerex Mode114O, 2.5 gallon water can Qty, one (1) Size 8.5"x 8.5"x 25" tall Scuffplate, Top Edge of Basket Material Trim/Scuffplate polished stainless steel Scuffplate, Front Basket Comers Material Trim/Scuffplate polished stainless steel Box, Hose Storage, Platform Cover a rover Hose Size, Hosebox 100' of 1.75" diameter hose Latch, Door, Storage butterfly latch Location, Aerial Basket each side of the basket Qty, two (2) Cover, MUX Display, Platform Latch, Door, Storage SouthCo stainless steel draw latch Material brushed stainless steel Brackets Only, Ziamatic MB-3PBA, PAP, 100AAT Qt one (1) Cover, Around Aerial Rotation Bearing Material aluminum treadplate Stabilizer Placement, Cameras w/Command Zone Pads, Stabilizer, Modified to Slide On Stabilizer Pads, Modem four (4) Lights, Tip, Win P•H2•, Front of Basketllt, Control Color, Win Lt Housing painted parts of this light assembly to be black Control, Tip Lts at the left side cab switch panel, at the right side cab switch panel and same as the tracking lights Mount, Win 11 light(s) to be installed on adjustable bail bracket(s) Scene Light Optics with a combination of flood and spot optics $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $536.86 $0.00 $0.00 $563.99 $0.00 $0.00 $3,001.56 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $410.58 $0.00 $0.00 $0.00 $0.00 $798.39 $0.00 $0.00 $278.50 $0.00 $0.00 $6,775.10 $905.11 $0.00 $0.00 $4,176.96 $0.00 $0.00 $0.00 $0.00 $0.00 $o.oO $0.00 $0.00 783180 Lights, Tip, Win MPB• LED, Front of Basket 11t Color, Win Lt Housing painted parts of this light assembly to be white 802753 Lights, Tracking, Win MP" LED, Zits $3,418.63 5802753 Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Location, Sw, Arl DC Lts $0.00 platform/tip, turntable, and left side cab $0.00 switch panel Mount, Win 11 light(s) to be installed on adjustable bail bracket(s) Scene Lt Optics LH Base left side tracking light to Include wide flood optics Scene Lt Optics RH Base $0.00 right side tracking light to include wide $0.00 flood optics 653737 Lighting, Rung, LED, TecNiq, 3 Section, Base, Mid, Fly $7,535.315 Color, Lt Aerial Base Sect $0.00 base section of the ladder to be blue $0.00 Color, Lt Aerial Fly Sect $0.00 fly section of the ladder, excluding the $0.00 egress, to be red Color, Lt Aerial Mid Sect $0.00 mid section of the ladder to be white $0.00 Control, Aerial Rung Lighting $0.00 the aerial master switch is activated $0.00 825327 SP Lights, Stabilizer Warn (2) Sets, Win M6DN DUO, $3,376.69 .i, 540743 Color, Lt Stabilzr Pan, LS Frt Cmb $0.00 left side front stabilizer pan warning light to $0.00 include red and amber LEDs Color, Lt Stabilzr Pan, LS Rr Cmb $0.00 left side rear stabilizer pan warning light to $0.00 include red and blue LEDs Color, Lt Stabilzr Pan, RS Frt Cmb $0.00 Lights, Tracking, Win MP" LED, 2115 Color, Win Lt Housing painted parts of this light assembly to be white Location, Sw, Arl DC Lts platform/tip and turntable $0.00 Mount Win 11 $0.00 light(s) to be installed on adjustable bail bracket(s) $0.00 Scene Lt Optics LH Base $0.00 left side tracking light to Include spot optics Scene Lt Optics RH Base right side tracking light to include spot optics $657.16 $2,119.00 Lights, Stabilizer Warn (2) Sets, Win M6°C LED, Clear $2,092.89 Color, Lt Fr Stabilzr Pan red Color, Lt Rr Stabilzr Pan red right side front stabilizer pan warning light $0.00 to include red and amber LEDs Color, Lt Stabilzr Pan, RS Rr Cmb $0.00 right side rear stabilizer pan warning light $0.00 to include red and blue LEDs Color, Trim chrome trim 762388 Lights, Stabilizer Scene, (2) sets, Amdor AY -LB - 662114 Light, Win PCP2AC, 120 Volt Under Basket, PAP Color, Win Lt Housing painted parts of this light assembly to be black Location, Plat/Tip AC Lts $0.00 under the driver and passenger side, facing $0.00 down Location, Sw, Arl AC Lts platform/tip and turntable Qty, two (2) 16924 Intercom, 2 -Way Atkinson (PAP) 791128 Hitch Receiver, 10,000 Ib, LS/RS, Under Body Sides, 530828 Tumtable Access, Chains •- ., 730399 Valves, (2) TFT VUM (Valve Under Monitor), Manual 683561 - Monitors, (2), TFT Monsoon, Y4-EP1A-P Electric, Nozzle, Monitorl, PAP TFT 2000 gpm Model M-ERP2000 electric • nozzle • Nozzle, Monitor 2, PAP TFT YST-4NN stacked tips 765595 Ladder Belts, Aerial Safety Belt Large/XL two (2) large/extra large belts for 34"-42" waist Safety Belt Small/Medium $0.00 no small/medium belts $0.00 Safety Belt, XXL $0.00 two (2))00. belts for 42"-50" waist $0.00 709846 Paint, Two -Tone Color, Velocity/Impel $2,609.79 ,"i 709567 Paint Break Cab $0.00 a special two-tone cab paint break at the $o.00 roof line provided Paint Color, Lower Area, Predefined /190 red Paint Color, Upper Area, Predefined #101 black Shield, Cob no cab shield provided 646901 Paint Chassis Frame Assy, With Liner, E -Coat, Paint Color, Frame Assembly, Predefined a single system black top coat 693798 Paint, Front Wheels Paint, Wheels paint black#101 836681 Paint, Rear Wheels, Tandem Axle, Aluminum T3, Paint, Wheels paint black #101 733739 Paint, Axle Hubs Paint, Axle Hub black#101 7234 Compartment, Unpainted, D/A Finished 792638 Aerial Platform Paint Paint Color, Aerial Basket black 101 Paint Color, Aerial Control Console red 90 Paint Color, Aerial Device black 101 Paint Color, Aerial Rotation Motor red 90 • Paint Color, Aerial Stabilizers black 101 Paint Color, Aerial Torque Box gloss black primer Paint Color, Boom Support gloss black primer Paint Color, Cylinders red 90 Paint Color, Turntable black 101 544087 Reflective Band, 6" Color, Reflect Band -A white 510041 Reflective across Cab Face, Imp/Vel 598714 Stripe, Reflective/Diamond Grade, Chevron Stripes, $0.00 $0.00 $794.38 601977 Lights, Stabilizer Scene, (2) sets, Truck -Lite 40227C, $7,233.51 $0.00 $0.00 $o.00 $o.00 $0.00 $0.00 $5,267.56 aux' 737181 Intercom, 2 -Way Fire Research ICA910 Hands Free $3,070.93 x $0.00 530826 Turntable Access, ManSaver Bars, Yellow $5,481.49 16951 (2) Preconnects At Platform, PAP $37,319.38 rt, 630802 Monitor, Akron 3480 StreamMaster II Electric $0.00 Nozzle, Monitor 1, PAP $0.00 Akron 1500 gpm Model 5178 electric nozzle with built In stream shaper $0.00 $0.00 $2,490.73 ri $o.00 $0.o0 Color, Reflect Band -A yellow Color, Reflect Chev -A ruby red $0.00 $0.00 $0.00 $0.a0 $0.00 $0.00 $1,023.68 © 646901 $0.00 $0.00 $333.69 693797 $0.00 $0.00 $1,140.22 ' 693795 $0.00 $0.00 $0.0011E733739 $0.a0 $0.00 $0.00 7230 $1,780.50 x 792638 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.Do $0.00 $0.a0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 u, H.. 544111 $0.00 $0.00 $188.45 rad;.; 7356 $893.32 c 598754 $0.00 $0.00 $0.00 $o.00 Paint, Single Color, Enforcer Paint Color, Cab #90 red Paint Chassis Frame Assy, With Liner, E -Coat, Paint Color, Frame Assembly, Predefined primer and gloss black paint No Paint Required, Aluminum Front Wheels Paint, Rear Wheels, Tandem Axle Paint, Wheels paint#90 red Paint, Axle Hubs Paint, Axle Hub to match lower job color Compartment, Painted, Spatter Gray Aerial Platform Paint Paint Color, Aerial Basket white 10 Paint Color, Aerial Control Console white 10 Paint Color, Aerial Device white 30 Paint Color, Aerial Rotation Motor black Paint Color, Aerial Stabilizers black101 Paint Color, Aerial Torque Box gloss black primer Paint Color, Boom Support gloss black primer Paint Color, Cylinders white 10 Paint Color, Turntable white 10 Reflective Band, 10" Color, Reflect Band -A white Reflective across Cab Face Stripe, Reflective/Diamond Grade, 4.00" on Color, Reflect Band - A lemon yellow $0.00 $3,669.27 $1,085.01 $0.00 $15,544.96 $0.00 $1,705.89 $0.00 $1,201.65 $0.00 $0.00 $0.a0 $0.00 $168.66 $0.a0 • 27341 679885 567374 87355 65687 679822 679906 594559 685932 685730 685732 685745 685802 686082 776253 67642 632430 755303 654570 657001 695610 769765 0 0 611136 696696 684953 595767 SP SP SP SP STF STF Size, Stripe 4.00" wide Jog, In Reflective Stripe, Single or Multiple Qty, one (1) Stripe, Sign Gold Outline Above & Below Reflective Qty, one (1) Stripe, Black Outline each Chevron Stripe @ Rear Stripe, Reflective, 6" Inside Compt Door Color, Reflect Band -A black Location each exterior access EMS compt door Qty, two (2) Stripe, Reflective, Cab Doors Interior . Color, Reflective black Stripe, Sign Gold, Two -Tone Paint Break with Shield, Stripe, Sign Gold, Box, Boom Sign with Scrolls, Aerial Lettering Specifications, (Sign Gold Process) Lettering, Sign Gold, 3.00", (41-60) Outline, Lettering outline and shade Lettering, Sign Gold, 16.00", Each Outline, Lettering outline and shade Qty, Lettering two (2) letters Lettering, Sign Gold, 14.00", Each Outline, Lettering outline and shade Qty, Lettering four (4) letters Lettering, Sign Gold, 10.00", Each Outline, Lettering outline and shade Qty, Lettering four (4) letters Lettering, Sign Gold, 5.00", (41-60) Outline, Lettering outline and shade Lettering, Reflective, 3.00", (1-20) Outline, Lettering outline Emblem, 150 CLASS 1, w/Ribbon, Sign Gold, Pair Qty, one (1) Emblem, Corner Scroll, Sign Gold, Pair Location, Emblem boom panels Qty, two (2) Emblem, Helmet Logo w/Sign Gold Lettering Location, Emblem Dl/P1 (Match J#31978) Qty, one (1) Artwork File, Provided on Custom USB Drive Emblem, Vinyl, Per Dept. Submittal, Each Location, Emblem Crew cab doors 04: two (2) Size, Dept Seal, Vinyl 10.00"-12.00" 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 basket sides & rear 44: three (3) Size, Dept Seal, Reflect 26.00° - 28.00" Lettering, Numerals, Grille, Painted w/ Outline (2) Department Contlgency Fund Equipment Mounting Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 Warranty, Engine, Cummins, 5 Year, WA0181 Warranty, Steering Gear, Sheppard M1.10, 3 Year Warranty, Frame, 50 Year, Velocity/Impel, WA0038 $0.00 $0.00 $379.72 $0.00 $0.00 $3,658.26 n. $0.00 $0.00 $406.96 El $121.62 $0.00 $0.00 $o.00 $0.00 $0.a0 $0.00 $257.75 © 65687 $0.00 $0.00 $954.71 x $2,013.85 .x $0.00 #«' 27372 $1,645.46 686428 $0.00 $0.o0 $726.06 $o.00 $0.00 $0.00 $0.00 $1,116.97 $0.00 $0.00 $0.00 $0.00 $675.70 $o.00 $0.00 $0.00 $0.00 $3,213.62 ri $0.00 $0.00 $505.42 $0.00 $0.00 $435.89 pi $0.00 $0.00 $171.17 $0.00 $0.00 $0.00 $0.00 $568.95 $0.00 $0.00 $0.00 $0.00 $158.83 El $560.98 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $688.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,698.5711 $0.00 $0.00 $0.00 $0.00 $0.00 $0.a0 $1,531.58 $11472.50 $16,758.74 x $0.00 $0.00 w 735523 $0.00 684952 $0.00 596017 Stripe, Reflective, Cab Doors Interior Color, Reflective lemon yellow Lettering Specifications, (GOLD STAR Process) Lettering, Gold Leaf, 3.00", (41-60) Outline, Lettering outline and shade Warranty, Engine, Paccar MX13, 5 Year, WA0386 Warranty, Steering Gear, TRW Ross TAS, 1 Year Warranty, Frame, 50 Year, Custom Chassis, WA0013 $230.70 $0.a0 $1,732.69 $o.00 $0.00 $0.00 595698 644874 524627 - 647720 725636 595412 808577 892701 ." 548950 548967 . : 667411 • 549273 735950 " 4713 Warranty, Axle, 3 Year, TAK-4, WA0050 Warranty, Axle, 3 Year, TAK-4, IRS, WA0249 Warranty, Electronics, 5 Year, MUX, WA0014 Warranty, Pierce LED Strip Lights, WA0203 Warranty, Harrison Generator, 2 Year Warranty, Graphics lamination, 1Year, Apparatus, Certification, Engine Installation, Velocity, Cummins Certification, Cab Integrity, Impel/Velocity FR, " • Certification; Cab Door Durability, Velocity/Impel, Certification, Windshield Wiper Durability, Certification, Electric Window Durability, Certification, Seat Belt Anchors and Mounting, Certification, Cab HVAC System Perf, Vel/Imp FR, ENGINE, OTHER Added Options to Base Spec. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 • $1,984,645.17 610471 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, 733305 Warranty, Tandem Axle, 5 Year, Meritor, General 708760 Warranty, Not Applicable, LED Strip Lights 595421 Warranty, Goldstar, 3 Year, Apparatus, WA0018 808565 Certification, Engine Installation, Enf, Paccar MX, 892691 Certification, Cab Integrity, Saber FR/Enforcer, 631973 Certification, Cab Door Durability, Saber 631978 Certification, Windshield Wiper Durability, Saber 556828 Certification, Electric Window, Not Available 631977 Certification, Seat Belt Anchors and Mounting, Saber 735949 Certification, Cab HVAC System Performance, 735525 PACCAR MX13 ENGINE Removed Options from Base Spec. $0.00 $ 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,209,630.41 Proposal Comparisson Option Not Present in Category Datta Iil`L-`ateoorV3D ff¢r.?'* 2X-. Bid 1395: 2026 - Clearwater- Velocity Pumper E45 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) 597598 Velocity Chassis (Med Block), 2010 110 Wheelbase Wheelbase 184.50 Inches 70 GVW Rating GVW rating 46,800 203 Frame Rails,13.38 x 3.50 x.375, Qtm/AXT/Imp/Vel 508849 Axle, Front, Oshkosh TAK-4, Non Drive, 22,800 Ib, 10427 Suspension, Front TAK-4, 22,800 Ib, 899438 Tires, Front, Goodyear, Armor MAX MSA, 890369 Wheels, Front, 22.50" x 12.25", Steel, Hub Pilot 530464 Axle, Rear, Meritor 8524-160, 24,000 Ib, Imp/Vel 122076 Suspen, Rear, Standens, Spring, 24,000 Ib, Imp/Vel 585004 Tires, Rear, Goodyear, G289 WHA, 315/80822.50, 20 654797 Wheels, Rear, Accuride, 22.50" x 9.00", Steel, Hub 544806 Mounting Brackets, Chocks, SAC -44-E, Folding, Location, Wheel Chocks one (1) forward and one (1) rearward of the left side rear tire Qty, Pair one (1) pair 730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00" 20784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 785 Brake Reservoirs, Three Paint Color, Air Tanks same as frame color 12034 Moisture Ejector, Manual, Remote Mounted Location Under LS3 Qty, Man. Moist Ejector Three (3) manual moisture ejectors 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 Brake 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 77p, Exhaust a curved tip painted 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, 582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 698720 Fuel Cap Retaining Chain With Holder 606925 Access, With Cab Raised, Fuel Filter and Shutoff 887559 Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, 625329 Transmission, Shifter, 5-Spd, Push Button, 3000 EVS 90176 Mode, Downshift, Aggressive downshift to 3rd, 801878 Fluid, 3000 Series Trans, Allison Approved TES -668 Showing Differences Only Bid 1429: Sourcewell -1804 - Pumper - 152" 2nd Gen Enforcer Chassis $0.00Ei $0.00 $0.00 $0.0o $0.00 $0x0 $0.00 $0.00 $92,053.60 ?-°# 649754 $0.00 0 110 $0.00 $0.00 $0.0013170 $0.00 $0.00 $2,099.77 , 729280 $0.00 „ti:. 630705 $43,742.74 • 30264 $4,855.35 hqr,..Vx�" 582936 $2,069.88 ;4s 19575 $15,990.85 •g 640711 $4,459.35 ` 565380 $8,384.18 °" 782552 $1,737.44 k._x. 826780 $0.00 x 801909 $0.00 z 3245 $630.86 z 544806 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 n;+ $0.00 $0.00 $773.83 $0.00 $0.00 $0.00 $0.00 $2,281.02 x $282,597.24 $9,789.70 ;•,¥ $0.00 $0.00 $0.00 $0.00 $182.36 x $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.ao $0.00 Enforcer Chassis Wheelbase Wheelbase 184.50" GVW Rating GVW rating 46,5008 Frame Rails, 13.38 x 3.50 x .375, Enforcer Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 Ib, Suspension, Front TAK-4, 19,500 Ib, Tires, Front, Goodyear, G289 WHA, 315/80R22.50, Wheels, Front, Alcoa, 22.50" x 9.00", Aluminum, Axle, Rear, Dana S26-190, 27,000 Ib Saber/Enforcer Suspen, Rear, Single Slipper Spring, 27,000 Ib, Tires, Rear, Goodyear, Endurance RSA, 121122.50, Wheels, Rear, Alcoa, 22.50" x 8.25", Alum, Dura - Lug Nut, Covers, Chrome Axle Hub Covers w/center hole, S/S, Front Axle Mounting Brackets, Chocks, SAC -44-E, Folding, Location, Wheel Chocks below the left side rear compartment Qty, Pair one (1) pair 627930 Brakes, Bendix, Cam, Rear, 16.50 x 8.63" 735527 Alr Compressor, Brake, Wabco 26.8 CI, Paccar 644232 Brake Reservoirs, 4,272 Cubic Inch Minimum Paint Color, Air Tanks black 898 $19,762.56 $0.00 $0.00 $19,132.11 $3,296.07 $40,110.02 $3,874.81 $3,362.94 $12,812.71 $4,301.07 $6,243.27 $5,303.58 $183.34 $158.56 $583.11 $971.06 $0.00 $0.00 808515 Engine, Paccar MX, 51OHP, 1850 lb-ftW/OBD, EPA $230,949.48 735687 Engine Brake, Fully Integrated, Paccar MX13 Engine $6,315.39 Switch, Engine Brake high, medium and low setting 644227 Clutch, Fan, Alr Actuated, Saber FR/Enforcer $527.01 644573 Air Intake, Water & Ember Screen, Saber $185.23 814375 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 $0.00 r,. x 788765 $0.00 x 1090 $0.00 0 $906.11 s $0.00 ";>; 1125 $0.00 $0.00 $323.57 889521 $0.00 $0.00 $0.00 �?'. 552793 $504.64 552712 $78.79 x $0.00 0 $0.00 2 690880 $38,859.76 Sit $ 887546 $0.00 ,,.`''."„ 625331 $228.09 II $447.87 Radiator, Saber FR/Enforcer Cooling Hoses, Rubber Fuel Tank, 65 Gallon, Left Side Fill DEF Tank, 7.3 Gallon, LS FIII, Under Cab, Paccar, Lift Door, Material & Finish, DEF Tank polished stainless steel Not Required, Fuel Priming Pump Not Required, Shutoff Valve, Fuel Line No Selection Required From This Category Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, Transmission, Shifter, 6-Spd, Push Button, 4000 EVS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $52,255.50 $0.00 1370 Driveline, Spicer 1710 669988 Steering, Sheppard M1.10 w/Tilt, TAK-4, Eaton Pump, 1544 Not Required, Steering Assist Cylinder on Front Axle 509230 - Steering Wheel, 4 Spoke without Controls 690274 - Logo/Emblem, on Dash Text Row(1)One Clearwater Text, Row (2) Two Fire • Text, Row (3) Three Rescue 524744 - Bumper, 22" Extended, Steel, Painted, Imp/Vel _ 616489 , Tray, Hose, Center, 22" Bumper, Inside Air Horns, Capacity, Bumper Tray 125' of 1.75" double jacket cotton -polyester hose ... 'Grating, Bumper extension • Black rubber grating 728443 SP • Hose Restraint, Bumper Tray, 1" Nylon Webbing, Type of Fastener 1.00"side release 760795 SP Tray, Hose, Left, 15.5" Deep, 133" Wide, 175" Long, Capacity, Bumper Tray 150' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating 728504 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Type of Fastener 1.00"side release 510226 Lift & Tow Package, Imp/Vel, AXT 522573 Tow Hooks Not Required, Due to Lift and Tow 698960 Coating, Top Flange, Front Bumper, Outside Exterior, 668315 Cab, Velocity FR, 7010 Raised Roof 724237 , Engine Tunnel, ISL, Foil Insulation w/Mech 818272 Cab Insulation, Extreme Climate, Foil Insulation, 677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 122465 123176 752555 29007 527032 15440 667921 655511 667905 667902 • 606691 770200 892637 2140 592071. 568605 509286 558334 814268 123686 5P SP $4,202.30 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,503.97 $716.05 $0.00 $0.00 $0.00 $0.00 $309.81 $0.00 $0.00 $1,416.10 In $0.00 $0.00 1375 Driveline, Spicer 1810 $3,884.25 734211 Steering, Sheppard M110 w/Tilt, TAK-4, Paccar $0.00 803251 Steering Wheel, 4 Spoke w/Wiper Control & RS 690274 Logo/Emblem, on Dash Text, Row (1) One Text, Row (2) Two Text, Row (3) Three 12245 Bumper, 19" Extended, Polished 5/5, Saber 640197 Tray, Hose, Center, 19" Bumper, Outside Air Horns Capacity, Bumper Tray 125' of 1.75" double jacket cotton -polyester hose Grating, Bumper extension Black rubber grating 633479 Hose Restraint, Bumper Tray, Velcro Straps, Pair Qty, Pair one (1) pair 50.00 $0.00 $271.51© 50.00 $0.00 50.00 .`t, 614646 $0.00 33;' 2270 $697.26 $81,935.46 648332 50.00 n 747442 $6,702.37 887601 50.00 x 633594 $0.00 r . 6321.03 $0.00 $0.00 Cab Lift, Elec/Hyd, Imp/Vel $0.00 644201 Grille, Bright Finished, Front of Cab, Velocity $0.00 695930 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each $421.45 Location 50.00 D5 and PS EMS compartment exterior 50.00 access doors Material Trim/Scuffplate 50.00 polished stainless steel $0.00 Qty, 50.00 two (2) $0.00 Scuffplates, On Rear Corners of Cab 5791.05 Material Trim/Scuffplate 50.00 polished stainless steel 50.00 Trim, 5/5 Band, Across Cab Face, Rect Lights, $0.00 ,%'- 647932 Material Trim/Scuffplate 50.00 polished stainless steel 50.00 Turnslgnal Covers 50.00 no covers $0.00 No Chrome Molding, On side of cab $0.00 `4'" 87357 Door, Half -Height, Velocity FR 4 -Door Cab, Raised 50.00 x 648170 Cab, Exterior Door Handle, Finish 50.00 chrome/black 50.00 Key Model, Cab Doors 50.00 751 50.00 Door Panel, Brushed Stainless Steel, Impel/Velocity 4- $537.74 wtµ, 655543 Storage Pockets w/ Elastic Cover, Recessed, $0.00. x Controls, Electric Windows, All Cab Doors, $0.00j3; �. 528958 Steps, 4 -Door Cab, Dual, 2" Larger Middle and $1,867.79•,# 638310 Light, Step, Additional $0.00 a white $0.00 Handrail, Exterior, Hansen, Knurled, Alum, LED $1,340.95# 770194 Color, Handrail Light 50.00 red $0.00 Control, Handrail Light $0.00 with a separate switch in the cob and when $0.00 the parking brake is applied Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, Color, Trim chrome housing Fenders, S/Son Cab No Windows, Side of Crew Cab, Vel/Imp Not Required, Interior Trim, No Cab Side Windows Not Required, Windows Rear of Crew Cab, Imp/Vel Not Required, Trim, Cab Rear Windows, No Rear Fasteners, S/S, Rain Drip, IATS Drip Rall, Cab Roof, Impel/Velocity/Velocity SLT $43.22 892638 $0.00 $0.00 51,257.93 * 583698 -5162.30 637984 50.00 50.00 "�.*. 779033 $0.00 $1,091.01 x 5475.08 No Lift & Tow Package, Imp/Vel, AXT, SFR/Enf Tow Hooks, Chrome, Below Deck 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, S/5 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 Handrail, Exterior, Knurled, Alum, 4 -Door Cab Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, Color, Trim chrome housing Fenders, S/S on cab, Extra Wide, Saber/Enf Window, Side of C/C, Fixed, SFR/Enf Not Required, Windows Rear of Crew Cab, Saber $5,236.91 50.00 $4,060.38 $546.86 $190.56 $0.00 50.00 $78,689.06 $0.00 $0.00 $0.00 5317.20 $0.00 50.00 $0.00 $0.00 $0.00 50.00 $0.00 5324.00 50.00 5193.10 51,162.72 50.00 $0.00 803382 SP Guard, Radiator, S/S, Below Cab Grille, Lettering, Fill in Blank CLEARWATER 773956 Work Surface, 3/16" Alum, Full Eng Tnl, Flat, Upper Lip 2.00„ Material Finish, Cab Interior painted to match the cab interior 658283 Tray, Slideout, S/S, w/Sides, Locking, MDT Bracket, 748671 Cab Interior, Vinyl, Velocity FR, CARE Color, Cab Interior Vinyl/Fabrk 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 819169 HVAC, Extreme -Duty, Impel/Velocity FR, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers :. HVAC System, Filter Access hinged with two (2) thumb latches Paint Color, A/C Condenser cover to be painted to match the cab roof 639675 Sun Visor, Smoked Lexan, AXT, Imp/Vel, SFR/Enf Sun Visor Retention a polished stainless steel bracket 548173 Grab Handles, Driver and Passenger Door Post, 2526 Light, Engine Compt, All Custom Chassis 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 PS6, Premium, Air Ride, SCBA, 2517 Not Required, Radio Compartment 754652 Cabinet, Rear Facing, LS, 24 W x40.5 H x 30.5 D, Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D -ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized finish, locking with #751 key Door, Exterior Stop web strap Light Short Cabinet one (1) white LED strip light installed on the left side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuffplate, Material/Finish a polished stainless steel scuffplate Shelf/Tray, Cabinet two (2) infinitely adjustable shelves with a 0.75" up -turned lip 752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking O-ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized finish, locking with #751 key Door, Exterior Stop web strap $1,863.69 El 80.00 80.00 $0.00 II 722796 $900.98 $0.00 $0.00 $0.00 $0.00 $654.95 $0.00 750824 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 753903 80.00 $0.00 $0.00. 52100 $25,133.74 , 722696 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $135.921E639675 $0.00 $0.00 $0.00 634328 $0.00 .,;n 693439 $0.00 $0.00 $31.73 631830 $0.00 $0.00 $3,919.56 583039 $0.00 "" 622617 $4,742.42 + : n 636957 $3,468.53 636946 $0.00 620420 $0.00 $0.00 $4,665.06 , 632852 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 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 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 airflow 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 #12 HVAC System, Filter Access secured with four (4) screws Plenum Cover Material a formed plastic cover Sun Visor, Smoked Lexan, AXT, Imp/Vel, SFR/Enf Sun Visor Retention no retention bracket Grab Handles, Driver and Officer Door Posts, SFR/Enf Lights, Engine Compt, Custom, Auto Sw, w/Fid Chk Qty, one (1) Fluid Check Access, Saber FR/Enforcer, Arrow XT Latch, Door, Storage flush lift and turn latch Not Required, Side Roll and Frontal Impact Seating Capacity, 6 Belted Seats Seat, Driver, Pierce PSV, Air Ride, High Back, Seat, Officer, Pierce PSV, Fbced, SCBA, PRIMARY, Radio Compartment, Below Non -Air Ride Seat, Saber Latch, Door, Storage W and turn latch Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, $4,598.43 {? 632848 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $18,552.57 $0.00 $0.00 $266.67 $0.00 $0.00 $0.00 $2,559.83 $1,416.56 $0.00 $1,273.44 $1,273.44 ' 740001 649764 - 739999 59419 651182 543991 690610 734952 678689 SP SP Light, Short Cabinet one (1) white LED strip light installed on the right side of the Interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuffplate, Material/Finish o 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 PS6, Base, SCBA, Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, Guard, 5/5, Roll -up Door, EMS Compartment Location rear facing Interior cabinets Qty, two (2) Scuffplate, Cabinet, Interior Door Pan, Cab Location DS and PS EMS cabinets external doors Material Trim/Scuffplate brushed stainless steel Qty, two (2) Bracket, Air Bottle, Hands -Free II, Cab Seats Qty, four (4) Embroidery, Seats, Cab and Crew Cab Qty, Seats Embroidery five (5) seats Door, Access, Front, (2) Rear Facing Seat Risers, No Latch, Door, Storage Southco C2 black powder coated raised trigger latch Louvers, Cabinet no louvers Material Finish, Cab Interior painted black Compt, Enclose, Forward Facing Seat Riser, Location under center forward facing rear crew seat Qty, one (1) 603867 Seat Belt, ReadyReach Seat Belt Color red 604864 Seat Belt Height Adjustment, 5 Seats, Imp/Vel 627014 Pick Not Required, Seat Belt Color Selected In Seat 631779 Light, Map, Overhead, Round Halogen, AXT/Imp/Vel 12vdc power from ' directly to the battery switched power 554191 Handllght, Streamlight, Fire Vulcan, 44451, C4 LED, Location, Lights to be installed at final inspection. wiring location to be at either side of the rear engine tunnel Qty, Lights two (2) lights 568369 Cab Instruments, Ivory Gauges, Chrome Bezels, 611681 Switching, Cab, Membrane, Impel/Velocity, AXT WIFi 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, CAT6, terminated, Spare, Qty, 1st Location behind driver's seat $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,078.58 108189 $2,078.59 , x 821030 $2,078.58 i, i» 108190 $454.97 5 $0.00 $0.00 $0.00 $0.00 $439.3411 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,870.38131543991 $0.00 $0.00 $1,468.25 $0.00 $0.00 $420.40131 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $568.80101 $0.00 $0.00 $0.00 $0.00 $0.00 kip#w.. 603866 $0.00 $0.00 $396.08 i $0.00 $0.00 $0.00 $0.00 $780.93 $0.00 $o.00 $0.00 $0.00 $0.00 622803 $0.00 $o.00 80.00 t 611683 $0.00 $0.00 $340.50 $0.00 802946 $195.34. 820904 $0.00 y. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $602.08© $0.00 $0.00 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, Hands -Free II, Cab Seats Qty, five (5) Seat Belt, Dual Retractor, ReadyReach, Saber Seat Belt Color red Cab Instruments, Black Gauges, Black Bezels, EmergencySwitching 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 w/Intermittent, Steering Wiring, Spare, 15 A 12V DC 1st NFPA1900/ULC 12vdc power from directly to the battery switched power Location, Spare Wiring in the center console Qty, one (1) Wire termination with heat shrinkable butt splicing $0.00 $2,546.89 $0.00 $5,627.21 $0.00 $494.41 $179.20 $692.94 $146.92 817967 821325 821329 821330 821674 566101 743033 816633 606247 692961 SP Location 2 in wrap around center console behind panel #10 Qty, one (1) Wire, 14-ga. Spare, L5 Dir, RS Dir, P Brk, E Mst, 10A Location (Traffic Preemption Wiring) over Officer head switch panel Qty, one (1) 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 Wiring, Spare, 10 A 12V DC Batt Dir 1st 12vdc power from directly to the battery power Location PS RF interior compartment. lower outboard wall (for suction charger) Wire termination with heat shrinkable butt splicing Wiring, Spare, 10 A 12V DC Batt Dir 2nd 12vdc power from directly to the battery power Location behind panel location #10 in center dash extension Wire termination with heat shrinkable butt splicing 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 Recess, Dash Panel, Officer Side, Vel/Imp Bin, Center Dash Console Collision Mitigation, HAAS Alert (R2V), HA7 Subscription, HAAS R2V the transponder and a 5 year cellular plan, plus a 5 year extended cellular data plan, fora total of 10 years cellular data plan subscription Vehicle Data Recorder w/CZ Display Seat Bek Cable, Motorola HKN6169, 17' Mobile 2 -way Radio, Location behind driver's seat Location 2 behind panel #3 Qty, one (1) 665245 Cable, Motorola HKN6168, 30' Mobile 2 -way Radio, Location behind driver's seat Location 2 behind panel #6 Qty, one (1) 835677 Install Customer Provided Multiband/GPS Location Match previous units and 044547 Location 1 Match previous units and J#44547 Qty, Customer Supplied Antenna One (1) Antenna 694166 Antenna Mount, Larsen NMOKHFUDTHK, 0 - Location best roof location Location 1 Behind Driver's seat Qty, one (1) $0.00 $0.00 $0.00 $0.00 $1,313.54111 $0.00 $0.0o $0.00 $0.00 $158.95 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $158.95 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $158.95 $0.0o $0.00 $0A0 $0.00 $0.0o $0.00 $327.38 RI $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8$0.00' $0.00 $2,055.70 816633 $0.00 $0.00 $1,647.89 $345.52 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $373.15 $0.o0 $0.0o $0.0o $0.00 Collision Mitigation, HAAS Alert (R2V), HA7 Subscription, HAAS R2V the transponder and a 5 year cellular plan subscription 606249 Vehicle Data Recorder w/CZ and Overhead Display $0.00 $0.00 $548.90 El $0.00 $0.00 $0.00 $0.00 $0.0D $0.00 $230.75 �"2•� $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 696439 Antenna Mount, Custom Chassis, Cable Routed to Location, Antenna Mount an the right side Qty, one (1) $0.00 $1,952.35 $199.81 724766 Camera, FRC, Mux, Inview360HD, SDC Location, Event Button In reach of the driver on the dash 511071 Guard, 4 -Way, Rear Vision Camera Location above B1 compartment please match previous Qty, one (1) 896458 - - 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 816093 ClearSky Telematics, Remote Fleet & On -scene Subscription, Telematics 8 year subscription . 730603 Electrical System, Velocity ESP, Cummins, Paccar . - -123174 Battery Compartment, Imp/Vel • - 814949 Location, Crew Cab, Charger, Forward Facing Seat :815291 Location, Cab, Ind/Remote, LS Above Wheel Well 804247 Shoreline, 20A 120V, Kussmaul Chf Auto Eject, 091 - Color, Kussmaul Cover red Shoreline Connection battery charger and cab receptacle 26800 647728 676572 532857 627524 92582 SP SP' SP Shoreline Location Location, Shoreline(s) on the driver side of bumper extension Altemator, 430 amp, Delco Remy 5551 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 Toad manager 648425 Light, Directional, Win 600 Cmb, Cab Cm, Wrp BzI Color, Lens, LED's the same color as the LED's 736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others 804519 Lights, Tail, Win M62BTT• Red Stop/Tail & M62T• Color, Lens, LED's lens color(s) to be clear Color, Trim chrome trim Flash Pattern, Directional Lts Steady On (Arrow) 805618 Lights, Backup, Win M62BU Color, Trim chrome trim 770056 769567 622040 619793 5P ' SP Lights, Perimeter Body, Amdor AY-LB-12HW020 LED Control, Perimeter Lts o switch within reach of the driver is activated, the ignition switch activates the side facing lights, the driver's side directional Is activated, activating only the driver side facing perimeter lights and the passenger's side directional is activated, activating only the passenger side facing perimeter lights Lights, Perimeter, Amdor AY-LB-12HW01212", Brkt 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 4lts, Pump Pnl Sw, Cab Sw Guard, Light, Treadplate Location over the top Location, Lights Whelen Summit body scene Qty, $5,557.34 817058 Camera, Pierce, LS Mux, R Camera, SD, CL714 $0.00 Camera System Audio $0.00 not provided $192.50 $0.00 $0.00 $0.00 $0.00 $2,361.38 890416 Pierce Command Zone, Advanced Electronics & $0.00 Color, Antenna $0.00 black WiFi antenna $0.00 Module Housings $0.00 electronic control modules to include black housings, a power indicator and status indicator $4,638.92 $0.00 $0.00 $0.00 624253 $0.00 g 2698 $394.10. 814869 $0.00 814939 $1,512.07 �", 16857 $0.00; $0.00 $0.00 $0.00 $0.00 $0.00 $151.78 n26800 $0.00 $0.00 $6,206.55. 647729 $168.52 $211.50 $173.48 $469.99 92582 $0.00 $0.00 $0.00 ¢ 802935 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00735474 $0.00 $0.00 $0.00 0 647899 $1,844.86 804514 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,261.74 806466 $0.00 ' $0.00 $0.00556842 $1,503.24 770056 $0.00 $0.00 $435.83 El $0.00 $0.00 Electrical System, Enforcer MUX Battery Compartment, Saber/Enforcer Location, Cab, Charger, Behind Driver Seat 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 Altemator, 320 amp, Delco Remy 4051 Load Manager/Sequencer, MUX Enable/Disable Hi -Idle to activate before any electric loads are shed and deactivate with the service brake $889.74 $12,234.83 $0.00 $0.00 $0.0D $0.00 $794.33 $140.29 $4,845.22 $434.42 Light, Directional, Win M62T" LED, Cmn Bzl, Above $1,542.12 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, $0.00 Light Guard without guards Lights, Directional/Marker, Cab Front Side, Weldon $74.05 Lights, Tail, Win M62BTT• Red Stop/Tail & M62T• $1,646.05 Color, Lens, LED's lens color(s) to be the same as the LEDs Flash Pattern, Directional Lts Steady On (Arrow) Lights, Backup, Win M62BU, LED, For Tail Lt Housing $1,033.11 Bezels, Win, (2) M6 Chrome Pierce, For mtg (4) Win Lights, Perimeter Body, Amdor AY-LB-12HW020 LED Control, Perimeter Lts the parking broke Is applied $0.00 $0.00 $1,138.98 556360 Lights, Step, P25 LED 4Its, Pump Pnl Sw $1,275.85 x $0.00 $0.00 $0.00 $0.00 $0.00 $874.17 $544.84 $650.01 two (2) $0.00 609064 SP Trim, SS Polished Arround Recessed Light At the $686.82 Location $0.00 DS and PS rear $0.00 Qty, $0.00 two (2) $0.00 749399 Light, Visor Mt, Win S72M'•, 72" Cnt Feature $7,136.46® Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Control, Scene Lts $0.00 by a switch at the driver's side switch panel $0.00 LED Module Type $0.00 additional modules to be four (4) scene $0.00 light modules with white LEDs 774948 Lights, Win, P•H1• Pioneer, 12 VDC, 2nd $2,683.03 Color, Win Lt Housing $0.00 painted parts of this light assembly to be $0.00 white Control, Scene Lts $0.00 when the cab or crew cab doors on the $0.00 passenger's side are open and by the same control that has been selected for the passenger's side flood light(s) Location $0.00 High and rear of PS crew door 50.00 Mount, Win 11 $0.00 light(s)to be installed in a 15 degree $0.00 vertical recessed bracket Qty, 50.00 one (1) $0.00 Scene Light Optic 50.00 flood optics $0.00 775524 Lights, Win, P•H1' Pioneer, 12 VDC, 1st $2,683.04© Color, Win Lt Housing 50.00 painted parts of this light assembly to be 50.00 white Control, Scene Lts 50.00 when the cab or crew cab doors on the $0.00 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 50.00 High and rear of DS crew door 50.00 Mount, Win 11 $0.00 lights) to be installed in a 15 degree $0.00 vertical recessed bracket Qty, $0.00 one (1) 50.00 Scene Light Optics 50.00 flood optics $0.00 774017 Lights, Win, 0H1. Pioneer, 12 VDC, 3rd $5,165.65 Color, Win Lt Housing 50.00 painted parts of this light assembly to be $0.00 white Control, Scene Lts 50.00 by a switch at the driver's side switch panel $0.00 Location $0.00 One D5 and one PS rear Match 33243 50.00 Mount, Win 11 $0.00 light(s) to be Installed in a 15 degree 50.00 vertical recessed bracket Qty, $0.00 two (2) $0.00 Scene Light Optics 50.00 with flood optics $0.00 728518 SP Lights, Win, S72M” 72" 12VDC, LS Body $7,009.45 Color, Win Lt Housing 50.00 painted parts of this light assembly to be $0.00 white Control, Light 50.00 not activated 50.00 Control, Scene Lts 50.00 by a switch at the driver's side switch panel 50.00 LED Module Type - 50.00 additional modules to be four (4) scene 50.00 light modules with white LEDs Location $0.00 center over LS2 on catwalk $0.00 Qty, $0.00 one (1) $0.00 728517 SP Lights, Win, 572M" 72" 12VDC, RS Body $7,009.45 Color, Win Lt Housing $0.00 645668 • 645677 787447 7883 13303 541296 10011 SP 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 Qty, one (1) Lights, Not Required, Rear Work, Alt. 12 Volt Lights Lights, Walk Surf, Dual LED Light Strips, Cargo Area, Switch, Master, Pump Panel Lights Tank, Water, 500 Gallon, Poly, Med, New York Style Dome, Foam Fill, Location Location Match 33243. On the DS front corner of upper portion of water tank Fill Dome Special Location Location, Tank Dome Match 33243 - in line and rearward of foam dome 635329 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper 553725 Restraint, Water Tank, Heavy Duty, Special Type 815391 Hose Bed, Aluminum, Pumper, New York Style, Fill In Fill in Blank 62" Material Trim/Scuffplate brushed stainless steel 723545 Unpainted/Dual Action Finished Aluminum Hose 3481 832691 824269 5P SP 40083 SP Hose Bed Capacity, Special Capacity, Hose Bed 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, Special Height, Height, Hose Bed Divider one divider 30.25" high then tapered down to 16" high starting at the rear 24" (most Inboard divider) two dividers 23.25" high then tapered down to 16" high starting at the rear 24" (two outboard dividers Inside of 32" divider)(Ref drawing in stage 3) Qty, Hose Bed Dividers Three (3) hosebed dividers Size one divider 30.25" high then tapered down to 16" high starting at the rear 24" (most Inboard divider) two dividers 23.25" high then tapered down to 16" high starting at the rear 24" (two outboard dividers inside of 32" divider)(Ref drawing in stage 3) Hose Restraint, Hose Bed, Vinyl, Top, Separate from Color, Vinyl Cover block Fastener, Top Restraint, Front Velcro Fastener, Top Restraint, Sides Velcro strap and footman loop Divider, Unpainted, Extruded, Additional Location $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $643.85 ral 645877 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $337.28 $15,307.77 $0.00 $0.00 $0.00 Lights, Hose Bed, Sides, Dual LED Light Strips Control, Hose Bed Lts by a cup switch at the rear of the apparatus no more than 72.00" from the ground 635487 Lights, Rear Scene, Win, 700 LED, Below Tailboard Control, Rear Scene Lts by a switch at the driver's side switch panel 709438 Lights, Walk Surf, FRP Flood, LED 28245 Tank, Water, 750 Gallon, Poly, Med 28107 Not Required, Foam Cell Modification $0.00 633066 $0.00 $0.00 $0.00 $0.00 $1,915.31 x $788.78 553729 $3,041.02 126633 $0.00 $0.00 $0.00 $0.00 $0.00 WA 723549 $0.00 $0.00 $0.00 Wn 627877 $0.00 $0.00 $4,738.20 $0.00 $0.00 $0.00 $o.0o $D.00 $0.00 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 Painted Hose Bed Paint Color, Hose Bed Interior to match the lower body color Hose Bed Capacity, 1000' of 5.00", 1000' of 3.00" 3488 Divider, Hose Bed, Unpainted Qty, Hose Bed Dividers One (1) hosebed divider $1,362.72, 806306 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,694.05 10133 $0.00 Straps, Top of Hose Bed $864.37 $895.68 $0.00 $12,552.26 $0.00 $531.18 $0.00 $0.00 $0.00 $0.00 $781.96 $188.45 Cross -Divider, Hose Bed $715.52 Install two in the center of the hose bed Match previous unit33243 Qty, two (2) 817279 Extension, Over Pre -Connect, Webbing or Vinyl, Rear Dimensions match 44547 (Engine 44 & 46) Location DS & PS Qty, four (4) Running Boards, 14.75" Deep, Rear45 Degree Tailboard, 16" Deep, Full Width, Extended Wall, Rear, Smooth Aluminum/Body Material, Flush . 695401 -681766 815881 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 63658 RS 152" Rollup, Full Height Compts, FDLER 13671 Rear, Rollup, 30.75" F -F, 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 cab doors 509489 16023 618000 616670 689538 687135 600350 726394 3995 SP Scuffplate,5/5, Rear Ladder Rack Arm Location DS Qty, Scuffplates One (1) scuffplate Scuffplate, Polished 5/S On Rear Outside Edge of Guard, S/S 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) Lights, Compt, Pierce LED, Dual Light Strips, Each Location, Compartment Lights LS1,153, RS1, RS3 and 81 Qty, five (5) Lights, Compt, Pierce, LED Light Strip, 54", Additional Location, Lights P2 and D2 mounted horizontal on ceiling Qty, two (2) Shelf Tracks, Unpainted Location, Shelf Track RS3 Qty, Shelf Track one (1) set of tracks Shelves, AdJ, 500 Ib Capacity, Full Width/Depth, Location, Shelves/Trays, Predefined In R53 centered between the floor and the ceiling Material Finish, Sheff with a dual action finish Qty, Shef one (1) shelf Partition, Trans Rear Compt, Notched Fill 1n Blank a pike pole tube (broom storage) w/open ends to pass through from R51 to LS1 Location upper/forward (of body) corner Location, Partition left and right side rear compartments Qty, Partition Two (2) partitions Grating, Alum in Compt Location 153 Qty, Comp. Accessory one (1) $o.00 $0.00 $0.00 $577.06 moo $0.00 $o.00 $0.a0 $0.00 $0.00 $152.07, sy 13512 $2,029.27 f s ' 689621 $2,789.59 818176 $0.00 $0.00 $412.33 $0.00 $0.00 $o.00 $0.00 $1,686.45 $0.00 $0.00 $0.00 $0.00 $12,814.25 5h% 812779 $0.00'1-j,' 83700 -$72.79 s 692746 $0.00 $0.00 $0.00 $0.00 $168.87 $0.00 $0.00 $0.00 $0.00 $873.64 $490.33 $0.00 $0.00 $0.00 $0.00 $1,623.3612 616670 $0.00 $0.00 $0.00 $0.00 $559.29111 $0.00 $0.00 $0.00 $0.00 $159.73 687139 $0.00 $0.00 $0.00 Mao $317.93 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $925.47 $0.00 $0.00 $0.00 $0.00 $0.0D $0.00 $0.00 $0.00 $226.71© $0.00 $0.00 $0.00 $0.00 Running Boards, 12.75" Deep Tailboard, 16" Deep Wall, Rear, Smooth Aluminum/Body Material, 16" Material, Rear Wall Inboard Facing Surfaces aluminum diamondplate RS 152" Rollup, Full Height/Depth Compts, Built Into Rear, Rollup, 37.75" F -F, 25.88" D Door, Gartite, Rollup, Rear Compartment Color, Roll -up Door, Gortite an anodized satin finish Latch, Roll -up Door, Gortite A polished stainless steel lift bar to be provided for each roll -up door Lights, Compt, Pierce LED, Dual Light Strips, Each Location, Compartment Lights all body Qty, seven (7) No Shelf Tracks Required $0.00 $0.00 $0.00 $11,844.42 $0.00 -$180.55 $2,100.70 $0.00 820754 No Louvers, Delete Standard Compt Louvers, Per Location 81 Qty, Comp. Accessory compartments 9729 Pac Trac, Installed an Compartment Walls Location rear upper tank wall of R52, LS1, 1.52 and 1.53 Qty, Comp. Accessory four (4) 696950 High Rise Pack Storage, Curved Mount, Inside Dimensions 7.25" by3" high. Location 851 Location, Bracket/comp. Match 33243 - the mounts will be positioned 49.25' off the compartment floor to the top of curve. One (1) bracket to be 11" to center of bracket off rear wall and one (1) 31" to center off rear wall. 4016 621021 778825 739825 749600 657651 SP SP SP Qty, Comp. Accessory two (2) Size 9.25" Rub Rall, Aluminum Extruded, Side of Body Handrails, Side Pump Panels, Per Print, Hansen Color, Light Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls Handrails, Beavertail, Hansen Tubing, Knurled Color, Light Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls Handrails, Rear, (3), (1) Above (2) Below, Color, Light Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls Compt, Air Bottle, Fender Panel, Double, Vertical, Location, Bracket/comp. RS rear fender Qty, Air Bottle Comp one (1) air bottle compartment Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert Air Bottle Compt black rubber matting and "W" shaped Insert formed of composite materials Latch, Air Bottle Compt Southco raised trigger C2 chrome lever latch Location, Fender Compt on the left side forward of the rear wheels and on the right side forward of the rear wheels Qty, Air Bottle Comp two (2) air bottle compartments 28934 - Rack, Ladders, Hydraulic, LS, Air Clamps • Ladder Rack Lock Enclosure/Light Mounting A polished stainless steel enclosure shall be provided over the hydraulic ladder rack locks at the front and rear on the left side to cover the ladder rack locks (2) and provide mounting for any rear warning lights. Location, Hydraulic Ladder Rack Controls at the pump panel adjacent to the ladder rack 756375 Lights, Hyd Lad Rack Deployed, Truck-Lfte 15"" Color, Lens, LED's warning light lens colors) to be clear Color, Light amber flashing LEDs Trim, T -L 15 chrome trim $190.76 $0.00 $0.00 $0.00 $0.00 $5,968.915 $0.00 $0.00 $0.00 $0.00 $1,528.62 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $DAO $0.00 $0.00 $873.84 $0.00 $0.00 $0.00 $0.00 $490.16 $0.00 $0.00 $0.00 $0.00 $1,775.01 $0.00 $o.oa $0.00 $0.00 24016 Rub Rail, Aluminum Extruded, Side & Rear of Body 626229 Handrails, Side Pump Panels, Per Print 4126 Handrails, Beavertail, Standard 4146 Handrail, Rear, Below Hose Bed, Full Width $1,602.81 5 $0.00 $0.00 $0.00 $0.00 $3,810.85 © 657651 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.00 $0.00 $17,546.49 812656 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.a0 $0.00 $0.00 Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert Air Bottle Compt black rubber matting $385.31 $0.00 $0.00 $0.00 $6,046.33 Latch, Air Bottle Compt Southco raised trigger C2 chrome lever latch Location, Fender Compt on the left side forward of the rear wheels, on the left side rearward of the rear wheels, on the right side forward of the rear wheels and on the right side rearward of the rear wheels Qty, Air Bottle Comp four (4) air bottle compartments Ladder Storage, Built Into Body, RS, Enclosed, RPH $6,745.40 Door, Material & Finish, Ladder Storage smooth aluminum Hinge Location along the inboard edge Latch, Door Ladder Storage D -handle latch 761307 24499 40714 795582 SP SP 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 They want the 14' ladder to load first so the first one off will be the 24'. Mount 10' folding ladder inboard of 14" ladder on surfboard bracket 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 725371 Compt w/Door, Backboard, Over Pump Access, Backboard/Stokes/Long Tool Compt either side Door, Material & Finish, Storage polished stainless steel Hinge Location along the rearward edge Latch, Door, Storage Southco M1 push to close flush mounted stainless steel handle latch Location, BB/Stokes/Long Tool Storage Over forward of the cargo area Qty, Backboard Troughs two (2) storage troughs Size, Buckboard, Predefined 72.00" long x18.00"wide x3.00" high 816920 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) 816918 Pike Pole, 6', Provided by Fire Department, Pike Pole Make/Model Fire Hooks Unlimited 6 foot roof hook Qty, one (1) 58193 784210 785102 592994 5496 SP 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 $0.00 one (1) pike pole $0.00 Tubes, Alum, Long Tool Storage, 2.50" Diameter, $468.65 III Location $0.00 upper front comer of B1, open ends flush $0.00 with partitions for transverse pass through, per write up at final Qty, $0.00 one (1) $0.00 Steps, Folding, Front of Body, Cargo Bed Access, $699.10stg 24388 Coating, Step $0.00 a luminescent tread coating, that is $0.00 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" $290.31 $0.00 $0.00 $1,292.77 $346.96 $0.00 $0.00 $703.16 $0.00 $0.00 $0.00 $0.00 $2,679.58 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.a0 $0.00 816617 Trough, Folding Ladder, Built Into Body Ladder Location, Left Side, Right Side right side $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ©816920 $0.00 $0.00 $o.00 $0.00 $0.0o©816616 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.0011816918 $0.00 $0.00 $0.00 $0.00 $0.001:1816611 $0.00 $0.00 $0.00 $0.00 $0.a0 $0A0 $355.25 $0.00 $0.00 $0.00 $0.00 $15.0411592994 $0.00 $0.00 Pike Pole, Provided by Fire Department, NFPA/ULC Pike Pole Make/Model Duo -Safety 8' pike pole Qty, one (1) Tube, Pike Pole 8' or Longer, Built Into Body Ladder Location, Left Side, Right Side right side Qty, Pike Poles One (1) pike pole Width, Notch, Pike Pole Tube 0.75"standard notch Pike Pole, 6', Provided by Fire Department, Pike Pole Make/Model Duo -Safety 6' pike pole Qts one (1) Tube, Pike Pole 6', Built Into Body Ladder Storage Location, Left Side, Right Side right side. Qty, Pike Poles One (1) pike pole Width, Notch, Pike Pale Tube 0.75" standard notch No Steps Required, Front Of Body Steps, Folding, Rear of Body, w/LED, Trident Coating, Step a black tread coating $299.58 $0.00 $252.54 $0.00 $252.54 4475.35 $13.90 $0.00 { 7545 Pump House, Side Control, 45", Control Zone $0.00 35501 Pump House Structure, Std Height 4460 Pump, Waterous, CMU, 1500 GPM, Two Stage 4482 Seal, Mechanical, Waterous 4485 Transfer Valve, Electric, Waterous 746511 Valve, Relief Intake, TFT Pressure Setting 125 prig 641743 - Primer, Waterous, VPO Motor, (1) VAP Valve, (1) - 603128 Plumbing, Stainless Steel and Hose, Two Stage Pump 795135 Plumbing, Stainless Steel, w/Foam System 4686 4680 897257 14823 737987 732444 4788 37897 649939 633403 4995 820244 24930 65696 91106 770359 46857 591145 34554 764515 15412 31896 5448 91036 SP SP SP 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 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, Ona Bright Aluminum Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges Two (2) discharge outlets Elbow, Rear outlets, 2.50", Provided by Fire 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 painted surfaces of the crosslays Q4', two (2) Foam Sys, Akron Eductor3126-125 (Single Agent) Discharge Forward crosslay 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 N1 $0.00 $51,946.04 $1,401.69 $2,380.38 $4,260.34 $0.00 $0.00 37731 4425 ' 4481 14486 746501 $0.00 $0.00 $0.00 $0.00 $2,796.46 'p 72153 $6,018.714' 602512 $0.00 j 89437 $0.00 2 14650 $1,559.27 xyh 16158 $0.00 $0.00 $1,998.86 a 29147 $14,496.13 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,399.61® $1,183.30 $0.00 $0.00 $2,753.27 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $325.55 $3,848.00 649939 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $324.82 $6,801.08 4995 $0.00 $0.00 $0.00 $0.00 -$133.88:'. 45091 $5,706.27 (' 92574 $0.00 $0.00 $0.00 $0.00 $0.00 ( x` 85695 $7,150.58 !,s• 820280 $0.00 0 770359 $0.00 $0.00 $0.00 5070 $271.37 x 591145 $0.00 $0.00 $1,216.54 19853 $871.23 $0.00 $0.00 $0.00 $0.00 $9,035.85 2 44333' $0.00 $0.00 $0.0042573 $3,099.19 45465 $0.00 $0.00 $0.00 $0.00 $0.00 91110 Pump House Structure, Raised, Included with Ladder Pump, Waterous, CSU, 1500 GPM, Single Stage Seal, Grafoil, Waterous Not Required, Transfer Valve, Single Stage Pump Valve, Relief Intake, Elkhart Intake Relief Valve Control behind the right side pump panel with o stainless steel access door Pressure Setting 125 psig Qty One (1) Primer, Trident, Air Prime, Air Operated Plumbing, Stainless Steel and Hose, Single Stage Plumbing Without Foam System Pump Suction Tube(s), Short, All Valve, Inlet(s) Recessed, Side Cntrl, "Control Zone" Qty, Inlets one (1) inlet Not Required, Inlet, Right Side 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 Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges One (1) discharge outlet Elbow, Rear Outlets, 45 Degree, 2.50" FNST x 2.50" Not Required, Outlet, Rear, Additional Not Required, Elbow, Rear Outlets, Large, Additional Outlet, 3.00" Deluge Riser No Monitor Requested, Customer/Dealer Fumished Fill in Blank customer provided Deluge Mount, NPT Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Q4: two (2) Crosslays, 8.00" Lower Than Standard - Control Zone Not Required, Foam System Not Required, Foam System Demonstration Not Required, Foam Tanks $0.00 $46,346.41 $0.00 $0.00 $3,937.91 $1,822.20 $0.00 $0.00 $0.00 $0.00 $0.00 $3,556.77 $3,143.18 $0.00 $o.00 $0.00 $3,076.74 $0.00 $0.00 $501.67 $1,124.42 $0.0D $0.00 $0.00 Not Required, Foam Tank Drain $0.00 746445 Approval Dwg, Pump Operator's Panel, Includes Num Of Truck(s) or Sim Unit, OPER Pump Pnl, 33243 35570 Pump Panel Configuration, No Match Required 629224 Material, Pump Panels, Side Control Black UL -LX Material Finish, Pump Panel, Side Control black UL -LX " . Material, Pump Panel, Side Control aluminum 721765 Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black raised trigger latch _ . 5945 Light, Pump Compt • 69390 763096 32297 604123 750438 604354 833575 751486 606833 757076 SP SP Control, Air Hom At Pmp Pnl, Red Button Fittings, Compression IPO PTC, All Pump Panel Gauge, Flowmeter, Class 1, IAT Discharge w/Flowmeter 4"P5 LD 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 Qty, two (2) Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360 - Light Shield/Step 8", LED, 603-0001-1 Gm Pmp in Light Shield/Step 8", PS LED, P25 LED Stp Lt, Act Location, Air Horns, Bumper, Each Side, Inside Control, Air Hom, Lanyard, RS Lanyard lanyard to be a plastic coated braided cable 835902 Siren, Code 3 36925, 100/200 Watt 510206 Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the passenger side inside switch panel 748306 Control, Elec Siren, Multi Select 805709 Control, Elec Siren, Hom Ring, Interlock Control, Interlocks control is not interlocked 601375 Speaker, (1) Code 3, PB100C, Chrome Connection, Speaker connected to the siren amplifier 601551 Location, Speaker, Frt Bumper, Recessed, Right Side, 895310 Siren, Federal Q2B Finish, Q2B Siren chrome finish 6095 Siren, Mechanical, Mounted Above Deckplate Location, Siren, Mech on the left side 748305 Control, Mech Siren, Multi Select 748280 Control Mech Siren, Hom Ring 740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw 740391 Sw, Siren Brake, Momentary Chrome Push Button, 811625 Control System, Supplier Based, Electrical Win 824788 Not Required 724937 Lightbar, Win, Frdm D WCX, 72", Momentary Opticom Activation no momentary switch to activate the traffic light controller Opticom Activation no switch needed, lightbar not equipped with opticom Opticom Priority national standard high priority 641779 Bracket, Lightbar, Forward Offset, FR Raised Roof 887345 Lightbars, Win, Freedom IV-WCXF4MINI, 2-21.5", Filter, Whl Freedom Ltbrs clear lenses included on the lightbar Lightbar Location, Cab/Crew Cab over the cab doors s;r :Y j'rff.5"1 $0.00 738072 $0.00 $0.00 $0.00 32479 $1,066.84 635355 $0.00 $0.00 $o.00 $0.00 $152.32131721765 $0.00 $0.00 '$0.00583824 $0.a0 $0.00 $293.06 $892.42 $2,225.52 $0.0D $0.00 $0.00 $0.00 $1,653.44 662586 $1,351.42 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,463.80 6774 $1,101.10 ';+(z " 593161 $1,051.08 0 $0.00 606835 $225.84 0 $0.00 $0.00 $975.63 $0.00 $0.00 $0.00 525667 510206 $0.00 n76156 $262.99 $0.00 $0.00 $1,024.77 Ea 601306 $0.00 $0.00 $0.00 a601565 $6,149.94 $0.00 $0.00 -$257.13 $0.00 $0.00 $0.00 $215.53 $389.01 $389.01 $8,436.93 $0.00 $11,344.21 " 606775 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $311.01 II $7,860.22 $0.00 $0.00 $0.00 $0.00 $0.00 ®16380 $0.00 540384 $0.00 $0.00 $0.00 $0.00 Approval Dwg, Pump Panel(s), Not Required $0.00 Pump Panel Configuration, Control Zone Material, Pump Panels, Side Control Painted Material Finish, Pump Panel, Side Control painted FormCoat block Material, Pump Panel, Side Control aluminum Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black swell latch Light, Pump Compt, Win 35000DCR LED White Qty, one (1) Gauge, Water Level, Class 1, Pierce ltd Not Required, Foam Level Gauge Light Shield, 5/5 LED 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 center switch panel Control, Elec Siren, Head Only Speaker, (1) Win, SA315P, w/Pierce Polished Connection, Speaker connected to the siren amplifier Location, Speaker, Frt Bumper, Recessed, Center Lightbar, Win, Freedom IV -Q, 72", Filter, Whl Freedom Ltbrs clear lenses included on the lightbar No Additional Lights Req'd, Side Zone Upper Lights, Front Zone, Win M6"C LED, Clear Lens, in Color, Lt DS Front driver's side front warning light to be red Color, Lt PS Front passenger's side front warning light to be red $ 0.00 $0.00 $0.00 $238.89 $815.44 $0.00 $0.00 $0.00 $796.68 $58.55 $0.00 $970.02 $o.00 $7,601.14 $0.00 $1,340.29 731884 818269 SP Lights, Front Zone, Win MR.'S, Q Bezel 4Lts CCCo Color, Lens, LED's warning light lens color(s) to be clear 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 Frnt 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 WX2230F, Lower Gd Mt, CCCo LED 1 red and white LEDs LED 2 red and white LEDs LED 3 red and white LEDs LED 4 red and white LEDs LED 5 red and white LEDs LED 6 red and white LEDs 895940 Lights, Side Zone Lower, Win, Separated into Front, 804494 Lights, Side Zone Lower Front, Win M6DR DUO, Color, Lt Side Frnt LS Cmb left side front light to Included red and white flashing LEDs Color, Lt Side Frnt RS Cmb right side front light to include red and white flashing LEDs Color, Trim chrome trim Location, Lights Front Side one (1) each side on the bumper extension 804496 Lights, Side Zone Lower Middle, Win M6DN DUO, Color, Lt Side MW LS Cmb left side middle light to include red and white flashing LEDs Color, Lt Side Mid RS Cmb right side middle light to include red and white flashing LEDs Color, Trim chrome trim Location, Lights Mid Side one (1) each side of cab rearward of crew cob doors 807294 Lights, Side Zone Lower Rear, Win M6V2", CCCo Color, Lens, LED's warning light lens color(s) to be clear Color, Lt Side Rear DS left side, side rear light to include red warning LEDs Color, Lt Side Rear PS right side, side rear light to include red warning LEDs Color, Trim chrome trim Control, Scene Lts by a switch of the driver's side switch panel and when the left directional signal is activated, the left scene lights will activate. When the right directional signal is activated, the right scene lights will activate $3,492.75 ra $0.0o $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,815.8011 $0.00 $0.00 $0.00 $0.00 $0.0o $0.00 $o.00 $0.00 $0.00 $0.00 $0.00 $0.a0 $0.00E1653937 $0.00 $0.00 $0.00 _ 540679 $0.00 $0.00 $o.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,467.13 11 $0.00 $0.00 $0.00 $0.00 $0.00 $0.o0 $0.00 $0.00 $1,467.13 II $0.00 $0.ao $D.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,414.68 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 Location, Lights Rear Side $0.00 Flasher, Headlight Alternating Headlt flash deactivation the hi -beam headlight switch Is activated Lights, Side Zone Lower, Win M6°C LED, Clear Lens Color, Lt Side Front side front lights to be red Color, Lt Side Rear side rear lights to be red Location, Lights Front Side one (1) each side on the bumper extension Location, Lights Rear Side one (1) each side above rear wheels $156.17 $2,092.89 895060 890833 815847 803815 807350 SP SP one (1) each side, centered above rear wheels Lights, Door Interior Flash, 4 Dr Cab, Win PSSEQACR 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 for to the outside as practical Lights, Door Interior Flash, 4 Dr Cab, (8) Weldon Control, Door Int Flash no other controls are on Location, Light, Door Int Flash one (1) light located over the window and one (1) light located on the door panel as low as practical Connectors, Door Interior Flash, All Cabs, Lights, Side, Win M9D# DUO, CCCo, 1st Color, Lights, Warning light(s) to include red and white LEDs Color, Trim chrome trim Control, Light with the emergency master Location TBD Qty, two (2) Lights, Side, Win M6D# DUO, CCCo, 1st Color, Lights, Warning lights) to include red and white LEDs Color, Trim chrome trim Control, Light with the emergency master Location a pair rear of the crew cab door inline with the side warning light on the front bumper. Put the second pair on the front bumper on the angled portion. Match .1833243 Qty, four (4) 808641 SP Lights, Side, Win WIONSM#• Split Mtd/Rec in Rub Color, Lt Housing chrome Color, Lt Side Split color of the light(s) to be red to the front and white to the rear Location, Lights Center of each rub rail Total 6 Qty. six (6) 727126 Lights, Rear Zn Lwr, Win M6••, For Tali Lt Housing Color, Lens, LED's warning light lens colors) to be clear Color, Lt DS Rear left side rear warning light to include red LEDs Color, Lt PS Rear right side rear warning light to include red LEDs 898488 Lights, Rear, Win M6••S LED, 1st, CCCo Color, Lens, LED's warning light lens color(s) to be clear Color, Lights, Warning light(s) to include amber flashing LEDs Color, Trim chrome trim Control, Light with the emergency master Location This light will go on the inside rear portion of lift up door on 81 so that when the door is open the amber light will flash for visibility Qty, two (2) 6700 Mtg, Lights, Recess In Rear Bulkhead (pair) Location one (1) each side on upper corners of bulkheads Qty, Lights, Pair one (1) pair 837807 SP Lights, Rear/Side Up Zone, Win M6•CS Sides, M6D# Color, Lt DS Rear Spit $0.00 $1,898.76 $0.00 $0.00 $0.00 $0.00 $0.a0 $0.00 $2,803.59 $0.00 $o.00 $0.00 $0.00 $O.30 111 $2,556.30 $0.00 $o.00 $0.a0 $0.00 $0.00 $0.00 $0.00 $0.00 $OAO $0.00 $2,842.46 $0.00 $0.00 $0.00 $0.00 $O.00 $0.a0 $0.00 $0.00 $0.00 $0.a0 $6,831.02 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,354.13 564655 Lights, Rear Zn Lwr, Win M6°C LED, Clear Lens, For $1,037.20 $0.00 Color, Lt DS Rear $0.00 driver's side rear light to be red $0.00 Color, Lt PS Rear $0.00 passengers side rear light to be red $0.00 $0.00 $1,343.7212 $o.00 $0.00 $o.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $870.83 $0.00 $0.00 $o.00 $0.00 $3,168.29 ,yC $0.00 88745 Light, Rear Zone Up, Win L31H•F LED Beacon, Red $2,554.12 Color, Dome, Rear Warning 537807 driver's side rear light to include red and blue LEDs Color, Lt PS Rear Splt passenger's side rear light to include red and blue 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 P5 side upper rear light on the right side to include red flashing LEDs Colo, Trim chrome trim Mtg, Rear Warn Lts, Side Sheets & On Rear 781579 Receptacle, 15/20A 120V 3 -Pr 3-Wr, NEMA 5-20R 5B AC Power Source shoreline inlet Cover, Receptacle interior stainless steel wall plate(s) Location 1 DS RF EMS compartment. Lower inboard corner Qty, one (1) 816941 Soft Suction Hose, Provided by Fire Department, 709846 Paint, Two -Tone Color, Velocity/Impel Paint Break, Cab a standard two-tone nab paint break provided Paint Color, Lower Area, Predefined . #90 red Paint Color, Upper Area, Predefined #10 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 powder coat paint#101 black 693793 Paint, Rear Wheels, Single Axle Paint, Wheels powder coat paint #101 black 733739 Paint, Axle Hubs Paint, Axle Hub black#101 7234 Compartment, Unpainted, D/A Finished 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 679822 Stripe, Sign Gold, Two -Tone Paint Break with Shield, 594559 Lettering Specifications, (Sign Gold Process) 685932 Lettering, Sign Gold, 3.00", (41-60) Outline, Lettering outline and shade 685732 Lettering, Sign Gold, 14.00", Each Outline, Lettering outline and shade Qty, Lettering $0.a0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 E4 16610 $0.00 $0.00 $509.89 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,825.77 $0.00 $0.00 649753 67022 709566 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $562.12 © 646897 $0.00 $0.00 $323.13 Y 693797 $0.00 $0.00 $650.03gm 693792 $0.00 $0.00 $0.00 © 733739 $0.00 $0.00 $0.003;1 7230 $0.00? 544129 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $182.48 67356 $1,274.49 536954 $0.00 $0.00 $367.70 $0.00 $0.00 $3,542.45 111 $0.00 $0.00 $394.08 El $117.77 $0.00 $0.00 $0.a0 $0.00 $0.00 $0.00 $249.59 ©65687 $0.00 $0.00 $924.49 x $0.00 27372 $1,593.37 686428 $0.00 $0.00 $1,081.61© $0.00 $0.00 $0.00 both domes clear Mtg, Rear Wam Lts, Std Mt, S/S Brkts Material, Bracket polished stainless steel Not Required, PTO Driven Hydraulic Tool System Hose, 6.00" Soft Suction -15 Ft. Long Paint, Two -Tone Color, Enforcer Paint Break, Cab a standard two-tone cab paint break provided Paint Color, Lower Area, Predefined #90 red Paint Color, Upper Area, Predefined #10 white Shield, Cab o standard cab shield provided Paint Chassis Frame Assy, E -Coat, Standard Paint Color, Frame Assembly, Predefined primer and gloss black paint No Paint Required, Aluminum Front Wheels No Paint Required, Aluminum Rear Wheels Paint, Axle Hubs Paint, Axle Hub to match lower job color Compartment, Painted, Spatter Gray Reflective Band, 1"-6"-1" Color, Reflect Band - A white Color, Reflect Band - B white Color, Reflect Band - C white Reflective across Cab Face Stripe, Chevron, Rear, Diamond Grade, Pumper Color, Rear Chevron DG fluorescent yellow green Stripe, Reflective, Cab Doors Interior Color, Reflective white Lettering Specifications, (GOLD STAR Process) Lettering, Gold Leaf, 3.00", (41-60) Outline, Lettering outline and shade $70.27 $0.00 $1,415.71 $2,611.90 $1,309.21 $0.00 $0.00 $0.00 $0.00 $648.08 $168.66 $1,178.03 $230.70 $0.00 $1,732.69 685817 686082 686084 776253 632430 654570 657001 695610 769765 0 624039 SP SP SP srF four (4) letters Lettering, Sign Gold, 4.00", Each Outline, Lettering outline and shade Qty, Lettering 13 letters Lettering, Reflective, 3.00", (1-20) Outline, Lettering outline Lettering, Reflective, 3.00", Each Outline, Lettering outline Qty, Lettering four (4) letters Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair Qty, one (1) Emblem, Helmet Logo w/Sign Gold Lettering Location, Emblem 01/P1 Qty, one (1) Emblem, Vinyl, Per Dept. Submittal, Each Location, Emblem crew cab windows Qty, 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 Qhs one (1) Size, Dept Seal, Reflect 22.00" - 24.00" Lettering, Numerals, Grille, Painted w/ Outline (2) Equipment Mounting Manual, Fire Apparatus Parts, (1) Hard Copy, (1) USB 624037 Manual, Chassis Service, (1) Hard Copy, One (1) USB 772060 Manual, Chassis Operation, (1) Hard Copy, (1) USB 611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 696698 Warranty, Engine, Cummins, 5 Year, WA0181 595767 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 733306 Warranty, Single Axle, 5 Year, Meritor, General 744215 Warranty, FRC, Camera System 595412 Warranty, Graphics Lamination, 1 Year, Apparatus, 808580 Certification, Engine Installation, Imp/Vel, Cummins 892701 Certification, Cab Integrity, Impel/Velocity FR, 548950 Certification, Cab Door Durability, Velocity/Impel, 548967 Certification, Windshield Wiper Durability, 667411 Certification, Electric Window Durability, 549273 Certification, Seat Belt Anchors and Mounting, 735950 Certification, Cab HVAC System Perf, Vel/Imp FR, 4713 ENGINE, OTHER 46395 EVS 3000 Series TRANSMISSION 28087 EDUCTOR FOAM SYSTEM 20014 FRONT SUCTION . Added Options to Base Spec. $o.00 $635.51 $0.00 $0.00 $0.00 $0.00 $489.42 gi $0.00 $0.0o $97.88141 $0.00 $0.00 $0.00 $0.00 $422.10 $0.00 $0.00 $550.94 $0.00 $0.00 $0.00 $0.00 $629.81© $0.00 $0.00 $0.ao $o.00 $0.00 $0.00 $666.36 lel $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $491.61© $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,483.10 $10,818.81 $611.97 ":772003 $0.00 $0.00 $1,083.01Eig 772037 $0.00 $0.00 $49.98 _`'. 773381 $0.00 0 $0.00 735523 $0.00 596017 $0.00 610485 $0.00 695416 $0.00 595421 $0.00 808565 $0.00 892691 $0.00 d"#z 631973 $0.00 <m 631978 $0.00 p' 556828 $0.00 631977 $0.00 735949 $0.00 .735525 $0.00 46396 $0.00 28047 $0.00 0 $0.00 ';i $1,102,773.97 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, Frame, 50 Year, Custom Chassis, WA0013 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Warranty, Pierce Camera System, WA0188 Warranty, Goldstar, 3 Year, Apparatus, WA0018 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 $278.98 $705.79 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.o0 $0.00 $0.00 Removed Options from Base Spec. $703,153.23 Pierce Produce Pricing Catalog 9/9/2025 9:43 AM Sou rcewell 1 SOURCEWELL CONTRACT #113021 - OKC PIERCE MANUFACTURING INC. : PRODUCT & PRICE LISTING Base specification pricing includes the 5.5% discount off List as shown below while any customization receives additional discounting. Awarded Contract Option pricing is 5.5% off List as noted in our RFP response. *Prices subject to change. Pricing will be determined at the time of invoicing based upon the Sourcewell contact. Pricing Effective November 7, 2025 AERIAL PRODUCTS ID4* Product Chassis Engine Engine Hp Water Tank - (GAL) Pumps Pump House Axle Ladder Length Ladder - Material Body Effective 11/07/2025 Published Sourcewell Contract Pricing 202 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Steel Aerial, Ascendant 100' Aerial Tower (No Pump) $ 1,898,224.86 223 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Aluminum Aerial, Platform 100' RMAP, No Pump, Alum Body $ 1,687,257.46 224 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 100' Aluminum Aerial, HD Ladder 100' HAL, Alum Body $ 1,550,658.31 225 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 100' Aluminum Aerial, Platform 100' RMAP, Alum Body $ 1,811,708.83 226 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 100' Aluminum Beaal, HD Ladder 100' HAL, No Pump, Alum o Y $ 1,433,266.33 228 Aerial ENFORCER Paccar 510 300 1500 Side Control 52" Tandem 100' Steel Aerial, Platform 100', Alum Body $ 1,729,658.46 230 Aerial ENFORCER Paccar 510 300 1500 PUC Tandem 100' Steel Aerial, Platform 100', PUC, Alum Body $ 1,753,909.11 231 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52", Tandem 105' Steel Aerial, HD Ladder 105', Alum Body $ 1,450,579.05 232 Aerial ENFORCER Paccar 510 NA NPNT NA Tandem 105' Steel Aerial, HD Ladder 105', No Pump, Alum Body $ 1,342,423.18 233 Aerial ENFORCER Paccar 510 300 1500 PUC Tandem 105' Steel 105' Heavy Duty Steel Ladder, PUC $ 1,527,265.74 234 Aerial ENFORCER Paccar 510 NA NPNT NA Single 107' Steel Aerial, Tiller, Alum Body $ 1,785,960.62 236 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52" Tandem 107' Steel Aerial, HD Ladder 107' ASL Tandem, Alum Bod Y $ 1,455,975.80 237 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52", Tandem 110' Steel Aerial, Platform, 110' Ascendant, Tandem Axle Alum Body $ 1,520,368.19 238 Aerial ENFORCER Cummins 450 500 1500 Side Control, 52", Single 8 110' Steel Aerial, Platform, 110' Ascendant, Single Axle, Quint, Alum Body $ 1,491,839.74 239 Aerial ENFORCER Cummins 450 500 1250 Side Control, 45" Single 61-55' Aluminum Aerial, Sky-Boom 61'/55', Alum Body $ 1,118,610.10 240 Aerial ENFORCER Paccar 510 300 1500 Side Control, 52" Single 75' Steel Aerial, HD Ladder 75', Quint, Alum Body $ 1,263,965.53 241 Aerial ENFORCER Paccar 510 300 1500 Side Control, 52" Tandem 75' Steel Aerial, HD Ladder 75', Tandem/Quint, Alum Body $ 1,303,382.36 242 Aerial ENFORCER Paccar 510 300 1500 Side Control, 45" Tandem 75' Steel al, HD Ladder 75', Tandem/Quint, Alum Body $ 1,294,341.33 244 Aerial ENFORCER Cummins 450 500 1500 PUC Single 75' Aluminum Beaal, HD Ladder, 75' HAL PUC, Quint, Alum o Y $ 1,354,176.01 250 Aerial ENFORCER Paccar 510 300 1250 Pump House, 40" Single 107' Steel Aerial, Tiller, Alum Body $ 1,904,793.81 296 Aerial ENFORCER Paccar 510 300 2000 Side Control, 36" Tandem 100' Steel Aerial, 100AAT, Alum body $ 2,012,761.15 316 Aerial ENFORCER Paccar 510 500 1500 Side Control, 52" Single 107' Steel Aerial, HD Ladder 107' ASL Single, Quint, Alum Body $ 1,398,448.83 Pierce Produce Pricing Catalog 9/9/2025 9:43 AM Pierce Produce Pricing Catalog 9/9/2025 9:43 AM Sou rcewell P' �,� SOURCEWELL CONTRACT #113021 - OKC PIERCE MANUFACTURING INC. : PRODUCT & PRICE LISTING Base specification pricing includes the 5.5% discount off List as shown below while any customization receives additional discounting. Awa Fded Contract Option pricing is 5.5% off List as noted in our RFP response. *Prices subject to change. Pricing will be determined at the time of invoicing based upon the Sourcewell contact. Pricing Effective November 7, 2025 PUMPER PRODUCTS Engine Axle Effective 11/07/2025 Published Sourcewell Contract Pricing Body Engine: Hp Water'Tank Pump Pump Panel GPM ID&I Product Chassis 252 Pumper ENFORCER Paccar 510 750 2000 PUC Single Pumper, PUC, Aluminum $ 853,970.92 253 Pumper FREIGHTLINER Cummins 360 750 1250 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen, Commercial chassis $ 447,081.65 259 Pumper ENFORCER Paccar 510 750 1250 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen $ 803,068.50 260 Pumper SABER Cummins 400 750 1500 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen, Saber $ 762,813.72 1798 Pumper FREIGHTLINER Cummins 360 1000 1500 Side Control 34" Single Pumper, Aluminum, BXP $ 436,366.61 1801 Pumper ENFORCER Paccar 510 750 1500 Side Control, 34' Single Pumper, Heavy Duty Rescue, Aluminum, 3G $ 1,014,664.72 2688 Pumper Electric Vehicle ENFORCER - VOLTERRA"' Cummins 361 500 1500 Side Control, 45" Single Pumper, Medium, Aluminum, 2nd Gen $ 1,995,440.51 RESCUE PRODUCTS ID # Product, Chassis Engine Engine. Hp Body Style/Model Artle, Length Body Effective 11/07/2025 Published SOU rcewell Contract Pricing 211 Rescue ENFORCER Paccar 510 _ - Non -Walk In Single 18.5' Heavy Duty Rescue, Non -Walk -In, Aluminum $ 832,608.22 269 Rescue ENFORCER Paccar 510 Walk -In Single 18.5' Heavy Duty Rescue, Walk -In, Aluminum $ 864,339.93 271 Rescue ENFORCER Paccar 510 Non -Walk In Tandem 22.5' Heavy Duty Rescue, Non -Walk -In, Aluminum $ 913,708.50 272 Rescue ENFORCER Paccar 510 Walk -In Tandem 22.5' Heavy Duty Rescue, Walk -In, Aluminum $ 945,439.58 TANKER PRODUCTS le ID#, Product Chassis En°ine Engin11/07/2025e Hp. EngineHpWater Tarik. Pump Pump°Panel Axle 1 Body ° ° Effective Published Contract Pricing 273 Tanker FREIGHTLINER Detroit 375 2100 1000 Side Control, 34" Single Tanker, 2100 Gallon, Single Rear Axle, Low Side, Wet Side, Commercial Chassis $ 441,617.70 274 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 34" Tandem Tanker, 3000 Gallon, Tandem Rear Axle, Low Compts, Wet Side, Commercial Chassis $ 485,798.25 277 Tanker FREIGHTLINER Detroit 375 2000 1000 Side Control, 34" Single Tanker, Dry Side, 2nd Gen, Aluminum Body, Single Axle, Commercial Chassis $ 461,179.66 278 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 34" Tandem Tanker, Dry Side, 2nd Gen, Aluminum Body, Tandem Axle, Commercial Chassis $ 495,929.07 283 Tanker SABER Cummins 380 1800 1500 Side Control, 45" Single Tanker, Dry Side, 2nd Gen, Aluminum Body, Single Axle, Saber $ 800,908.05 284 Tanker SABER Cummins 450 2500 1500 Side Control, 45" Tandem Tanker, Dry Side, 2nd Gen, Aluminum Body, Tandem Axle, Saber $ 929,365.00 1795 Tanker FREIGHTLINER Detroit 375 3000 1000 Side Control, 28" Tandem Tanker, 3000 Gallon, Tandem Real Axle, Low Compts, BXT Program $ 409,704.98 1796 Tanker FREIGHTLINER Cummins 360 2100 1000 Side Control, 28" Single Tanker, 2100 Gallon, Single Rear Axle, Low Side, BXT Program $ 384,765.00 Pierce Produce Pricing Catalog 9/9/2025 9:43 AM Generator Sourcewell di Awarded Contract SOURCEWELL CONTRACT #113021 - OKC PIERCE MANUFACTURING INC. : PRODUCT & PRICE LISTING Base specification pricing includes the 5.5% discount off List as shown below while any customization receives additional discounting. Option pricing is 5.5% off List as noted in our RFP response. *Prices subject to change. Pricing will be determined at the time of invoicing based upon the Sourcewell contact. Pricing Effective November 7, 2025 105 100 Product; C-20 Chassis'.. FORD 7kW 20" Workstations' 3 Body C-20 Ford Transit 4x4 Mobile Command Unit, 10,360 GVWR, 20 -ft length, 7kW generator, three workstations Effective 11/07/2025 Published Sourcewell Contract Pricing 263,011.00 200 C-25 FORD 8kW 25" 3 C-25 Ford F-650, 26,000 GVWR, Modular aluminum body, 25 -ft length, 8kW generator, three workstations $ 488,457.64 300 C-30 FREIGHTLINER 12kW 30" 4 C-30 Freightliner M2-106, 33,000 GVWR, Modular aluminum body, 30 -ft length, 12kW generator, four workstations $ 582,320.29 400 C-35 FREIGHTLINER 20kW 35" 5 C-35 Freightliner M2-106, 33,000 GVWR, Modular aluminum body. 35 -ft length, 20kW generator, five workstations $ 677,910.86 500 C-40 FREIGHTLINER 20kW 40" 8 C-40 Freightliner M2-106, 54,000 GVWR, Modular aluminum body, 40 -ft length, 20kW generator, eight workstations $ 746,315.54 700 CRU -22 FORD VIP 22" 3 CRU (Critical Response Unit), Ford Transit -350 High Roof Van, 2WD, 9,500 GVWR, 22 -ft length, Single axle, Gasoline $' 333,739.00 *Authorized Pierce dealers may offer service contracts fo preventative maintenance and other services. Pricing would be quoted on a time and material bases, 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. AIRPORT PRODUCTS (base specification pricing includes the 7.00% discount off List as shown below for airport products) ID SG3-002 Description Oshkosh Striker® 4x4, 1500 gallons of water, 210 gallons of foam Effective 11/07/2025 Published Sourcewell Contract Pricing $ 1,036,270.10 SG3-003 Oshkosh Striker® 6x6, 3000 gallons of water, 420 gallons of foam $ 1,106,895.20 SG3-004 Oshkosh Striker® 8x8, 4500 gallons of water, 630 gallons of foam $ 2,095,385.56 SG3-005 Oshkosh Striker® Volterra"6x6, Electric Vehicle,3000 gallons of water, 420 gallons of foam $ 2,324,656.39 'Authorized Oshkosh service providers may offer service contracts for preventative maintenance and other services. Pierce Produce Pricing Catalog 9/9/2025 9:43 AM DocuSign Envelope ID: CB1B5FE1-6EAF-4F19-BCA5-34042E31634F SOURCEWELL STATE OF MINNESOTA Thiel Member moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE -SOLICITATION OF CATEGORIES Resolution No. 2021-22 oJEFNMEHr4,v,;\ jSourcewell.i WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and . WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. Thomas The motion for the adoption of the foregoing resolution was duly seconded by Member and the following voted in favor: (list names here) Wilson, Zylka, veronen, Nagel, Thomas, Thiel, Arts and Kircher and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: Dow:Signed by: CF62F09F8AFC4BB... Clerk to the Board of Directors APPENDIX A SOURCEWELL,PROCUtREMENT DEPARTMENT BOARD ITEMS - September 2O21 1 1 ,-,7-. ; • I '. , f - • ; CONSENT AGENDA ITEMS • , Board permission to Solicit the following categories: Underground Infrastructure Inspection and Rehabilitation Equipment with Related Services Private Exchange Technology and Services Used Firefighting Apparatus and Fire Service Vehicle Solutions Board permission to Re -Solicit the following categories: FirefightingiAnparatug:anciFire Sei.4ceVehitleS4ith Related EqUipineiii,",,OPtioni,rand'SerVies) State of Florida - Indefinite Delivery Indefinite Quantity Construction " - F- NEW CONTRACTS Supplier Name k,J;,.,a -,;:lf I''Og.:' Ciintia-Ct Number Solicitation Solicitation:Title • '. :•--,. '•• r,' • ''''!""-,--",- Yi;":"`„,":".""nt "•-,;:"•-". ' ,- - ,:- " Carrier Global Corporation ." • ' - 070121 -CAR "HVAC Systems and Related Services" HMI Industries, Inc. 070121 -HMI "HVAC Systems and Related Services" Honeywell International, Inc. 070121-HNY "HVAC Systems and Related Services" • Johnson Controls, Inc. 070121-JHN "HVAC Systems and Related Services" Juice Technologies, Inc. 070121-JUC "HVAC Systems and Related Services" Siemens Industry, Inc. 070121 -SIE "HVAC Systems and Related Services" 22nd Century Technologies, Inc. 071321 -CEN "IT Managed Service and Staff Augmentation Solutions" • CDW Government, LLC . 071321-CDW "IT Managed Service and Staff Augmentation Solutions" Computer Aid, Inc. 071321 -CAI "IT Managed Service and Staff Augmentation Solutions" Infojini, Inc. 071321 -INF "IT Managed Service and Staff Augmentation Solutions" Judge Technical Services 071321-JDG "IT Managed Service and Staff Augmentation Solutions" CONTRAMEXTENSIONST,ng'•;':X•M.WNI,:::.';••,•1-1-•-•93.,"•a...-';':•:•.::;';,''-",14 '•`. ",..",:c.:,- •:;-• •,'„•••"'"';',.,",:". ,, ''',"';, •1:' ' • ''..-:. "1";;1,'"•,,.' •';',- -` - ', : ', ,:` "" ' Suppliei.,INarne,,...i.f70:-.V:J"..,/, "J...WA:1-,!-,-,,,',--,,',:: ';'....,,:Lt.... ", Contract Number ',,..,--:', -, '., . .,..;.-.:11SOlicitation-Title Alamo Group, Inc. 052417 -AGI "Roadway Maintenance Equipment with Related Accessories, Attachments, Materials and Supplies" NEW ezIQC CONTRACTS -!i,-,,::::': ..,-,,'. ',:,:r.P?:-..iz'',:':.,,,-'"j'',"- Company Naltig",i.:44At",jA. '':;;I::.i' :.'. W'W;;;?'"::':=;''.' , Contract Number .,,.. I. -,...." .,-*:;;:.. State = Region - Type of Work ei1QC RENEWALS .• l'::',.`-_,.., qi,...1`{.,,, ',;:i. 'T-4.,,,'! '::' ' ::- ' .` - `=: -: -, ,i '.,,' ' !' %::" ' ' '`-.°1 :':::', '''. - ' .,'::',' ,":"! • " ' ' COnipany keineciiiitiiif Niirnber, ::,:•-44".i'-?"'.,:,--.;'''V- PRIDE Industries One, Inc. , . • , ; CAO4INCC-GB03-080719-P10 PRIDE Industries One, Inc. CA0341CV-E01-080719-P10 American Chiller Service, Inc. CA03-NCV-M03-080719-ACH Staples Construction Company CA03-NCV-GB04-080719-STA PUB Construction, Inc. CA08-SCI-GB01-080719-PUB • PRIDE Industries One, Inc. CA03-NCV-GB03-080719-P10 PRIDE Industries One, Inc. CA03-NCV-GEP01-080719-P10 Vincor Construction, Inc. CA08-SCI-GB02-080719-VCI Mark Scott Construction CA04-NCC-GB02-080719-MSC ACCO Engineered Systems, Inc. CA03-NCV-M02-080719-AES PRIDE Industries One, Inc. CA03-NCV-M01-080719-P10 Rite -Way Roof Corporation CA08-SCI-R01-080719-RWR Aztec Consultants CA04-NCC-GB04-080719-AZC PRIDE Industries One, Inc. CA04-NCC-E02-080719-P10 Vincor Construction, Inc. CA09-SDI-GB02-080719-VCI Sylvester Roofing Co., Inc. CA09-SDI-R01-080719-SRC All Source Tile, Inc. CA09-SDI-F02-080719-AST PUB Construction, Inc. CA09-SDI-F01-080719-PUB G Team Landscape Construction, Inc. CA08-SCI-L01-080719-GTL Horizons Construction Co. Intl, Inc. CA08-SCI-DA01-080719-HCC Sol Construction CA08-SCI-GEP02-080719-SOL PRIDE Industries One, Inc. CA08-SCI-GB10-080719-P10 APPENDIX A Continued PRIDE Industries One, Inc. CA04-NCC-GEP01-080719-PIO All Source Coatings, Inc. CA09-SDI-P02-080719-ASC Ausonio, Inc. CA04-NCC-GB05-080719-AUS Horizons Construction Co. Intl, Inc. CA08-SCI-GB03-080719-HCC Angeles Contractor, Inc. CA08-SCI-F02-080719-ACI All Source Coatings, Inc. CA09-SDI-GB03-080719-ASC US National Corp dba Jimenez Painting Company CA09-SDI-P03-080719-USN Harry H. Joh Construction, Inc. CA08-SCI-E02-080719-HJC Gkkworks Construction Services CA08-SCI-GB06-080719-GKK 1 & H Engineering General Contracts, Inc. CA08-SCI-GEP03-080719-JHE Facility Solutions Group CA08-SCI-E01-080719-FSG Angeles Contractor, Inc. CA08-SCI-GB05-080719-ACI Horizons Construction Co. Intl, Inc. CA08-SCI-GEPO1-080719-HCC PUB Construction, Inc. CA08-SCI-P01-080719-PUB Angeles Contractor, Inc. CA09-SDI-GB06-080719-ACI PUB Construction, Inc. CA09-SDI-GB01-080719-PUB Harry H. Joh Construction, Inc. CA09-SDI-GB05-080719-HJC Angeles Contractor, Inc. CA09-SDI-F03-080719-ACI Harry H. Joh Construction, Inc. CA08-SCI-GB04-080719-HJC PUB Construction, Inc. CA08-SCI-F01-080719-PUB PUB Construction, Inc. CA09-SDI-P01-080719-PUB Harry H. Joh Construction, Inc. CA08-SCI-P02-080719-HJC LDCo., Inc. CA09-SDI-GB04-080719-LDC ezIQC CONTRACT EXTENSIONS'..' ,' » Company Name ; , wA `: Contract Numbest;-�<.' DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 SOURCEWELL STATE OF MINNESOTA Kircher Member moved the adoption of the following Resolution: (f 1 1 Sourcewelliaa. �s f RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 2/15/2022 Resolution No. 2022-06 WHEREAS, the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A, which is attached and incorporated; and WHEREAS, Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts, without limitation; and WHEREAS, the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS, the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Thi el and the following voted in favor: (list names here) Veronen,.Thi el, Nagel, Arts, Kircher, Thomas, zylka, Barrows and the following voted against: (list names here or "NONE") , None whereupon said resolution was declared duly passed and adopted. ATTEST: DocuSfgned by: Sava — CF62F09F8AFC4BB... Clerk to the Board of Directors DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS - February 2022) CONSENT AGENDA ITEMS Board permission to Solicit the following categories: - Swimming Pool Renovation and Repair with Related Equipment, Supplies, and Services Board permission to Re -Solicit the following categories: Indefinite Delivery Indefinite Quantity Construction - Missouri Wellness Engagement Program Solutions and Related Services NEW CONTRACTS Supplier Name.. a ' Contract Number; , 5olicitation,Trtle Gold Star Foods, Inc. 111621-GSF "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" CONSENT AGENDA ITEMS Sysco Corporation 111621-SYC "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" US Foods, Inc. 111621 -USF "Food Products and Distribution for School Food Authorities with Related Supplies, Technology and Services" Custom Fire Apparatus; -Ines 113021 -CSM) F,refighting Apparatus and Fire Service.V hicles'j HME, Inc.; 113021-HME) "Firefighting'Apparatusand FifeServiceVehiclesl Maxi -Metal Inc;') 113021 -MAX) "Firefighting Apparatus and; Fire ServiceVehicles") Oshkosh Corporation) 11302110KC) "Firefighting Apparatus and Fire Service:Vehicles") P.L. Custom Body and Equipment;Co.,'Inc.) 113021 -PLC) "Firefighting Apparatus' and Fire Service:Vehicles") RevGroup,1nc. • 113021-RCG) "Firefighting Apparatus,and'FireService`Vehicles") Rock River Industries, LLC) 113021-RCK) "Firefighting Apparatus'and Fire Service)Veliicles' ) Rosenbauer America, LLC) 113021 -RSD? "Firefighting Apparatusand Fire.Service•Vehicles" 1 The Sutphen Corporation) 113021-SUT "Firefighting Apparatus and Fire Service_Vehicles") Redwood Toxicology Laboratory, Inc. 011222 -RTL "Lab Services and Testing with Related Products and Supplies" -. Sterling Healthcare Opco, dba Cordant Health Solutions 011222 -CDT "Lab Services and Testing with Related Products and Supplies" CONTRACT EXTENSIONS': ' Supplier Name �_:� •�"`" ;Contract Number %'Solicitation Title' ••= : . Hi -Vac Corporation 122017-HVC "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" NiteHawk Sweepers, LLC 122017-NHK "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" Schwarze Industries, Inc. 122017-SWZ "Sewer Vacuum, Hydro -Excavation, and Street Sweeper Equipment with Related Accessories and Supplies" AstroTurf Corporation 060518 -AST "Athletic Surfacing with Related Materials, Supplies, Installation and Services" , Shaw Sports Turf 060518-511 "Athletic Surfacing with Related Materials, Supplies, Installation and Services" INEW ezIQCCONTRACTS _ , ;,. ,, _ .,. Company.Name = , : Coritract,Number i State , _Region=,Type;of Work:. Staples Construction CA-R1-GB01-123021-STA California - Region 1- General Building Mesa Energy Systems, Inc. dba EMCOR Services CA-R1-HVAC01-123021-ES California - Region 1- HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R2-HVAC01-123021-AES California - Region 2 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-E01-123021-TSW California - Region 3 - Electrical ABM Industries. Inc. • CA -R3 -E02 -123021 -ABM California - Region 3 - Electrical t T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-GB01-123021-TSW California - Region 3 - General Building North Star Construction and Engineering, Inc. CA-R3-GB02-123021-NSC California - Region 3 - General Building North Star Construction and Engineering, Inc. CA-R3-GS01-123021-NSC California - Region 3 - Geotechnical Stabilization ABM Industries. Inc. CA-R3-HVAC01-123021-ABM California - Region 3 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R3-HVACO2-123021-AES California - Region 3 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R3-PAV01-123021-TSW California - Region 3 - Paving North Star Construction and Engineering, Inc. CA-R3-PAV02-123021-NSC California - Region 3 - Paving Mark Scott Construction, Inc. CA-R4-GBO1-123021-MSC California - Region 4 - General Building ABM Industries, Inc. CA-R4-HVAC01-123021-ABM California - Region 4 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-E01-123021-TSW California - Region 5 - Electrical DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 APPENDIX A Continued T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-GB01-123021-TSW California - Region 5 - General Building Newton Construction & Management, Inc. CA-R5-GB02-123021-NCM California - Region 5 - General Building Durham Construction Company, Inc. CA-R5-GB03-123021-DCC California - Region 5 - General Building Mark Scott Construction, Inc. CA-R5-GB04-123021-MSC California - Region 5 - General Building Mesa Energy Systems, Inc. dba EMCOR Services CA-R5-HVACO1-123021-ES California - Region 5 - HVAC/Mechanical ABM Industries, Inc. CA-R5-HVACO2-123021-ABM California - Region 5 - HVAC/Mechanical T&S Intermodal Maintenance, Inc. DBA T&S West CA-R5-PAV01-123021-TSW California - Region 5 - Paving ABM Industries, Inc. CA -R6 -E01 -123021 -ABM California - Region 6 - Electrical Newton Construction & Management, Inc. CA-R6-GB01-123021-NCM California - Region 6 - General Building Angeles Contractor, Inc. CA-R6-GB02-123021-ACI California - Region 6 - General Building ABM Industries, Inc. CA-R6-HVAC01-123021-ABM California - Region 6 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R6-HVACO2-123021-AES California - Region 6 - HVAC/Mechanical • Angeles Contractor, Inc. : CA-R6-PAV01-123021-ACI California - Region 6 - Paving Newton Construction & Management, Inc. CA -R7 -E01 -123021 -NCM California - Region 7 - Electrical Newton Construction & Management, Inc. CA-R7-GB01-123021-NCM California - Region 7 - General Building MDJ Management, LLC CA-R7-GB06-123021-MDJ California - Region 7 - General Building ACCO Engineered Systems, Inc. CA-R7-HVAC01-123021-AES California - Region 7 - HVAC/Mechanical Mesa Energy Systems, Inc. dba EMCOR Services CA-R7-HVACO2-123021-ES California - Region 7 - HVAC/Mechanical Horizons Construction Company Int'I, Inc. CA-R7-PAVO1-123021-HCC California - Region 7 - Paving J & H Engineering General Contractors, Inc. CA-R7-PAV02-123021-JHE California - Region 7 - Paving ABM Industries, Inc. CA -R8 -E01 -123021 -ABM California - Region 8 - Electrical Facility Solutions Group CA -R8 -E02 -123021 -FSG California - Region 8 - Electrical Pacific Lighting Mgt, Inc. CA -R8 -E03 -123021 -PLM California - Region 8 - Electrical Exbon Development, Inc. CA-R8-E04-123021-EXB California - Region 8 - Electrical PUB Construction, Inc. CA -R8 -F01 -123021 -PUB California - Region 8 - Flooring California Coast Carpet & Flooring CA -R8 -F02 -123021 -CCF California - Region 8 - Flooring Angeles Contractor, Inc. CA -R8 -F03 -123021 -ACI California - Region 8 - Flooring Horizons Construction Company Int'I, Inc. CA-R8-GB01-123021-HCC California - Region 8 - General Building Exbon Development, Inc. CA-R8-GB02-123021-EXB California - Region 8 - General Building PUB Construction, Inc. CA-R8-GB03-123021-PUB California - Region 8 - General Building Harry H. Joh Construction, Inc. CA-R8-GB04-123021-HJC California - Region 8 - General Building Vincor Construction, Inc. CA-R8-GB05-123021-VCI California - Region 8 - General Building Angeles Contractor, Inc. CA-R8-GB06-123021-ACI California - Region 8 - General Building Mackone Development, Inc. CA-R8-GB07-123021-MDI California - Region 8 - General Building Good -Men Roofing & Construction, Inc. CA-R8-GB08-123021-GMR California - Region 8 - General Building MDJ Management, LLC CA-R8-GB13-123021-MDJ California - Region 8 - General Building ABM Industries, Inc. CA-R8-HVAC01-123021-ABM California - Region 8 - HVAC/Mechanical ACCO Engineered Systems, Inc. CA-R8-HVACO2-123021-AES California - Region 8 - HVAC/Mechanical Exbon Development, Inc. CA-R8-HVAC03-123021-EXB California - Region 8 - HVAC/Mechanical Harry H. Joh Construction, Inc. CA-R8-HVAC04-123021-HJC California - Region 8 - HVAC/Mechanical PUB Construction, Inc. CA -R8 -P01 -123021 -PUB California - Region 8 - Painting Harry H. Joh Construction, Inc. CA-R8-P02-123021-HJC California - Region 8 - Painting Angeles Contractor, Inc. CA -R8 -P03 -123021 -ACI California - Region 8 - Painting Mackone Development, Inc. CA-R8-PO4-123021-MDI California - Region 8 - Painting Horizons Construction Company Int'I, Inc. CA-R8-PAV01-123021-HCC California - Region 8 - Paving Angeles Contractor, Inc. CA-R8-PAV02-123021-ACI California - Region 8 - Paving Mackone Development, Inc. CA-R8-PAV03-123021-MDI California - Region 8 - Paving Bitech Construction Co., Inc. CA-R8-PAV04-123021-BIT California - Region 8 - Paving ACCO Engineered Systems, Inc. CA-R8-PLUM01-123021-AES California - Region 8 - Plumbing Oscalibur Plumbing, Inc. CA-R8-PLUM02-123021-OPI California - Region 8 - Plumbing Angeles Contractor, Inc. • .. CA-R8-RW01-123021-ACI California - Region 8 - Roofing/Waterproofing. ; Exbon Development, Inc. CA-R8-RW02-123021-EXB California - Region 8 - Roofing/Waterproofing Good -Men Roofing & Construction, Inc. CA-R8-RW03-123021-GMR California - Region 8 - Roofing/Waterproofing ACCO Engineered Systems, Inc. CA-R8-SSO1-123021-AES California - Region 8 - Sanitation Systems ABM Industries, Inc. CA -R9 -E01 -123021 -ABM California - Region 9 - Electrical Pacific Lighting Mgt, Inc. CA -R9 -E02 -123021 -PLM California - Region 9 - Electrical Horizons Construction Company Intl, Inc. CA-R9-GBO1-123021-HCC California - Region 9 - General Building PUB Construction, Inc. CA-R9-GB02-123021-PUB California - Region 9 - General Building Harry H. Joh Construction, Inc. CA-R9-GB03-123021-HJC California - Region 9 - General Building Pacific Building Group CA-R9-GB04-123021-PBG California - Region 9 - General Building Vincor Construction, Inc. CA-R9-GB05-123021-VCI California - Region 9 - General Building Good -Men Roofing & Construction, Inc. CA-R9-GB06-123021-GMR California - Region 9 - General Building All Source Coatings, Inc. CA-R9-GB08-123021-ASC California - Region 9 - General Building GeoStabilization International, LLC CA-R9-GS01-123021-GSI California - Region 9 - Geotechnical Stabilization ABM Industries, Inc. CA-R9-HVAC01-123021-ABM California - Region 9 - HVAC/Mechanical 11+4 DocuSign Envelope ID: DA0200AF-F4B4-4CCE-B1 E7-3E8312716BB6 APPENDIX A Continued ' ACCO Engineered Systems, Inc. CA-R9-HVACO2-123021-AES California - Region 9 - HVAC/Mechanical Harry H. Joh Construction, Inc. CA-R9-HVAC03-123021-HJC California - Region 9 - HVAC/Mechanical Mesa Energy Systems, Inc. dba EMCOR Services CA-R9-HVAC04-123021-ES; California -Region 9 - HVAC/Mechanical Horizons Construction Company Intl, Inc. CA-R9-PAV01-123021-HCC California - Region 9 - Paving ACCO Engineered Systems, Inc. ... CA-R9-PLUM01-123021` AES California- Region 9 - Plumbing Good -Men Roofing & Construction, Inc. CA-R9-RW01-123021-GMR California - Region 9 - Roofing/Waterproofing ezIQCRENEWAFS !,q>,�,y 7. �,� s ., s t ` w - u a •(a z a � A� fi , Company Narrie= m� �. _ ,�,r Contract Nurmbe� fi a a a. Amstar, Inc. TX -PB -GC -121819 -AMS CORE Construction Services of Texas, Inc. TX -WT -GC -121819 -CCT TMG Contracting, LLC TX -CT -GC -121819 -TCL Sullivan Contracting Services TX-CT-GC-121819-SUL Amstar, Inc. TX -WT -GC -121819 -AMS CORE Construction Services of Texas, Inc. TX -PB -GC -121819 -CCT Amstar, Inc. TX -CT -GC -121819 -AMS F.H. Paschen, S.N. Nielsen & Associates, LLC TX -PB -GC -121819 -FHP Tommy Klein Construction, Inc. TX-PB-GC-121819-TKL Doyle Electric, LLC TX -CT -GC -121819 -DEL Veliz Company, LLC TX-PB-GC-121819-VCL RoofConnect Logistics, Inc. TX -CT -R -121819 -RCL Platinum Roofing, Inc. TX -CT -R -121819 -PLR F.H. Paschen, S.N. Nielsen & Associates, LLC TX -WT -GC -121819 -FHP JAMCO Ventures, LLC TX -CT -GC -121819 -JAM CORE Construction Services of Texas, Inc. TX -CT -GC -121819 -CCT JAMCO Ventures, LLC TX -CT -F -121819 -JAM Veliz Company, LLC TX-CT-GC-121819-VCL F.H. Paschen, S.N. Nielsen & Associates, LLC TX -CT -GC -121819 -FHP Doyle Electric, LLC TX -CT -E -121819 -DEL Veliz Company, LLC TX-WT-GC-121819-VCL Centennial Contractors Enterprises, Inc. TX -CT -GC -121819 -CCE RoofConnect Logistics, Inc. TX -WT -R -121819 -RCL JAMCO Ventures, LLC TX -CT -W -121819 -JAM JAMCO Ventures, LLC TX -CT -RC -121819 -JAM JAMCO Ventures, LLC TX -CT -APC -121819 -JAM JAMCO Ventures, LLC TX -CT -P -121819 -JAM DocuSign Envelope ID: 87CF01DA-0408-49B2-A4F2-634CBE046A38 o0R MENTANO (4e, / Sourcewell o< UkCEtAsw,t'S COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #113021 Entitled Firefighting Apparatus and Fire Service Vehicles The following advertisement was placed October 12, 2021 in USA Today, in South Carolina's The State, in The Oklahoman and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proporta1.sourcewell-mn.gov, Biddingo, Merx, The New York State Contract Reporter www.nyscr.nv.gov, PublicPurchase.com, and October 13, 2021 in Oregon's Daily Journal of Commerce: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: 10-8 Emergency Vehicle Service Kovatch Mobile Equipment Corp. 11193422 Canada, INC. Kyrish Government Group Acres Industries, Inc. Laszlo Corporation Alexis Fire Equipment Company Marion Body Works, Inc. Allied Restoration MAXIMETAL INC. Blanchat Mfg., Inc. Metalfab, LTD BME Fire Trucks, LLC MSA Safety Sales, LLC Brindlee Mountain Fire Apparatus, LLC North America Fire Equipment Co., Inc. CAMIONS CARL THIBAULT, INC. O'RIELLY CHEVROLET, INC. Carrier Truck Centers Oshkosh Airport Products, LLC CET Fire Pumps MFG P.L. Custom Body and Equipment Co., Inc. Chemical Containers, Inc. PECS Electromechanical Commercial Emergency Equipment Pierce Manufacturing (Oshkosh Corporation) Cooperative Services, LLC Rock River Industries, LLC DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell • Page 2 of 5 Custom Fire Apparatus, Inc. Rosenbauer South Dakota, LLC D -Lux Screen Printing Sea Hawk Danko Emergency Equipment Servco Pacific, Inc. Dependable Truck & Tank, Limited Skeeter Brush Trucks, LLC Draeger Safety Canada, Ltd. Southern Fire Apparatus, LLC E -ONE, Inc. (REV Group, Inc.) Spartan Fire, LLC Ed M. Feld Equipment Co., Inc. DBA Feld Fire Spencer Manufacturing, Inc. EJ Metals, LLC SPI Health and Safety, Inc. Ferrara Fire Apparatus, Inc. Stainless and Repair, Inc. Fire & Safety Services, Ltd. Sub Aquatics, Inc. FIRE AND MARINE, INC. Super Vacuum Manufacturing CO., Inc. FireStopper USA MD System One Manufacturing, Inc. First Priority Emergency Vehicles, Inc. The Sutphen Corporation Fisher Tech Services, LLC Tipton Ford Fort Garry Flre Trucks, Ltd. Toyne, Inc. Four Guys Stainless Tank & Equipment, Inc. Ty Parker & Son, Inc. Fouts Brothers, Inc. Unifire, Inc. Hi -Tech Emergency Vehicle Service, Inc. US Fire Equipment, LLC HME, Incorporated Ward Apparatus, LLC Holland Pump Company . Warren Anderson Ford dba Fritts Ford HUB Fire Engines & Equipment, Ltd. Watts Manufacturing, LLC HydelnfoTech WBM GP., INC. Intercontinental Truck Body, Ltd. Westvac Industrial, Ltd. All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on November 30, 2021, at 4:32:09 pm CT. Proposals were received from the following: Acres Industries, Inc. Alexis Fire Equipment Company BME Fire Trucks, LLC Brindlee Mountain Fire Apparatus, LLC CAMIONS CARL THIBAULT, INC. CET Fire Pumps MFG Chemical Containers, Inc. Custom Fire Apparatus, Inc. Dependable Truck & Tank, Limited EJ Metals, LLC FireStopper USA MD Fort Garry Fire Trucks, Ltd. Fouts Brothers, Inc. Hi -Tech Emergency Vehicle Service, Inc. HME, Inc. HUB Fire Engines & Equipment, Ltd. Laszlo Corporation Marion Body Works, Inc. DocuSign Envelope ID: 87CF01DA-0408-4962-A4F2-634CBE046A38 Sourcewell Page 3 of 5 MAXIMETAL INC. Metalfab, LTD Oshkosh Corporation (Pierce Manufacturing) P.L. Custom Body and Equipment Co., Inc. REV Group, Inc. (E -One, Inc.) Rock River Industries, LLC Rosenbauer America, LLC (Rosenbauer South Dakota, LLC) Skeeter Brush Trucks, LLC Spencer Manufacturing, Inc. Super Vacuum Manufacturing Co., Inc. The Sutphen Corporation Toyne, Inc. Ty Parker & Son, Inc. US Fire Equipment, LLC Ward Apparatus, LLC Proposals were reviewed by the Proposal Evaluation Committee: Kim Austin, MBA, CPPB, Procurement Lead Analyst Stephanie Haataja, CPIM, Procurement Analyst Craig West, Procurement Analyst Tom Sharbonno, Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that all proposal responses met the scope and mandatory submittal requirements and were evaluated. Custom Fire Apparatus, Inc., provides a wide variety of fire service vehicles including initial attack/wildland, pumpers, rescue, and mobile water supply/pumper tender firefighting apparatus. They will provide sales and service in the United States and Canada. Their price list includes many common options when customizing base model vehicles. Custom Fire Apparatus, Inc. is offering Sourcewell participating entities a solid discount off list pricing. HME, Inc., manufactures aerials, pumpers, tankers, and wildland firefighting apparatus. Their sales and dealer network are available to Sourcewell participating entities throughout the United States and Canada. Dealers are available for 24-hour emergency service and mobile repair. HME is offering a considerable discount off MSRP. Pre- pay and quantity discounts are also available. MAXIMETAL Inc. offers a product line that includes pumpers, tankers, rescues, command vehicles, and wildland firefighting apparatus. Their sales representatives and dealer network can provide sales and service to all Sourcewell participating entities in the United States and Canada. They are able to offer 24 -48-hour critical parts delivery to their customers. MAXIMETAL is offering a competitive discount off list pricing and an additional volume discount for two or more identical units on a single purchase order. Oshkosh Corporation is offering a wide variety of products including custom and commercial pumper products, aerial products, and emergency response vehicles. They will serve Sourcewell participating entities in the United States and Canada through their regional sales and service model. Oshkosh Corporation is providing a combination DocuSign Envelope ID: 87CF01DA-0408-49B2-A4F2-634CBE046A38 ifEj Sourcewell Page 4 of 5 of line item, percentage, multi -unit, pre -pay and progress payment discounts (as applicable) on their fire apparatus offering. P.L. Custom Body and Equipment Co:, Inc., manufactures custom extreme duty rescue trucks, command centers, hazmat, andother specialty vehicles. -Numerous chassis platforms are available to meet varying needs and specifications. They have a sizeable sales force and dealer network throughout the United States. P.L. Custom is a 'woman -owned entity (WMBE). They proposed a strong.discount to Sourcewell participating entities. REV Group, Inc.,. is a manufacturer and service provider of fire apparatus that includes pumpers, rescues, tankers, aerials, hazmat, command vehicles, ARFF units, Spartan Chassis, and wildland fire service vehicles. Their sale representatives and robust dealer network offers sales and service to all Sourcewell participating entities in the United States and Canada. They offer leasing, trade-ins, pre -pay discounts and multiple unit discounts. REV Group offers a sizeable discount off their list pricing. Rock River Industries, LLC, is offering a full line of all -poly tankers, pumpers, tactical tenders, brush trucks, and quick attack vehicles under the Midwest Fire brand name. Midwest Fire has a sales staff able to serve participating entities in the United States and Canada through a direct sales strategy. They provide no cost training on new apparatus during the delivery process and equipment pricing reflects a considerable discount off list. Rosenbauer America LLC is a manufacturer of aerials, pumpers, tankers, rescue vehicles, wildland, ARFF, and a fully electric fire truck. Rosenbauer also manufacturers their own custom chassis, the Commander, Warrior and Avenger. Their sales force, consisting of 32 dealers in the United States and Canada, is prepared to serve Sourcewell participating entities. Rosenbauer is providing competitive discounts from MSRP. The Sutphen Corporation is a manufacturer of custom fire apparatus. Their product line includes a variety of specialty fire apparatus including industrial pumpers, heavy rescues, and hazmat units. Sutphen's offering also includes aerial devices constructed solely of aluminum which reduces weight and improves handling. Their large dealer network spans the United States and Canada. Sutphen Corporation is offering participating entities a notable discount from MSRP. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #113021 to: Custom Fire Apparatus, Inc. #113021 -CSM HME, Inc. #113021-HME MAXIMETAL Inc. #113021 -MAX Oshkosh Corporation #113021 -PMI P.L. Custom Body and Equipment Co., Inc. #113021 -PLC Rev Group (E -One, Inc.) #113021-EOI Rock River Industries #113021-RCK Rosenbauer America LLC #113021 -RSD The Sutphen Corporation #113021-SUT The preceding recommendations were approved on February 7, 2022. DocuSign Envelope ID: 87CF01 DA-0408-49B2-A4F2-634CBE046A38 Sourcewell —DocuSiiigned by: H1 Glltislu '-6830543C58384D1... Kim Austin, MBA, CPPB, Procurement Lead Analyst DocuSigned by: 755BA3F379B540 ... Stephanie Haataja, CPIM, Procurement Analyst DocuSigned''by: 6 W4B 7F41572C858BA... Craig. West, Procurement Analyst LDocuSigned by: m SG a eln.I,ta D12CB58EFE9146E... Tom Sharbonno, Procurement Analyst STATEMENT OF COMPLIANCE Page 5 of 5 As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #113021 for Firefighting Apparatus and Fire Service Vehicles. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell's Procurement Policy. DocuSigned by: C0FD2A139D06489... Jeremy Schwartz, CSSBB, CPPO Chief Procurement Officer DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 113021-OKC eiku Sou rcevvell he 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 11302 1-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 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-AF48-4383-93AB-F3879467CBE8 • 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. 113021-OKC 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 afterthe 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 DocuSign Envelope ID: D25090FC-AF48-4363-93AB-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-AF48-4363-93AB-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. - 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-AF48-43B3-93AB-F3879467CBE8 7,7 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-AF48-4363-93AB-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, thenon-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 less 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-AF48-43B3-93AB-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-AF48-43B3-93AB-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 .s -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-AF48-43B3-93AB-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 contractor 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-AF48-4363-93AB-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-AF48-4383-93AB-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. 0. `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: :Sourcewel l ,-DocuSigned by: .may sil, .-COFD2A139D06489... Jeremy Schwartz Title:' Chief Procurement Officer 4/5/2022 1 4:53 PM CDT Date: Approved":' By: Chad Coauette Title: Executive Director/CEO 4/5/2022 1 4:54 PM CDT DocuSigned by: (LL (AWE, lv 7E42B8F817A64CC... Date: 113021-OKC Oshkosh. Corporation es W. Johns xecutive-Vic Emergency Sent ent and President Date:, ,01,6- Bev. $/2021 18 Docusign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 RFP 113021 Firefighting Apparatus and Fire Service Vehicles Vendor Details Company Name: Pierce Manufacturing Does your company conduct business under any other name? If WISCONSIN yes, please state: 2600 American Drive Address: Appleton , WI 54914 Contact: Michelle Swokowski Email: mswokowski@piercemfg.com Phone: 920-832-3272 Fax: 920-740-6252 HST#: Submission Details Created On: Monday October 18, 2021 12:41:15 Submitted On: Tuesday November 30, 2021 16:18:31 Submitted By: Michelle Swokowski Email: mswokowski@piercemfg.com Transaction #: 724f061f-10fb-4d93-bd02-b5afd9c2b906 Submitter's IP Address: 198.190.231.15 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-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 Item ' Question,., ,., t t t) * 1 Response � �, e..- 4 b 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 f entities othe Proposer; : ;whose,2equipment products o , r services,,are included in .the Proposal. . '..... , Pierce Manufacturing Inc. Oshkosh AirportProducts; LLC : �.. * 3 Identify all applicable assumed names or DBA names of the Proposer or Proposer's 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 'Fou'r Wheel= Dr Oshkosh4W1 54902 . Pierce Manufacturing Inc. 2600 A nencan ;D`r Appleton SWI 54914 Oshko•sh`Airport Products, LLC .00 1515 `.County Rd. Neenah :W,1;,-54956 * 5 Proposer website address (or addresses): www.oshkoshcorp.com www.Piercemfg.com, www.frontlinecomm.com, www.oshkos hairport.com, * 6 Proposers Authorized Representative (name, title . address email address & phone) (The representative must have: authority to °sign' iz the "Proposer's.;Assurande of Compliance on behalf 'of the„Proposer and in the event of award, will be; expected Jo execute the ' resulting 'contract) ;r F • h < , � _ : _ James W. Johnson Executive Vice President and President,'Fire & Emergency Segment Pierce Manufacturing Inc 2600 American : Drive Appleton, -,WI 54914 ErriaiL yohnson@piercemfg com phone: •920-832-3000 '', Refer to_='.authgnzedt signers for' Oshkosh`Corporation, Pierce -Manufacturing and, .Oshkosh°:Airport; Products in..additionall documents. 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 ri Proposers other contacts for, this proposal if ` any l(name t title address, email address'& ' ; phone ) n r Brianna Propson ; Sales Representative ' Oshkosh Airport Products tLC 1 515 County RD:O',. Neenah WI 54956 Email bpropson@arrportoshkoshcorp com- FFione 20 215-51.36.._ z; � ,, , �� � , 9 Table 2: Company Information and Financial Strength Line Item Question' _ Response* :42 y .,' 4 b rx .. "r�+.�., } 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®, Frontline m, 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 concems. • 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 govern 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 govemment 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 intemational 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-AF48-4363-93AB-F3879467CBE8 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing :..... ..... • - •� - - .: :. ,. , - . 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. Weare 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 -Me 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 hat are your,. company's expectations in the event of an award? ;x, Q t : 1. g., E .- The Sourcewell :consortium program will extend. another avenue for".;the fire,. industry customer to. purchase a fire.' apparatus efficiently and "effectively through a proven program i ;, The Sourcewell�consortium will be .anationwide includin ;'Canada avenue that is promotedr<<across the Pierce salesforce. -that consists of 23 authorized Pierce Dealers and their3respectiveteam embers The fundamental expectation is amround education and prornotion-ThePierce' Dealer network and=Airport Products sales team is „expected tounderstand our product and besinterest-of the the tools=available to the,customer to achieve what is in:tne t, 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.comfinvestors/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 +• . .,.::r.. .-;:. What: is your US market'share-for.-the - solutionsthat you: are proposing?...J-, t t., . . ;..`:, : >_.: �:,, ,� .= x: a..5 _: t ._: � :`= ,'..- .; -:• :. :. ;:. „:.:' '.. -. : " 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 cari''be,:obtained by visiting the below link.;, . • http://investor oshkoshcorporation.comfinvestors/financial-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>,fireapparatus ; 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 Viand; 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 histo ryof innovation, research and development in consultation with firefighters has resulted in a broad product line,that features, a wide:range of hting wanced; innovative; highquality ctomcommercial 'firefighting =usand:commerefigequipment•with,-advance fire` suppression. capabilities: In'an effort: to be a single -source supplier r 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 e the United States; including LaGuardia International Airport John. F.' Kennedy International AirportO'Hare International Airport, Denver International Airport, Baltimore -Washington ' International Airport,' Dallas/Fort Worth International Airport Tampa LInternational Airport, Philadelphia International. Airport and 'San,Francisco International. Airport, --are• serve_ d by the .Company's' ARFF vehicles. The U.S; govemmentalso:maintains a fleet of ARFF. vehicles` that. are used to support military, operations throughout the'world. Internationally,:, the Company's vehiclesserve, among others,- Beijing, China and more than fifty,other" airports in China;Singapore; Indonesia;Qebec;' 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'electronicnews 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 - tobroadcastthe NFL Super Bowl; the.FIFA:World_Cupand 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) _ Ifyour 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 international representatives and distributors also handle Pierce products and will follow the same process as noted above. For service, we support both with internal service support which is available 24/7/365 via our support line at 1-800-222- 6635 and external 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 detailedexplanation" outlining the licenses and certifications -that _, are both required to be held, .and actually , ., held, by your organization .(including third .., parties and subcontractors that youuse) in Pierce' Manufacturing ,Inc. holds state licensing, for Sales, Manufacturing, Motor ." Vehicles; -..and dealerlicense used accordance to, the state laws. The Pierce Dealer. network licenses independently holds as required by law in the state' in which they sell. Airport Products holds manufacturers license,, where required.. pursuit of the business contemplated by; this. We :also hold our.: Vendors accountable to the utmost standards. Beyond ISO 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://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-o ne-of-the-Worlds-Most-Eth ical-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- C o rpo rati o n -named -one -of -the -Worlds -Most -Admired -Com pa n ies-by- FORTU N E/defau It. as px RFP..:' -' t ;'certifications and compliance, we require' our_ supply chain of major components to _• 't° obtain.=a score of 80%'or-above on a,supplier . quality audit performed by -Oshkosh ' Corporation supplier quality. ... • ;� .. �;, ,r 9001:2015 ISOCertification Pierce sManufacturing Inc was the first single source manufacturer of custom fire r r_ apparatus=in North America to achieve ISO 9001 certification.' Pierce has achieved ' _, .` ,= f . ; ISO= 9001:2015icertification which covers all aspects of our business life cycle, .„from = engineering and .manufacturing to customer service. r.,1SO 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 s quality stem is in lace.. Y P i '... It's- a solid foundation -for continuous improvement always striving to get even betterr. r.: An;=ISO-certified manufacturer, like Pierce, accepts nothing but the, best from its , suppliers. Pierce asks its suppliers to meet many of.th&same stringent quality .: s , -'- 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.FP.A. compliant to 1901.standards, The certification includes: :. : • all design, ' production, operational and performance testing of the complete . , apparatus. All tProducts` 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-"16Sample 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. ` a 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 Line-, Item •" Q ueston Response *, 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://investors.oshkoshcorp.com/news/news-details/2021/Oshkosh-Corporation- named-o ne-of-the-Worlds-Most-Eth ical-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- C o rpo rati o n -named -one -of -the -Worlds -Most -Admired -Com pa n ies-by- FORTU N E/defau It. as px 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 Zink 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://investors.oshkoshcorp.com/news/news-details/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-Index-for-Second-Consecutive-Year/defauIt.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://investors.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-Companies-by- FORTUNE/default.aspx 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: httpsl/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://investors.oshkoshcorp.com/news/news-details/2020/Oshkosh-Corporation-Named- to-the-Dow-Jones-Sustainability-World-Index-for-Second-Consecutive-Year/default.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.oshkos hcorp.com/news/news-details/2021 /Oshkosh-Corporations-focus- on-sustainability-eams-recognition-from-Barrons-and-S P-Globalldefau It. aspx Pierce's focus on energy efficiency is focused on being good stewards of company resources, budgets, and the company's ecological footprint. This eamed them the recognition for Focus on Energy 2020 Energy Efficiency Excellence Award https://www.p iercemfg.com/pierce/blog/pierce-recog nized-with-focus-on-energy-excellence- award Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-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- Co rporation-N amed-One-of-the%E2%80%9CBest-Managed-Companies-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. What:ipercentage ofyour sales are to:the governmental ! sector •in the.'past .three'';years Oshkosh has great relationship with various governmental 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,4or cooperative Purchasing contracts:thatyou 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 programsare aligned to offer the best solutions on a consistent 'platform.; Contracts with. an asterisk (*),also .have contracts. held by-Airport'Products. 1. Sourcewell* 2. 3 .:,_..NASPO Value Point :Lamas 6: BuyBoard 7 Florida, Shernffs; 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. Entity, Name * ., { , ,E; t ContactName *M ` ` 'Phone Number;* Knoxville Fire Department Bobby Palmer 865-595-4474 * * Howell Fire: District #3 _:. `. Louis"Memmolo,Ill - ; 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. Entity Nam, ,, c_..�t . TEMIT'Z'1' nTyper State=% :' . .. ,, :, ,, ;Scope#of Provmcefrf:: .. , " ` or k t r. i, N >, � .k,.; Size of Transactions }rr$ .. ,. s....>rYearsd DollarUolume:Past Three' _ r m : Y a U.S. Army Government District of Columbia - DC Pumpers, rescues, aerials N/A N/A U S Air Force Government District of .Columbia ,„�G Pumpers rescues aerials �;: NIA � f .... N/A s - ... Bureau of . Land Management Government District of I Columbia - DC Wildland pumpers N/A N/A U23:. Na Government .. , District of4.,' Columbia DC:; Pumpers rescues aerials ,..- ,,. N/A: N/A U.S. Marine Corps Government 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. Line' Y . xi Question Y �"F ^M1k Y S } 3 * iVf5� Response `_ F 3' >�_ � ��F i . 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 internal 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 Dealernetwork=<or other distribution methods a y* t , i "'l . �i""�' �,. = Pierce product issold via:, the authorized:.Pierce-Dealer:,;network of'300sales -?.' representatives that are, located across •the' US and' Can•ada and, are backed by the - Pierce factory support of`:2500+ employees to :assist. with p_roduct;' ,quality nand service In addition, the ,sales:force• is" colegacy 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 assi ned ;._;, 9 territoryto:provide Sales, Serwce and aftermarket-'su ort 24/7 365 da s _of the ear. - PP Y Y The dealer. network has; invested in on hand inventory as well as tithe lectoniand dedicated aftermarket inventory available online -for -them to-.utilize,.and drop ship to, the end customer's; location o previously mentioned we also partner with MAXIMETAL to support our -,Canadian .. customers ,by being a distributor .for MAXIMETAL "products :' Oshkosh AirportProducts sells direct dorriestically„ and partners with dealer organizations internationally; including Canada Refer to "25 26 27 .Directory -`Pierce Dealership Territories .Map':pdf and 2526. Pierce Authorized '-Dealer 2021 Listing pdf in the Additional Documents folder for • more information Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 27 Service force. . Pierce and its dealer network offer; a' wide variety of Aftermarket services to help customers maintain their Piercekbranded fire apparatus. 70+ service centers throughout North America are dedicated to servicing Pierce apparatus thru its industry- leading, 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 _.: cr : c • 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-4® independent suspension systems, Husky.'" 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 When the `customer works with the Pierce °authorized dealer they will accept all purchaseorders; however, every sale is configured in the Pierce customized truck others, explain; -the respective roles of the .:. configurator Pulse! This ;sales -tool includes the, corresponding cooperative, `; :. ;, Proposer and others.-- .:... - procurement option; `applicable to the sale.= This; option is used to generate:monthly , ud the audits- that Pierce, performs;with 'their network as well as generate quarterly requiredreports sent direct to the contracting 'agency. The: authorized .' Dealer ;network, utilizes the„customized apparatus specification software (PULSE),to •' -: configure 'to; the customers expectations and. is used internally throughout the. supply :, .,” . k., ;;_ chain ,of the, order :from' booking the, order to:_engineer`the. final product. The tool . is , ,, .;.: I :� ,, u .; supported with internal communicationtools such as workflow, Communication Central; . online scheduling, BuiId Status, and a complete Truck LibraryThis provides our ' , Dealer network a 'direct Zink to the factory. -to accurately communicate details to the end user. -f.• .. , „ ' ,4 - F ' . J Airport ,Products -will, be the primary point of contact for sales inquiries except where we have an authorized.dealer;"'With-complexity of ARFF, vehicle's, our. team will work `.. r� :.i . .., -.� � ,, ty - � . , ; directly with: the 'customer customize, their- truck' configuration using the, base.vehicle ,,r: ,..:- r 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-AF48-43B3-93AB-F3879467CBE8 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing :.. • - .. .... . :. , .. . .,: apparatus. Including, 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 •,x 30 a •., ' Describe your =ability and willingness to provide. .'iyour�products'T,and services`to f Sourcewell participating ,entities in the United States c "I''' ., v ° Pierce Manufacturing Inc {las 20. based ;;authorized dealers each which' -has an establishes sales vice and serinfraUS structure to supportthe saleiof i our whole; goods from time,of sale through its °lifecycle su ort the customer byeducating them n-iall possible avenue We `are committed toPP to ensure -•they -.,.'kiibylV the benefits of Sourcewell r ¢, Pierce will''be able -"to supportthew entire US including Hawaii and` Alaske:along with Canada regions Our establishetl dealer network includes assignment for these territories ,3 x Airport Products is ,able and willin `9,to provide our products =and services to , participating entities, in ,the , Inited.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 support the 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 > r. Identify;=any geographic areas -.0f •the. United Staten 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 toprovide` excellent coverage across_ the x nation There are no areas throughout US -or Canada that we arenot able ,oto fully gyp, support `either through, ourt`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 =oto ouCPs ^ f. participating.".entities in 'Hawaii and Alaska and in`:US Territories Pierce and`Airport:Products is not aware of any specificcontract requirements or restrictions that apply to members ;.Those territories determine what contracts they supportt,and allow to be used , ,- Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-F3879467CBE8 Table 7: Marketing Plan Lina'iestion -Qu Item �� q €° t -x *fie`—.I�e ti z z i s es.bps 35 `:o < - _ 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 internal 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 Ex mple 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 =a ra Describe your use o0technology and digital data (e.g social media metadata usage) to enhance marketing effectiveness 44 r i Pierce has a dedicated marketing team ,that manages our website and,social media we! y also have 23 Dealers that have";established websites and utilize;',social. media platforms such'as twitter 'Instagram ,and Facebook lo share messaging We are'able to,track engagement and ;metadata on our followers through these platforms Not only ie- ;our m arketing teamhwell versed in looking at industry trends,„We also partner with external organizationsfora more robust approach to technology �'' ' .a t Both Pierce and Airport -Products websites will include kaward and have -:a direct link ,to they Sourcewell website were facts and information can be obtained t� a Airport Products,; also utilizes Showpad„ifor organization and distribution of marketing material which, is available to our domestic and: international sales team is tool allows us to share. information across therglobe, including information on available purchasing w. consortiums This toolq 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 r ' Are, your products or services := available through ane procurement r ordering process if so; describe your e procurement system and how governmental and educational customers haveusecj it Wedo :not offer: en e -procurement ordering process ,due -to, the complexity of our; product: We have determined this platform does not -fit in our business model' x= , x 1. *� 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-AF48-4363-93AB-F3879467CBE8 Describe•any,tech'nological advances -that your; proposed • products or'services offer s. Bid Number: RFP 113021 Oshkosh'Corporation aleader in innovation and each of our products and technologies is• designed with :customers •and end-users in mind, including' advances in electrification, autonomy safety and' intelligent products.. Leveraging the latest in technology for today: and tomorrow across the: different markets we serve differentiates us and helps us rerriair' market leaders `and stay ahead of the ;both -Petition. Advancing our company into new markets and . categories' will- support continued growth for the company.' Through this contract we offer numerous proprietary, features thatstandout from others "and not limited to ;Electric: Vehicles Pierce Manufacturing and Oshkosh Airport Products have introduced the VolterraTM platform of electric., vehicles for the fire and `emergency market with'the first" municipal«truck already service;with .the''City,of' Madison,' Wisconsin 'The Striker® Volterra performance` hybrid, ' Aircraft Rescue and Fire Fighting (ARFF) vehicle is available for der`rionstration,'�as 'available at ;.cus'tomer locations:' Refer to:4'40r-Volterra' Press Release pdf in Additional ,Documents' folder for more information` t :Idle`'.Reduction Technology (IRT) -. 'Power NEPA" 1901 required devices; user defined' rnission3'critical on-sceneloads; -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 Zone 'auto -start for battery power monitoring and engine'_re-start, departrnents :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 formore :information.` Ascendent®'',class of" aerial products = Pierce ':patented design that offers 107 'of vertical . reach `end 100: 'of :horizontal reach; " rated at a' 7501b (dry) /• 500 lb(wet) tip load° capacity w*-an.additional'100 lb •equip"ment allowance; flow up to 1,500•gprn and is'capable, of "a' store -front blitz' featUrejaii standard. • , P,ulse,-.Customized. in-house .truck .configurator, that allows us •-to build to the; customer's level; of customization • TAK-4®";Suspension `offersshorter' stopping: distance, no brake .steer, .improves ride" quality,' and proven technology' used by the US ` military. ` ▪ Command ZoneTM Ill ,electronics ' provides vehicle reliability, ;easy serviceability, 5 -yr standard" warranty • Pierce "Ultimate; Configuration (PUCTM) - Eliminates the 'pumphouse' so you tan build your apparatus , around`your',needs and not the pump. It minimizes vehicular, space used for fire suppression and: maximises space'for ;equipment While still providing big' pump •,,foam and CAFS =:capabilities. • Husky?"'' 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 EFPTM 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 by the vehicle, .and even archives the, testing data with a time and date stamp for three years. Refer to =740.; Eco ,EFP' Brochure.pdf':in Additional Documents. folder: for more information. The .Company s advanced: design and"engineering ;capabilities have contributed AO the development of innovative; and/or proprietary, -severe-duty 'components ::that :enhance.vehicle "; performance, reduce ;manufacturing .costs,.and strengthens customer relationships..:The Cornpany's'advanceddesign -and engineering,-,capabilities:have• also allowed it,to'integrate, many of components across various segments andproduct 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 thatileverage zero'emissions'-electrification for mobility`'across all segments. 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 toan 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-AF48-4363-93AB-F3879467CBE8 42 `r. } 'r . Identify any..third-party, issued!:eco-'. labelsx.ratings.,or`;certifications that , your "'company' hasreceiv'ed :for the equipment or:products• = included in your related to :energy • efficiency -or: -; • • - conservation,_,life=cycle design` ; (cradle -to -cradle) or .other green/sustainability factors r � Ir i ifr :: • � .� ..� �> - u �:: .):...,, . : _; :;. - r.... Ar • -. .. .• Pierce Manufacturing; has: -received certifications and awards towards our cominitrnent to energy -efficiency -conservation,. and sustainability. ` All certifications',and" awards are°:driven through :Key :performance Indicators (KPIs), -auditing: and continuous performance throughout the: Pierce familyand Oshkosh Corporation. Certifications and. 'awards are attached "and linked for'reference- CERTIFICATIONS:- ISO'14001:2015 Certification: Our Neenah:• WIC facility has `received= the. ISO 140012015 certification demonstrating our impleentation'-of:a world= class environmental strong commitment•to_ performance, m management: system and :completion' of a • ngorous third party evaluation TRUE ZerogWaste, Certification "-"'",',"•,:r.:- ,- ., ',- . - The Total .Resource Use 'and Efficiency (TRUE) Zero Waste certification program' administered by ,Green Business Certification Inc:,; provides:rigorous third -party certification fOr zero waste goals Facilities earn credits• toward' certification for'activities in redesigning ` - processes;„ reducing waste,;'reusin materials,' and 'finding 'solutions:other than; landfill •fo.r. ., waste=::Our-Neenah WI "facility:has.•achieved TRUE .certification at the Gold Level . ,:, AWARDS:': The:' advances: Pierce has�made:in sustainable practices thus far have been recognized by numerous agencies ••both •gover'nmental and private.; Additionally,, we, have. obtained,:. certifications 'and.joined•programs which. serve, as pledges to our continuous 'improvement ln sustainability and environmental stewardship The majonty of the awards -'referenced- below '., you will also find in the table<3 question=18 • Energy Efficiency Excellence Award TheIEnergy Efficiency.`Excellence° Award`recognizes:business participants'; of Focus, on • " Energy; Wisconsin's statewide.; energy efficiency and 'renewable- resourcesprogram,; who-, have -demonstrated an outstanding commitment to reducing. energy. waste by implementing :,', energy-saving,,upgrades• id: their -facilities; and. operations. In 2020, Pierce was honored with- " this. award for our; efforts in, reducing ,energy ". in our products and production Wisconsin,ecycling R, Excellence ;Award The . Department of, Natural Resources recognizes outstanding recycling •and Waste--' minimization efforts :through •its annual Recycling Excellence Award .program. Pierce received the;Overall .Program::Award' in 2020 for. our diverse and extensive waste reduction' efforts. GREENLSUSTAIABLIT: , Dow JonesSustaiabiltIndex y Our sustainabilityefforts:have been recognized through our, inclusion on the Dow,Jones S•ustainability`.World Index +;(DJSI). The. DJSI, is a family of best -in -class benchmarks which• track�the;stock performance of. :the world' s` leading companies in terms of economic, ,•' environmental,. and social criteria: 2021 marked ..the third 'consecutive year. we were named to the'.Index highlighting; our commitment to; sustainable business practices. World's Most Ethical Companies In.:2021; we -celebrated;our "sixth consecutive year being named one of the;' World's Most Ethical Companies -by EthisphereTM'. The assessment considers over 200 data points.on culture, environmental and: social practices,' ethics and compliance activities,, diversity and inclusion, and,. initiatives. to: support astrong value chain. ' '"- - Green Masters, ' The:Green`Masters "Pro•gram is an, assessment and recognition program for Wisconsin businesses interested in improving and being recognized for their sustainability 'initiatives:`'. ;•' 2021.• -marked the'seventh ;consecutive year we,were deemed.a Green Master indicating that, we, are in .the•top 20%,of companies. •evaluated. .. �• ; t. 43 Describe any Women or Minority Business Entity (WMBE), 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 attnbutes does .your `i' company your products or your �=: services. offer:toJSourcewell=.', participating.LLentitieOtcWhat :makes . yourrproposed solutions unique in your: industry_, as it applies to.., ,. •, , Sourcewell participating entities?.:',.. ;. ° ",. : , Oshkosh;. Corporation is a i.trusted partner; with"over 100'years in .businessj'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 i • Pierce iis.-a leading, manufacturer of customized'fre'apparatus.wiith 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-AF48-4363-93AB-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. Line Item,... s Question : y i'...� , , • Response �' n �* Y ,,, r�,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 =:':•ri. Do your warranties impose'' usage restrictions"or We do have some base and extended warranties that have mileage . otherlimitationsthat` adversely,, affect•: coverage i 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 basd .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' s-::: Are; there any geographic regions •.of,;the United : Pierce prides themselves in 'the coverage we have across the nation Pierce s,: States ..or:Canada:(as;applicable). for which you requires a certified technician for each area Therefore we' are to support all • ::: cannot- provide a certified technician to perform :.• warranty repairs?--:How_will .:Sourcewell - participating entities inthese regions be ;provided, service for. warranty repair?..:. , regions throughout US or Canada. Airport Products will: provide service • . through=intemal 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, or are these warranties issues typically passed on to the original equipment manufacturer? • - Major components installed but not manufactured by Pierce or Airport Products are covered under original equipment manufacturer's warranties passed through to end user/customer. These include, but are not limited to, engine, transmission, water pump, ABS, and axles. Component Warranties In some cases, suppliers will offer warranties beyond the Pierce or Airport 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 Asx programs and policies?�4 ��. :'' •u , ,, :; . :;,,•, �� ' Pierce, offers areturn/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 Produs warrants the • purchaser that the parts sold by ; . aftermarket; be free from defects in product and workmanship for Vthe period of six months from the- delivery of the product. This Parts Warranty- does not include„fret ht, `labor, `travel,= or Markup.It, is • apart warrantyonly: - Return of Defective, Parts = If'parts 'used in the repair of an ;apparatus are required to' be,',-returned"to' Pierce Dealers` Will receive>notification.Dealershave up ton 30 days 'to, return the defective component or the warranty claim will be:rejected. 51 Describe any service contract options for the items included in your proposal. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. No service contracts are included in this proposal. Table 10: Payment Terms and Financing Options Line;,, Item' Question Response * f' 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 s:;; <<. Describe any leasing or financing optionsavailable for use by educational or -governmental entities - " 6 _ „ ., ;: • : . -,:Fierce � �� = •_.�` es ;��+ • q • �'' . rt 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 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 °, ,. 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-AF48-43B3-93AB-F3879467CBE8 Providedetailed 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. Line 1:. Item . -j• Question Response 56 •:,c Describe your pricing model le.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. Quantify the- pricing discount represented by,the pncing;�� -, proposal'. in - this response For:example, if the pricing in yourresponse represents a percentage=, discount from,' MSRP or list state the percentage ,or percentagerzrange., 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. The pricing. presented in this 'proposal represents. a 5.5% discount from Pierces list price for unpublished options.' ARFF products (Airport Produotsyrepresents%at.7% discount offo 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). 59cr Proposea-rmethodiof facilitating "sourced products"`or<. related services which. maybe 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-youmay 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 bequoted at time of request Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-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. :: > : :.. - : 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. 64 61 fi, If freight delivery or shipping :.is an additional '..cost--,10:1'the Sourcewell participating entity ; describe; in* detail lhe completeVfreight shipping and delivery, program » >� } ', ' f ' . 5 w 5.) t ,. ; a. ; ;. # „ f t �� Transportation Expenses Prices quoted:in 'RFP #113021 are FOB .Manufacturer's facility . `� • ` Transportation of the:apparatus,from the factoryato 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 fora".. Pre -Delivery ;inspection and the- installation of any;dealer�'provided`', `- options, if, applicable . It there is not ,a Pierce •authorized' dealer . • . facility near the customer location, the apparatus may be.',delivered directly to the.:facility.ri'The cost for.. this trans ortation varies P dependent upon _the pe of,apparatus ,and the proximity, of your .. facility to the location; of the manufacturer's facility:: Delivery is _ conducted in accordance: -with DOT,regulations...'Deliverycharges;, can vary based on the,.logistic or'shipping location and ,.' requirements for_example,. more if flatbed¢`barge "`or container ships trensport`is required., 62 Specifically describe freight, shipping, ;and 'delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. V 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 deliverymethods or options offered in your proposal j., f. For ARFF vehicles due :to size.'and weight restrictions all trucks, will: tietransported via low -boy or ,flatbed: All required licenses and 'permits,will be,obtained prior o shipment. , Table 12: Pricing Offered Line Item' :. , t The Pricing Offered in this Proposal is '> 4s ._ 7,--r . , e.. ..z. Comments r - -- 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-AF48-4363-93AB-F3879467CBE8 Table 13: Audit and Administrative Fee ' Bid Number: RFP 113021 Vendor NamePierce Man 65 - ` „ ' . Specifically describe any self -audit process or program that 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 youability to report quarterly sales to Sourcewell as described in the Contract template. ,`� � � �' . . . ` . ` •� ' � ' � `^, — �' � — `g ` - � ' ' . ` and contracts we parti9ipate in. System software changes have been built to facilitate the information gathered throughout any of our programs to efficiently run r 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. made to the base specification is then controlled and captured in a ChangeReport that can be validated to honor the Percentage Discount on options added. additional outline shows that Pierce has a closed-loop process that provide checks and balances for all involved. 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 audited on product cost, labor emoenvmo, product margin and customer satisfaction. Refer to "Table 13. Question 65 Audit and Administrative Fee.pdf' in Pricing folder. ~ 66 ��� '-'.�memou ^ ' ;, '���|• If success with''�� �r^^�'/���,�t����`������`'��-; ����� l-J��z O—a��� • .' - = - ': ' • ' '�� ° 67 Identify a proposed administrative fee that you will pay to Sourcewell for facilitatimanaging, 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 alignment That fee will be a flat $2000.00 USD per customer purchase order or separate contract ~ Bid Number: RFP 113021 Vendor NamePierce Man DocuSign Envelope ID: D25090FC-AF48-4363-93AB-F3879467CBE8 Table 14A: Depth and Breadth of Offered Equipment Products and Services V��� :i., 68� ` ..z, �`'. �c`` p� '' ,' `- � ,/ ^ � ' , ' • Provide a detailed equipment, products, and services that you are offering in your proposal. '' ,, �r:.'- ,-��-r. - 5 t` ``',.» '' ' p`�'^`.''' ^;` ''` 1:`'`r,r '' `.. ���/ �����`'' `� ' '� �� - `''� - - '- ' ' �' . ' ' . . � ' ,' �� ,' ` , .� �� -- - -' ' , ' ' �/ ` ' `'compressors, ' ' ' . ' ' - •' Pierce is offering an array of fire apparatus to meet the customer's needs the US and Canada, Authorized Pierce dealers may maintenanceLt, purposes. Our the and Commercial Pumper products AeriaCommand, ARFF, Rescue ' '-- products, Tanker products, and Specialty vehicles. ',` / CUSTOM 8NoCOMMERCIAL PUMPER PRODUCTS '' • Pumper products include commercial and custom chassis with varyingbody sizes,, pump rates, water tank capacity, and pump module style. ' AERIAL PRODUCTS Aerialranging from ladders, platforms, and tillers. These lengths:` 61' - 110'. Selections will include various axle configurations, pumping`' rates, laddestyles, and material. EMERGENCY RESPONSE VEHICLES demands of emergency-� cummono, mid-sizevehicle, command vehicle, smallmobile oommono, and cm 22mobil command vehicle. RESCUE PRODUCTS Rescue productswill include commercial and custom chassis offerings along with a non -walk-in The m( network and radio air tool breathing air systems with . hydraulic rescue tool systems and winching capabilities, crew seating with storage, and custom fabricated shelves and trays. TANKER PRODUCT Tanker 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 nkers feature uvlid, 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 jusone may be needed. Specialty vehicles may range from a mini pumper to oV0|d|ond Type U| 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 mmftR=ocuo and FireFighting Vehicles(ARFF)offers Oshkosh Striker 4x4, 6x6 and 8x8 along with the Stinger Q4 RK/ (Rapid Intervention Vehicle). The ARFF vehicle will be equipped to meet NFPA 414 requirements with opUvna|uquipmentand nonfigunuUnnohnma�indi�dua| airport needs. , ^ � i r Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4363-93AB-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. Lineltem Categoryor Type at 'Offered`*.: Comments , r 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 6 Yes C. No Frontline leads service on command and communications. 71 o -"all types, --such,„ asfire,- Wildland fire apparatus f: su session a ui ment, mobile water su l ,- and PP q R PP Y crew carriers a ;._ C Yes ;:; i-:5 No N/A 72 Aircraft rescue and firefighting vehicles... • 6” Yes C', No Oshkosh Airport Products 73 . :._ Purpose-built.chassisrand:. vehicle' components for -� firefighting apparatus:and'iire service "vehicles c';�Yes r C No ;; k.. _ • " '. Pierce has�:a'variety`;of custom built - chassis:'thet 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 l Yes c-, No Can be open source Offering is only in conjunction with a new order 75 �- Services related ;to,ther.offenng of the solutions described in Lines,. 70 74 including installation F customization remount refurbishment inspection repair,' maintenance, trainin and su odi 5 `xt P 9 PP , .... _ .. .._ . 0, -Yes', r, No � . , � We required to 2provide;tr'aining of our vehicle per compliance with NFPA We do provide options within P P ouraprop that have ladded co extended durations associated. - '- Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-4383-93AB-F3879467CBE8 Table 15: Industry Specific Questions Liii61, -:-.. ite: , Question '' - - '',.. . . '",-;-..,;:•."--,-.,'-'-'"-",---,- -' ' ' ' •-:.•-• : , Response; - ''',' 76 • . 76 . ' H: -,: :- -. Describe available service and repair options for -the equipment and products . offered in your proposal. , , •,, 5.-::-, c . - , : ,• • 7 ,,-. . r .- ' , . - ' - , .. . 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. ,,, 7721/:::Describe'Favailableqdrnountor.-refufbishing ierViceel-indLioed!,'WithirL9Ourypropb§Pllthei; Pricing method for such services and ; any related order processes Rerpount-anclrefurbished:''serVic4Sfare offered however each job..ielUOted",,, independently froth:one enether:t.--Atije,ii-':reqUired duetd,the::compleXity: jO-refurb or rerilount-',4.Refurb. and remoqnt;Pricing'will: not be part of this submission however pricing bricinj, can Nary ',. deperiding..:on.:the,repair. or. service :.needed.': ,-- - -,,...-,„:„,:„.1: ; , ! ... 78 :... ,.. - . , „ Describe your compliance with US - : standards for theequipmentand 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 Underwriters 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, warning, 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 - ?:-i. :' -:,",,,-ip ,:-.,1, ,T., -'1,,,-.), -,,,,, 1:!:',...-----:),',:•-:',,-:-., -...:i.::,;,- ..•:. Describe your compliance with Canadian ::--,:: standards for the equipment and ;.prOdUCts,::::. offered in -,.your*Propopalincluding:: c.,:-::::::--....,..; applicable federal and provincial l'.':''.; •!:''!.': '''(: ': requirements ::""''(-•::: v• i '',:,.'E-,.:•±,-,; --,1,,..,r:.,:.,:,;:-::„1-.- ,:.:-',-,,'', ::::::.;:.‘,-,--:..,;,--•;-_..!'t,:::•••:;,;': :,-,,-;/,-:.,•,-- ^,-,:;,::::':, ;....,,;:.:?•:,.-,,,:-,.:::',F;,:.::-:;-::: ::-_,..',%:-.'-::',,,, ' ' - - 4 •-• - - ,, V” 1 ' .1 ,.1,-. . $: :,.. ::::, CERTIFIED UL/ULC NFPA 1 901., UL Certification &,, UL'Canada, (ULC)- Certification pieree,lis.' the: first lire apparatus -manufacturer to be both 30,,party'bertifiedto NFPA 190172009 ;edition '!and 'ULC listed to Canada 'ULC -S515-04 standard by Underwriters 14hdeiWritersLabbratories. Stages of testing, ,include :road, 'POMp, weight, brake, performance *iii, aerialapplication.' 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.: Oshl(osh'AROF,prilduCts.COMpli with latest edition of: NFPA 414 .`anil..Jhe Federal /4iiatipril'Adrriiiiiitratiiiii:"AdvisOty',CirCular'(A0) 150/51101bE,.ink will work with the. CgstOrnercri)specific: Canadiart:z.requiremente:•to' ensure: -cbmplianoe, a: -:needed.., • ;: Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing DocuSign Envelope ID: D25090FC-AF48-43B3-93AB-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-F3879467C8E8 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-AF48-4363-93AB-F3879467CBE8 by the State of Minnesota; the United States federal government or the Canadian govemment, 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. p 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 I 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. 0 Yes r• 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. 1have'reviewed the >. below' .addendum and am ttachents' (if applicable) •. , Addendum_4_Fi re_Apparatus_RFP_113021 Sat November 20 2021 12:53 PM Addendum_3_Fire Apparatus_RFP_113021 Thu November 11 2021 02:09 PM Addendum_2_Fi re_Apparatus_RFP_113021 Fri October 29 2021 09:20 AM Addendum_1_Fire Apparatus_RFP_113021 Fri October 29 2021 09:20 AM 5 1 1 1 Bid Number: RFP 113021 Vendor Name: Pierce Manufacturing The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together Contracting Opportunity This document printed Monday, 10/11/2021 Title: Agency: Division: Contract Number: Contract Term: Date of Issue: Due Date/Time: County(ies): Classification: Opportunity Type: Entered By: Description: Firefighting Apparatus and Fire Service Vehicles Sourcewell Procurement Department 113021 4 years, with potential 1 year extension 10/12/2021 11/30/2021 4:30 PM Central Time All NYS counties Safety & Security - Commodities General Chris Robinson Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal jhttps://proportal .sourcewell-mn.govl. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Service -Disabled Veteran -Owned Set Aside: No 1 of 2 Contact Information Primary contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfppsourcewell-mn.gov Submit to contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfpesourcewell-mn.gov © 2021, Empire State Development http://www.esd.ny.gov/ AFFIDAVIT OF PUBLICATION OR..EGON 11 NE Martin Luther King Jr: Blvd. Suite 201 / Portland,:OR 97232-3579 (503) 226.1311 STATE OF OREGON, COUNTY OF MULTNOMAH--ss. I, Nick Bjork ,: being: first duly sworn, depose and say that I am a Publisher of the Daily Journal of :Commerce", a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and .... 193.020;, published. at Portland in the Aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described. as Case Number: NOT PROVIDED FIREFIGHTING APPARATUS AND FIRE SERVICE VEHICLES Sourcewell; Bid Location Staples, MN, Todd County; Due 11/30/2021 at 04:30 AM OFFICIAL" a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the following issues: 10/13/2021 State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON THE 13th DAY OF October, 2021 Nick Bjor Notary Public -State of Oregon OFFICIAL STAMP MICHELLE ANNE ROPP NOTARY PUBLIC.- OREGON COMMISSION NO.981091 MY COMMISSION EXPIRES NOVEMBER 05, 2022 Carol Jackson Sourcewell 202 12th St NE Staples, MN 56479-2438 SOURCEWELL FIREFIGHTING APPARATUS AND FIRE SERVICEVEHICLES Proposals due 4:30 pm, November 30, 2021 .REQUEST FOR. PROPOSALS Sourcewell, a State of Minnesota local government unit and service cooperative, Is requesting proposals for Firefighting Apparatus and Fire Service Vehiclesto result in a contracting solution for use by Its Participating Entitles. Sourcewell, Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located' in the United States and Canada. A full copy of the Request. for Proposals can be found. on the Sourcewell Procurement. Portal [https://proportal.so urcewell•mn.goy] Only proposals submitted through the Sourcewell Procurement Portal will be. considered.Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Published Oct. 13, 2021. 12044537 Order No.: 12044537 Client Reference No: PO BOX 219, STAPLES, MN 56479, USA STATE OF OKLAHOMA, COUNTY OF OKLAHOMA } Affidavit 9f.Publication Bryan Miller, of lawful age, beingfirst duly sworn,. upon oath : deposes and says that she/he is the Classified Legal Notice Admin, Of 'GateHouse Media Oklahoma Holdings, Inc, a torperatien, which is the: publisher of The OkLahoman which is a .daily newspaper of general circulation in the State of Oklahoma, and which is a daily newspaper published in Oklahoma, • County and having paid :general circulation therein; that said . newspaper has been continuously and uninterruptedly published in said county and state for •a 'period of more than one hundred and four consecutive weeks next prior to the first publication of the notice attached hereto, and thatsaid notice was published in the following issues of said newspaper, namely: SOURCEWELL 103734 AdNumber Publication Pae, . Date 0000664371-01 OC- The Oklahoman 810 10/12/2021 ,,0000664371-01 OC- The. Oklahoman 611 10/19/2021 Agent: Brya iller - Date: 10/19/2021 Subscribed and sworn to be me before this date, 10/19/2021 Notary: Terri Roberts Date: 10/19/2021 001,1111111/11,,/, :::::,....s. ,,,,:ci-- ,,, ..... •-: . .2. . ..7 _•-, ,_. ,...:. E.--- f # 20014726 I _ EXP. 12/04124 il sc si-- ''" 17i.'''''. .. .c -JE.....'''." ,Z•C' 1///111m110°\\\ 0000664371 Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus -and Fire Service Vehicles to result in a contracting solution for use by its , = Participating Entities:: ;Sourcewell Participating Entities include thousands .Of governmental, highereducation, K-12 education, nonprofit, tribal government, and 'other public agencies located in the VniteckStates and Canada. A full copy of the Request for Proposals can be found. - on the Sourcewell Procurement POrtal ' https://proportal.sourcewell-Mn:gov :. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, -at 4:30 p.m. Central Time, andlate proposals will not be considered. 5 i PO BOX 219, STAPLES, MN 56479, USA STATE OF OKLAHOMA, COUNTY OF OKLAHOMA } Affidavit 9f.Publication Bryan Miller, of lawful age, beingfirst duly sworn,. upon oath : deposes and says that she/he is the Classified Legal Notice Admin, Of 'GateHouse Media Oklahoma Holdings, Inc, a torperatien, which is the: publisher of The OkLahoman which is a .daily newspaper of general circulation in the State of Oklahoma, and which is a daily newspaper published in Oklahoma, • County and having paid :general circulation therein; that said . newspaper has been continuously and uninterruptedly published in said county and state for •a 'period of more than one hundred and four consecutive weeks next prior to the first publication of the notice attached hereto, and thatsaid notice was published in the following issues of said newspaper, namely: SOURCEWELL 103734 AdNumber Publication Pae, . Date 0000664371-01 OC- The Oklahoman 810 10/12/2021 ,,0000664371-01 OC- The. Oklahoman 611 10/19/2021 Agent: Brya iller - Date: 10/19/2021 Subscribed and sworn to be me before this date, 10/19/2021 Notary: Terri Roberts Date: 10/19/2021 001,1111111/11,,/, :::::,....s. ,,,,:ci-- ,,, ..... •-: . .2. . ..7 _•-, ,_. ,...:. E.--- f # 20014726 I _ EXP. 12/04124 il sc si-- ''" 17i.'''''. .. .c -JE.....'''." ,Z•C' 1///111m110°\\\ 0000664371 THANK YOU for your legal submission! Your legal has been submitted for publication. Below is a confirmation of your legal placement. You will also receive an email confirmation. Order Number: IPL0044376 Order Status: Submitted Classification: Legals & Public Notices Package: COL - Legal Ads Final Cost: I 132.13 Payment Type: Account Billed User ID: IPL0024154 • ORDER DETAILS ; ACCOUNT INFORMATION SOURCEWELL IP PO BOX 219 STAPLES, MN 56479 218-894-1930 carol.jackson@sourcewell-mn.gov SOURCEWELL TRANSACTION REPORT Date j October 7, 2021 10:26:08 AM EDT Amount: 132.13 r SCHEDULE FOR AD NUMBER IPL00443760 October 12, 2021 The State (Columbia) PREVIEW FOR AD NUMBER IPL00443760 REQUEST FOR PROPOSALS, Sourcev.efl, a State of Minnesota: local i government unit and senaice cooperative, is requesting pro -wrists tor, Firefighting I Apparatus and Fire Service Vehicles to result in a contracting solution for .use by its Participating Entities. Souroewell Part- ! ipating Entities • include thousands of,gov- ernmental,. higher education;, K-12 educe- don, nonprofit,' tribal government, and other 1 public agencies located in the United States 1 and Canada. A fall, copy of the Request for Proposals can' be found on . the Source- well Procurement Portal [httpsllproportel. st arcevrelt-mngovj..Qnly proposals :,sub - mi ed through'.the Sourcewell Precurenent Portal will be considered. Proposers are due no later than November SP,. 2021, at 42.0 j Aril: Central Time; and lote proposals will not be considered. w00000000 Publication Dates • « Click here to print a printer friendly version » SPORTS USA TODAY 1 ' NFL WEEK 5 WINNERS AND LOSERS Chargers bolting up, Jaguars s : Lorenzo Reyes;; USA TODAY Week 5 in the NFL was a wild one. Three of the early -window games — not counting the Falcons topping the Jets in the really early window in Lon- don — came down to electric finishes. And the Packers, Patriots and Vikings won their games on field goals at or near the end of regulation or in overtime, on a day in which placekickers struggled at historic levels. We also saw an upstart team with a rookie coach, the Chargers, outlast an- other powerful AFC opponent in the Browns in what could end up being a po- tential playoff preview. The same went for a rematch of last year's AFC champi- onship game, though this time it was the Bills who prevailed over the Chiefs in convincing fashion. Elsewhere, a rough week got tougher for embattled Jaguars coach Urban Meyer, who saw his team drop to 0-5. The Week 5 winners and losers: WINNERS The (AFC West favorite?) Chargers In the track meet that was a 47-42 victory, the Chargers outslugged a wor- thy contender in the AFC, the Browns. Questions about defensive lapses abound for both teams, but that the Chargers had to battle back from a 14 - point, third-quarter deficit shows how far Los Angeles (4-1) has come in Bran- don Staley's first season as head coach. First, let's highlight what the Char- gers did do well on defense. One of the main reasons Los Angeles was able to keep the deficit manageable was be- cause in three of Cleveland's first five trips inside the red zone, it clamped down and forced the Browns to settle for two short field goals and forced one turnover on downs. But quarterback Justin Herbert is quickly becoming one of the young star passers in the entire NFL. Herbert is on a historic pace in his young career, bolstered by his 26 of 43 performance against the Browns for 398 yards with four touchdowns. He also added a rushing score. He could be on a track to insert himself in the MVP con - First -year NFL head coach Urban Meyer's Jaguars fell to 0-5 on Sunday and Jacksonville has lost 20 consecutive games. BOB SELF/THE FLORIDA TIMES -UNION down stops in a game. The Cardinals will start to have a target on their backs, but having a now -improved defense makes this team that much more dan- gerous because it won't be incumbent on quarterback Kyler Murray and the Arizona offense to carry the team. The losing Lions Yes, they fell in heartbreak, again. And players and coaches in the NFL al- most never want to hear about silver lin- ings. But what rookie coach Dan Camp- bell is doing in Detroit, getting his team to punch above its weight and nearly pull off two improbable upsets in two weeks, should be admired. The Lions lost to the Vikings 19-17 on a crushing game -winning field goal after Detroit had battled back from a 10 -point deficit with a little more than five minutes left to play. This came one week after the Li- ons lost (also 19-17) when Ravens kicker Justin Tucker set an NFL record with a 66 -yard, game -winning field goal. In both cases, the Lions gave up big passing plays to put their opponents near field goal range. Those are issues the team needs to clean up. This Lions roster is still young and has a lot of where this just seems to happen. This one, however, was the worst kicking performance since the rule change. What makes this case interesting, though, is that weather typically plays a factor in poor kicking. This week, games were not affected by inclement weather. In particular, the Packers' 25-22 over- time victory against the Bengals offered a study of kicking comedy. At one point, Mason Crosby of the Packers and Evan McPherson of the Bengals combined for five consecutive missed field goal kicks in a stretch of fewer than eight minutes of game time — and it happened in the fourth quarter and overtime. And, if there were a missed extra point in Mon- day's game between the Colts and Rav- ens, it will set a record for the most com- bined missed extra points across the en- tire league in a week. Urban Meyer With each passing day, Urban Meyer is showing that the head coaching job of the Jaguars is too big for him. It wasn't so much that the Jaguars lost to the AFC South rival Titans 37-19. It was the effort they showed. Early in the third quarter, with Tennessee holding anll-point lead, in abb mis can the Bri; sea sea ago cha phi: mai can Bay mig But deft ots Ton sho hov I pas Buc 11 t1 gah wa: ami his hob SIVE ing, gov ribs tior Her the ter' tal( anc qui' Thi but has we( Cox, star sid( poi] and tent los: rat Alberta Purchasing ape I Connection ' Opportunity Notice Firefighting Apparatus and Fire Service Vehicles Opportunity Information • Organization �... Canoe Procurement Group of Canada (RMA) i�yS,iRav+lraereredyendori��' Government Category: Goods This opportunity Is now Organization Address Reference Number: AB -2021-05980 Solicitation Number. AB -2021-05980 SolictatlonTyptl Request for Proposal Posting (MM/dd/yyyy): 10/12/2021 03:00:00 PM Alberta Time Closing (MM/dd/yyyy): 11/30/2021 03:30:00 PM Alberta Time Last Update (MM/dd/yyyy): 10/12/2021 02:45:11 PM Alberta Time Agreement Type: NWPTWTILMA&CFTA&CETA&TCA Region of Opportunity: Open Region of Delivery: Alberta Opportunity Type: Open & Competitive Commodity Codes N4210PF: Truck, Fire, Crash, Rapid Intervention Vehicle, Medium Size (RIV)(B) 5169M: Fire Suppression/Extinguishing Systems - Dry Chemical N421011 Firefighting Equipment, Armoured Fighting Vehicle, S.M.P. N4210PD: Thick, Firefighting N4210PC: Truck, Fire, Crash N4210PE: Truck, Fire, Crash, Rapid Intervention *hide, Commercial (RIV)(C) N42IOP: Firefighting Equipment - Complete Fire Trucks and Trailers Only N4210B: Ground Fire Fighting Equipment N4210X: Firefighting Equipment (Marine) N4210PB: Trailer, Fire Pumper N4210PA: Tracked Vehicle, Firefighting N4210: Fire Fighting Equipment N42101<: Pumping Equipment, Portable (Firefighting, Ground) N42100: Extinguisher, Fire (Aircraft Type) N4210W: Firefighting Equipment, See dal, Customer or Systems Engineered Products APC "Opportunity Notices" This notice Is provided for Information purposes only. Refer to the "Opportunity Documents" In the bid package for authoritative Information. AO queries pertaining to the language, content or any missing or Inaccurate information within this abstract must bo sent to Its originator of the abstract, as specified In the opportunity notice. APC - All rights reserved. No part of the Information contained In this Web Ste may be reproduced, stored In a retrieval system or transmitted In any form or by any means electronic, mechanical. photocopying, recording or otherwise without the prior wrlrten permission of the Manager, Centre of Expertise alai SB,i3FS teque:stsIgay.eb.ca. Her Majesty the Queen In right of Alberta and the Aibata public sector enttles that use APC are not responsible or liable for the accuracy of the Information contained In the publication. It b the responsibility of interested parties to review the opportunity posting for changes or updates prior to the opportunity closing dam/time. Sourcewell Bids Homepage Find more bids Create Account Login View Details Click here to retum to the Sourcewell Procurement Portal homepage. lit Bid Dela& Bid Classification: Bid Type: Bid Number: Bid Name:. Bid Status: • Bid Closing Date:, Question Deadline Time -frame for delivery or the duration of the 'contract: , Negotiation Type: Condition for Participation: Electronic Auctions: Language for Bid Submissions:. Submission Type:. Submission Address: Public Opening: Description:;• Bid Document Access: Categories: Goods • RFP - General RFP 113021 Firefighting Apparatus and Fire Service Vehicles' Closed Tue Nov 30, 20214:30:00. PM (CST) Fn Nov 19, 2021 430:00PM (CST) Refer to project document Refer to project document Refer to project document NotApplicable,; English unless specified in the bid document Online Submissions Only Online' Submissions Only :. Sourcewell,-a State of Minnesota local government unit and service cooperative, Is requesting proposals for Firefightlng Apparatus and Fire Service Vehicles to result In. a contracting solution for use by its Participating Entitles, Sourcewell Participating Entities, include thousands; of governmental, higher_ education, K-12 education, nonprofit, tribal govemment, and public agendes-located. In the United '. States and Canada,. A full copy of the Request for Proposals canbe found On -the Sourcewell Procurement Portal [https://proportal,sourcewell-mn gov]: Only proposals submitted through the Sourcewell' Procurement Portal will be considered. Proposals are duenolater than November 30, -2021, at 4:30. p.m. Central Time, and late proposals will not be considered." Bid Opportunity notices and awards and a free preview of the bid documents isavailable on this site free of charge without registration. Please note, somedocuments may lie secured.and you will be required to register for the bid to download and view the documents. There is no costto obtain an unsecured version of the document and /or to participate in this solicitation., Show Categories [Al 'Register for Was Bid, Download Bld Documents Meeting Locations The following are the meeting times and locations for the opportunity: .Meeting Location, escription;, Date [Time Mandatory Me, Meeting Document. Online Pre -Proposal Conference Login instructions will be posted t� the "Documents" section and available to.registered suppliers two business days prior.to the,web conference. Tuesday November 2, 2021 10:00 AM No (CDT) File Name RFP_113021_Fire_Apparatus Monday October 11, 2021 07:43 AM RFP 113021_FireApparatus_Contract Template Monday October 11, 2021 07:43 AM RFP_113021_Fire_Apparatus_Pre-Proposal_Login_Instructions. Friday October 29, 2021 08:48 AM RFP_113021_Fire_Apparatus_Pre_Proposal_Logi n_I nstructi ons_U pdated_111221 Friday November 12, 2021 02:49 PM 13 Ei Download 18 Download 1 EiDownload Ei Download Mi fighting Apparatus: and Fire Service Vehicles [Swltch.to;Vendor Apparatus'and Fre Service Vehicles- 1_;8:29:59 AM CDT !1'4:30:00:PM CST on. .68' e11-mo.gbv Get NE,. 56479-0219 t Access Reports r View,reports on who has been notified of thd bid. or: accessed it; [Notification report] [Access report] - -.t Questions' ti;' o Questions o'Unanswered 'r LVieiv/Ask Questlonsl aI govemment unit and service cooperative, is requesting proposals for Firefighting Apparatus and. Fire Service Vehides to result in a contracting solution for use by its Participating Entities. Sourcewell Partidpating Entitle higher education, K-12 education, nonprofit, tribal government, and other public agendes located In the United States and Canada. A fufl copy of the Request for Proposals can be found on the Sourcewell Procurement Po rv]. Only proposals submitted through the. Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central lime, and late proposals will not be considered. !1 10:00:00 AM CDT ference ration will be emailed two business days prior to the event. Customer support: agencysupport@publicpurchase.com 1 Copyright 1999-2021 es 1 The public Group, LLC. All rights reserved. "4 Public 1 Group,. V Subscription active (expires 2021/12/14) A E. Cooperative Purchasing V Services & Programs News Join ,} .,, OPEN - Firefighting Apparatus' and FireService Vehicles SoUrcewell, a State Of Minnesota local government•unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire SerVice Vehicles to result in a contracting Solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmehteLhigher education, K l2education, niqnprofit,tribal government, and other public agencies foCated in the United States and Canada: A full copy of the Request for Proposals can be found' on the SourceWell Prbcii rem ent Portal [httpS://proportalsciurcewelkrin.gov]. Only proposals submitted through the SOU rceweil Procurement POrtal wiltbetonsidered. Proposals are due no later n November 30,2624 at 439 p.m.Central Time, and lite proposals will not be cqnsidered. Important Dates pre -Proposal Conference: November 2,2021 at 10:00 am CDT Proposals Due: November30, 2021 at 430,pm CST To obtain a copy of the complete RFP, ask questions related to the RFP, or submit a proposal, please use the link below: Sourcewell Procurement Portal 0 • f tIr in ICI .gal Solicitations Careers Contact Sourcewell for Vendors • Sltemap Accessibility • 62021 SourcewelL All rights reserved. • It liens , Sersintioneeta Co Publish 0 Bid Announcements 0 Doc.Taker's List 13 ,33 3,3 33'3' 3 Bidding ims Bid Notice Only „ . Publish' mdry Contents C:=171:0 • • . . . , . , • • , - , . ' ;. . • . 1 .. : • • . !' Solicitation Setting '•: ;:,,, ... . ,.. •,....- • , •• ---• :,„„...„. ....' ..:,„. ) L___..........._......,..,:::„:1.. -„,...,..a:.-„,-,,.„:,_, .....__,,_._.,...,,,,),`...,•;,--, '.1',:-."::L 1, -: ...,' .,2 :•-••_.,..-_- 1.......r.,:•'---.: ,.;.._.,.L.L• l.;. .i'......'.. 1,...... ',:_.1 ..1 ' ''.. '..-.',::.`''.:e..............:.-: .±" ..".1-,...:;, . % • V kiniteBWders . No . : . .. • ''.... ,.--- .i'A V Evattiate ResponkonlIne No —• . V Intemel Approyal No . , v Enable Collaboration with other Usess No Solicitation Details. .1, ,....,.. ...•,,,, ,.',..-,...o.7...,.L,. ,,,,,,...,14,-!:.,3,,,,,,:'. , ., Mandatory Infomnitian • • . . • • .. Solicitation:Tyne' _RFP Solicitation Nuinber 113021 '. . • Solicitation Ninie „Firefighting Appitidns and Fite Service Venicles Procurement Time', Goods, Service's cotultry Si?rayInce/S4te , Canada / Onterio Published Dy- Sourcewell .• Accept gritions Not Applicable : . . . Intel -nil InfonnitIon(For !defile' Use Only)._ L .... Proi:uienientTtile/Pnilect Name ' 1,13021 BrefightingAnnaratus andFIreiSerifiCe,:v .,.. " ,,..i. • . --,:-..7,..::: r,,..,- . ''''''.'ri.'. k'.!!'...:,.'V-....-.',';'".'!'..iN4';X".'A.;i:S...;.,g .'t• 'VFhiciesq..;::::::',---:e.,:: ';',,...:',1 -, ..-: ArNeriliement.y;,*. ,,,,.., , ,., . ,.. „ '..‘ ••••...d, . . . -' • - . . , . ' -. ' • . :. - __,,,,,,..,.:•,...,,,,..z:..... . , Basic Settings '.. . . . . . . „SolictiatiOn iype Open to nil supplien Estimated P3ntract 000040.000.06. Amount ' Publish Date 10/12/2021 Closing Date &Time 11/20/2021 16:30:00CT Publish Option Value Range for this 10,000,001 over Solldtation . Selected Categories IAutornotIve/ Industrial ..• -. .'''.:(.• ..-- ... . . -", . , . ' ,.-; 1 ., Sfriri— Induitrtal VehldeFIretruck%Anlan7,TraniportTrlca,GaermbageTruccais..Bes (scdhoI an.dcormeirlalt:illyTrucks, Rdn:riecontaminaionalltra etratersns 0 0 ,e,id,...n.,,,,,,,„ , . - 1 ....,. _ ....,„, Sourcewell .. • FlrefightingApparatus and Fire Service Vehicles • . 113021 q9111S.D.*•14ari-0#: 641q1).{j06t . .. Detail: • . . Sonioeweloi state of mInninote local gdirOrinienennit and seedceartnierath!e;Is requesting proposals tot FIrelighthigApnaratela arid Flre Seodce Vetrkle to result Jo *cOretOitIng • sol Ranh foi use by lin Pertkipating Entidn. souninneil Pottea1gEetfttesinclude enema..One( governmental, higher edionirtion.02 education. nonprofit; tiibetgovertenein.'end • otIrr pub.& agenBes kented In the United Stateennd CanadnAlutleopyof the nequesttor nroposnts inn Se found on ttie Soninewelinroarreinerit nodal .. . ' . Bitlps://proportni.scencewell-mn.govt orqy p:appsais supmi.t!ed Monti. ttieSourceivelprexurernent Portal nal be cona!deted. Proposals are &repo lane then noninither 30,202t, rit 4;30 pan: Central Tilne, end late proposalswfll not tin considered. 113021 - Firefighting Apparatus and Fire Service Vehicles Notice Basic Information Estimated Contract Value (CAD) Reference Number Issuing Organization Owner Organization Solicitation Type Solicitation Number Title Source ID Details Location Purchase Type Description $800,000,000.00 (Not shown to suppliers) 0000210048 Sourcewell RFP - Request for Proposal (Formal) 113021 Firefighting Apparatus and Fire Service Vehicles PP.CO.USA.868485 Dates Publication Question Acceptance Deadline Questions are submitted online Bid Intent Closing Date Prebid Conference Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Pre -Bidding Events Event Type Attendance Event date Location Event Note Bid Submission Process Bid Submission Type Pricing Pricing Bid Documents List All of Canada, All of Canada Duration:4 years Sourcewell, a State of Minnesota local govemment unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of govemmental, higher education, K-12 education, nonprofit, tribal govemment, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Manual publication 2021/11/19 05:30:00 PM EST No Not Available 2021/11/30 05:30:00 PM EST 2021/11/02 11:00:00 AM EDT Prebid Conference Recommended 2021/11/02 11:00:00 AM EDT Online Conference Login information will be emailed two business days prior to the event. Electronic Bid Submission In attached document In attached document Bid Documents Description andato Documents defining the proposal Yes 2021/10/12 09:26:56 AM EDT Page 1 of 2 113021 - Firefighting Apparatus and Fire Service Vehicles Categories Selected Categories GSIN Categories I .. +°E... r .� - T k` �j Y. ._ tt . 'z,.F� F i, •4 '*YL u .. . 2'. �'�-�' l u, r r� _., t x.. .: * _ a a. .. "k.i t , Goods Goods G xrt, , N42 Firefighting Rescue, And Safety, Equipment Firefighting sRescue And Safety Equipment kv :, N4210P_ .. -, ' : :. -. . .. FIREFIGHTING EQUIPMENT - COMPLETE FIRE TRUCKS AND TRAILERS ONLY FIREFIGHTING EQUIPMENT - COMPLETE FIRE TRUCKS AND TRAILERS ONLY N421 MPING.EQUIP,MENT,. UMPINGPORTABLES (FIREFIGHTING;rbGROUND) a„P'EQUIPMENTPORTABLE(FIREFIGHT.ING; GROUND) N42 Fire Fighting Equipment Fire Fighting Equipment : N4210 AFIRE FIGHTING EQUIPMENT FIREFIGHTING EQUIPMENT ;N4210W ::: FIREFIGHTING EQUIPMENT, SPECIAL, CUSTOMER OR SYSTEMS ENGINEERED PRODUCTS FIREFIGHTING EQUIPMENT, SPECIAL, CUSTOMER OR SYSTEMS ENGINEERED PRODUCTS •N4210B GROUND FIRE FIGHTING EQUIPMENT GROUND FIRE FIGHTING EQUIPMENT '.' N4200 FIREFIGHTING, RESCUE AND SAFETY EQUIPMENT Firefighting, rescue and safety equipment N4210PD TRUCK,” FIREFIGHTING TRUCK FIREFIGHTING k i 4rir# ,.. L� j MERX Category Y. •"J,i..:i 3 `.. 6j, 3� 4 � y CSS i T Y x ii Fit k ya4 r gR - T' 3� i b(1 h't ..i- ,r � i �i �- y �' x nt �' ��d pe!. " - .. .. �� . ui. 'vd�> . :Y 1 ,.��'x _ .. �.nn`Z �. �. ree4.{ � „-.. G • Goods Goods G14 ,UNSPSC Category(1). ... t-.0 t ✓✓ . � h''h Fire Fighting Security and Safety Equipment Fire Fighting; Securityand-Safety Equipment •,- 4} y f Rz:;aL;f .. .. 1 .. ,. r.,c„� ,. x � 4F _if�:�= r .tee r_�. _a -x s� _ _ . t Commercial and Military and Private Vehicles and their Accessories and Components 25000000 '25100000 Motor vehicles �... 25101700 Safety and rescue vehicles 2021/10/12 09:26:56 AM EDT Page 2 of 2 Proposal Evaluation Firefighting Apparatus and Fire Service Vehicles RFP P113021 ,T,dgllc 8.61.MoamW Ree 87764t7,116 CMIO.89811NIBMIIT, PC. CNN. 89 .MFO O, Nonta6ren, IM. 011747f1798Ppare676 Inc DependebMTrvNBTan( U,n2ed - 31Metab,MC rdNS, Inc NeStoppe6U3A MD Fall Garry N,.TrvdD, ltd. roataW n,Iz H?Ted,Em,eenry W61dn S.Meglnr. 11M8,I4ee6.56116d NUB Me C9418.6 CqulplmM,114 36 al 38 33 43 35 40 43 28 39 43 36 290 278 311 315 305 320 265 3II 319 263 271 310 309 319 26C 52 59 55 56 55 60 51 SS 65 27 61 59 61 60 52 71 80 71 75 67 67 72 80 34 79 71 72 77 65 39 37 38 35 34 43 3B 98 40 42 51 56 56 44 60 44 37 60 51 65 57 50 58 51 40 dl 43 40 36 38 40 A 44 N 45 42 02 42 39 lb 163 161 151 1. 169 146 157 180 116 169 156 151 165 151 n, 752 T15 7759 809 686 780 039 590 725 770 767 8C,4S 693 y .. .: ,•,, „22 t9 r <L c.. .. 16� _ "n_..,._15c ..,Y�. .,_4).: t. • i,^.�4[. ,. .1 <v:i_a it,a T'...t 4 . �'3l .__,_u �. SE,< _ M r.»i _.xR',13 mak,. +... t. �E _ _.2 1.91,64C.M.Wf. STD 2LCudwn4ndy.Sd 350,974104., Ire. Knee Manufaduda4 Red9*Induuh6MC Norenbeuer South 841644,11.6SYefer Brshitocb,LLC sp.. Man4MdurMB 66. SuperVa8oum /11•497.4.1.0,176.lheSutphen 68,78, 184 987228, Inc T,Pu6er8San,I22 USN.F4ujnl .J1C W4.9917.6.•ICC b 45 43 39 39 44 b 41 33 31 41 318 301 334 321 324 300 275 tri 271 323 311 245 334 270 63 49 N 65 59 64 57 5a 62 6261 47 53 55 67 80 90 73 67 72 70 86 87 )9 66 60 74 45 35 43 44 36 33 45 44 4030 M 38 64 45 63 69 SB S8 43 49 60 63 52 43 49 53 43 37 M 43 42 44 42 41 44 K 42 33 39 42 SCA 141 168 179 162 179 146 170 173 176 166 120 154 158 831 909 80 852 W2 820 712 T2 785 M3 792 621 762 731 24 - 3 ,.-..,.'. ! I ra. ..4 ,9 '..,: , .:. w., ..• 37 u,. :I r. bM1. � '• SI � :x}"a • •, 2 .. .i. -k--17 .. 91. �OocuSDned 67: DocuSiyllad by: OocuSipned by: {t�tautiit E�aafa�a �CA4 ?" S(�a 1,66 a t lead Analyst Stephanie Haataia,CPIM. Procurement Analyst Craig West, Procurement Analyst Tam Sharhonno, Probrement analyst DocuSign Envelope ID: 155E525E-0447-497A-8527-220D8B9324FE Proposal Opening Record Date of opening: November 30, 2021 Sourcewell posted Request for Proposal #113021, for the procurement of Firefighting Apparatus and Fire Service Vehicles, on the Sourcewell Procurement Portal [proportal.sourcewell-mn.govj on Tuesday, October 12, 2021, and the solicitation remained in an open status within the portal until November 30, 2021, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on November 30, 2021, the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal #113021 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: Acres Industries, Inc. - Submitted 11/30/21 at 12:48:29 PM Alexis Fire Equipment Company - Submitted 11/30/21 at 4:27:23 PM BME Fire Trucks, LLC - Submitted 11/30/21 at 9:37:36 AM Brindlee Mountain Fire Apparatus, LLC - Submitted 11/30/21 at 12:59:24 PM CAMIONS CARL THIBAULT, INC. - Submitted 11/21/21 at 3:03:05 PM CET Fire Pumps MFG - Submitted 11/30/21 at 3:18:40 PM Chemical Containers, Inc. - Submitted 11/22/21 at 8:59:01 AM Custom Fire Apparatus, Inc. - Submitted 11/29/21 at 4:20:32 PM Dependable Truck & Tank, Limited - Submitted 11/30/21 at 1:30:44 PM EJ Metals, LLC - Submitted 11/30/21 at 12:29:54 PM E -ONE, Inc. - Submitted 11/30/21 at 4:23:32 PM FireStopper USA MD - Submitted 11/22/21 at 11:37:18 AM Fort Garry Fire Trucks, Ltd. - Submitted 11/29/21 at 11:48:34 AM Fouts Brothers, Inc. - Submitted 11/30/21 at 10:27:18 AM Hi -Tech Emergency Vehicle Service, Inc. - Submitted 11/30/21 at 3:51:27 PM HME, Incorporated - Submitted 11/29/21 at 2:42:09 PM HUB Fire Engines & Equipment, Ltd. - Submitted 11/30/21 at 10:50:26 AM Laszlo Corporation - Submitted 11/30/21/at 12:55:22 PM Marion Body Works, Inc. - Submitted 11/23/21 at 9:03:20 AM MAXIMETAL, INC. - Submitted 11/27/21 at 8:17:02 AM Metalfab, LTD - Submitted 11/29/21 at 11:44:08 AM P.L. Custom Body and Equipment Co., Inc. - Submitted 11/29/21 at 3:15:41 PM Pierce Manufacturing - Submitted 11/30/21 at 4:18:31 PM Rock River Industries, LLC - Submitted 11/29/21 at 11:40:39 AM Rosenbauer South Dakota, LLC - Submitted 11/30/21 at 8:35:18 AM DocuSign Envelope ID: 155E525E-0447-497A-B527-220D8B9324FE Skeeter Brush Trucks, LLC - Submitted 11/30/21 at 12:29:14 PM Spencer Manufacturing, Inc. - Submitted 11/30/21 at 2:53:05 PM Super Vacuum Manufacturing CO., Inc. - Submitted 11/30/21 at 2:46:11 PM The Sutphen Corporation - Submitted 11/30/21 at 12:43:06 PM Toyne, Inc. - Submitted 11/29/21 at 1:19:30 PM Ty Parker & Son, Inc. - Submitted 11/30/21 at 2:14:55 PM US Fire Equipment, LLC - Submitted 11/30/21 at 9:12:36 AM Ward Apparatus, LLC - Submitted 11/29/21 at 4:19:07 PM The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on November 30, 2021, at 4:32:09 PM CT. All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. EDocuSigned by: 9Ocifte..4, dice..4..• • 15F6CCFFA61 E4A0... DocuSigned by: I ' w+ n V 6EE63AEDED5F46E... James Voelker, CPCM, CFCM, Procurement Lead Analyst Carol Jackson, Procurement Analyst �EgNMENT4N0 nt Sourcewell 7,0 Fq RFP #113021 REQUEST FOR PROPOSALS for Firefighting Apparatus and Fire Service Vehicles Proposal Due Date: November 30, 2021, 4:30 p.m., Central Time Sourcewell, a State of. Minnesota local government unit and service cooperative, is requesting proposals for Firefighting Apparatus and Fire Service Vehicles to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proriortal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than November 30, 2021, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published: October 12, 2021 Pre -proposal Conference: November 2, 2021, 10:00 a.m., Central Time Question. Submission Deadline: November 19, 2021, 4:30 p.m., Central Time Proposal Due Date: November 30, 2021, 4:30 p.m., Central Time Late responses will not be considered.: Opening: November 30, 2021, 6:30 p.m., Central Time See RFP Section V.G. "Opening" Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 1 1. ABOUT SOURCEWELL A. SOURCEWELL 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 facilitates . • .a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements, and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website -based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: • Federal and state government entitiesl; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly -funded academic, health, and social service entities referred to as MASH sector (this should be construed to include but not be 1 Pursuant to HAR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 2 limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; Crown corporations,' government enterprises, and other entities that are owned or controlled by these entities through ownership interest; Members of the Rural Municipalities of Alberta (RMA) and their represented - Associations: MASH (municipalities, academic institutions, schools and hospitals) and -.-. 1. MUSH (municipalities, universities, schools and hospitals) sectors, and other governmental agencies eligible to use the Sourcewell contracts. MASH and MUSH sector refers to regional, local, district or other forms of municipal government, school boards, publicly -funded academic, health and social service entities, as well as any corporation or entity owned or controlled by one or more of the preceding entities, including but not limited to represented associations, Saskatchewan Association of Rural Municipalities ("SARM"), Association of Manitoba Municipalities ("AMM"), Local .. Authorities Services/Association of Municipalities Ontario ("LAS/AMO", excluding the cities of Toronto and Ottawa), Nova Scotia Federation of Municipalities ("NSFM"), Federation of Prince Edward Island Municipalities ("FPEIM"), Municipalities Newfoundland Labrador ("MNL"), Union of New Brunswick Municipalities ("UNBM"), North West Territories Association of Communities ("NWTAC") and their members. RMA Participants may include all not-for-profit agencies for Canadian provinces and territories. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In the United States each state -level procurement department receives notice for possible re -posting. Proof of publication will be available at the conclusion of the solicitation process. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 3 II. SOLICITATION DETAILS A. SOLUTIONS -BASED SOLICITATION This RFP and contract awardprocess is a solutions -based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Firefighting Apparatus and Fire Service Vehicles, including: a. New, remount, or refurbished: i. 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; ii. Wildland fire apparatus, of all types, such as: fire suppression equipment, mobile water supply, and crew carriers; and, iii. Aircraft rescue and firefighting vehicles. b. Purpose-built chassis and vehicle components for firefighting apparatus and fire service vehicles; c. Equipment, options, accessories, and supplies complementary or incidental to the purchase of a turnkey or complete unit of the types described in Sections 1. a. i. — iii. above. d. Services related to the offering of the solutions described in Sections 1. a. - c. above, including installation, customization, remount, refurbishment, inspection, repair, maintenance, training, and support. 2. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Health & Safety, Medical, Surgical, and First Aid Related Equipment, Supplies, Accessories, and Services (RFP #061417); b. Trailers with Related Equipment, Accessories, and Services (RFP #121918), with the limited exception of the purpose-built firefighting or rescue trailers identified in Section 1. a. i. above; c. Firefighting Personal Protective Equipment, Apparel, and Accessories, with Related Cleaning and Maintenance Equipment (RFP #032620); Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 4 d. Firefighting Equipment and Rescue Tools with Related Supplies and Accessories (RFP #040220), with the limited exception of the equipment, options, accessories, and supplies identified in Section 1. c. above; . Class 4-8 Chassis with Related Equipment, Accessories, and Services (RFP #060920), with - the limited exception of the purpose-built chassis identified in Section 1. b. above; f. , Public Safety Communications Technology and Hardware Solutions (RFP #042021); g.::Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories (RFP #091521); and, h. Ambulance 'and Emergency Medical Service Vehicles (RFP #110921). Generally, the solutions for Participating Entities are turn -key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment or products only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third - party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell desires the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1.. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 5 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. .Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. _,5. :Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four years, with an :optional one-year extension that may be offered based on the best interests of Sourcewell and its Participating Entities. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $200 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal, since Sourcewell cannot considerinformation that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 6 4. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. . Either Line -Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line -item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. .Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the. proposer. Additionally, proposers .should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 7 IV. CONTRACT 'Proposers awarded a -contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be _..available for discussion.-. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law :may .result in the proposal being disqualified from further review and evaluation. To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE -PROPOSAL CONFERENCE Sourcewell will hold an optional, non -mandatory pre -proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Supplier Account. Pre -proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 8 this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. iAll questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may.disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re -submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 9 In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technicalsupport posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a•confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Supplier Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 10 To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed." The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and • price that meet the commonly requested specifications of Sourcewell and its Participating ,Entities: The-award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Participating Entities' use. o A proposer's sales and service network to assure availability of product supply and coverage to meet Participating Entities' anticipated needs. • Total evaluation scores. • The attributes of proposers, and their equipment, products, or services, to assist Participating Entities achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARDS Award(s) will be made to the proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 11 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS ::Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received no later than 10 calendar days' following Sourcewell's notice of contract award(s) or non -award and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of $20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 12 state or province; has an officer, or other key personnel, who have been charged with a : serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; :Waive or modifyanyinformalities, irregularities, or inconsistencies in the proposals, received; • :;i Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; - •.: Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and • : Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev. 3/2021 Sourcewell RFP #113021 Firefighting Apparatus and Fire Service Vehicles Page 13 Scu rc.ew:E;:..l 10/20/2021 Addendum No. 1 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is the PDF in the zipped file on the bid details page supposed to be editable? Answer 1: No, the file is not designed for edits by a proposer. Refer to RFP Section IV. — Contract, for additional detail related to the Sourcewell template contract posted to the bid details page for this solicitation. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 10/20/2021 is required at the time of proposal submittal. Sourcewell 10/29/2021 Addendum No. 2 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Are we required to have a vehicle dealer license in the state of Minnesota in order to be an awarded supplier? Answer 1: It is left to the discretion of each proposer to determine the licensures and supporting documentation necessary to best demonstrate their ability to serve Sourcewell and Sourcewell participating entities and to satisfy all requirements included in the RFP, contract template, and the Sourcewell Procurement Portal questionnaire tables. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 10/29/2021, is required at the time of proposal submittal. Sou rceNae 11/11/2021 Addendum No. 3 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Question and Answer to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: In regard to the administrative fee, what percentage amount is assessed on each opportunity to be paid to Sourcewell? Or is it a one-time fee per acquisition? Answer 1: Refer to RFP Section III. B. — Administrative Fees, for directions on proposing an administrative fee. It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 11/11/2021, is required at the time of proposal submittal. Sc.0rcewe 11/20/2021 Addendum No. 4 Solicitation Number: RFP 113021 Solicitation Name: Firefighting Apparatus and Fire Service Vehicles Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: The RFP states Sourcewell is seeking proposals for new, remount or refurbished. Is Sourcewell looking for us to acknowledge we offer remount or refurb or are we expected to provide pricing? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine how to best articulate its offering of equipment, products, and services, propose the pricing approach that aligns with its business methods, and satisfy all requirements of the RFP. Question 2: Line items #1 - 3 of the Portal questionnaire tables address legal entity and subsidiary or assumed names. Clarify whether the subsidiary names will be the brand visible to the participating entity for an awarded supplier. Answer 2: Determinations related to the identification of an awarded supplier's contract on the Sourcewell website, and in related communications to participating entities, will be made after the competitive process is complete in consultation with an awarded supplier. Question 3: Section 18 Insurance.- Network Security and Privacy Liability Insurance —The entity under this -response has had to provide cyber liability what is the significance to this requirement? Answer 3: Refer to RFP Section IV. - Contract for additional detail related to the Sourcewell template contract. An awarded vendor will be expected to carry the insurance coverages as stated in the contract upon execution. A request for modification to the Sourcewell contract template may only be submitted with a proposal. To request a modification to the template Contract terms, conditions, or specifications, a proposer must complete and submit the Exceptions to Terms, Conditions, or Specifications table, which is found as the final Table of Step 1 in the proposal submission process within the Sourcewell Procurement Portal. Question 4: Section D Waiver of Subrogation- How does this apply to this RFP? Answer 4: Refer to Answer 3 above. Question 5: Is delivery required to be included in pricing or are we able to provide pricing and state that delivery is not included. Answer 5: Refer to Answer 1 above. Question 6: Section 2B of the template contract states that Supplier warrants all Equipment, Products and Services. Is it required or is it an option to include service? If service is not included in pricing is additional information necessary? Answer 6: Refer to Answer 1 above. Question 7: ;,;Template contract section 3. A. - Shipping and Shipping Cost — states that a Supplier must arrange forand pay for the return shipment on equipment and products that arrive in a defective orinoperable condition. Would this incorporate supplier or subcontractor? Answer 7: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine how to best articulate its ability to serve Sourcewell participating entities. Question 8: Line Item 24 in questionnaire table 5 includes a request for size of transaction? What is this referring to is this a unit quantity? Answer 8: It is left to the discretion of each proposer to determine the information necessary to best demonstrate their marketplace success and satisfy all the requirements included in the questionnaire tables. Question 9: Is an Entity/Subsidiary allowed to list a product on Sourcewell product list that is sold and distributed by the Entity/Subsidiary, but is produced by a contract manufacturer? Answer 9: The Sourcewell RFP is an open and competitive solicitation process. A proposer is allowed to propose the entire line of equipment, products, and services falling within the requested equipment, products, or services of the subject solicitation. Proposals are evaluated based on the criteria stated in the RFP. Question 10: In Table 11, because of some supplier's difficulties to confirm pricing, can we list a product and confirm the price only after the awarding? Answer 10: It is left to the discretion of each proposer to determine and propose the pricing t:; a approach that.. aligns with its business methods and satisfies all the requirements of RFP Article III - Pricing. Proposals are evaluated based on the criteria stated in the RFP. Question 11: If a supplier is successful with this RFP, the contract would be between the supplier and Sourcewell. If the supplier as an independent dealer network, do the Participating Entities have the obligations to contract with the supplier or can they contract directly with the dealer which in turn the dealer contract with the supplier? Answer 11: Refer to RFP Section II. B. — Requested Equipment, Products, or Services — "... If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract." Question 12: Does the contract allow a line -item surcharge vs as part of the quote vs having it included in publish base pricing? Surcharges can fluctuate so looking to understand if there will be flexibility with the new contract. Answer 12: Refer to Answer 10 above. Question 13: Can a vendor be awarded contracts from different Sourcewell RFPs? Answer 13: Each Sourcewell opportunity represents a separate and distinct open and competitive solicitation. The outcome of an earlier solicitation, including a contract award, has no bearing on the evaluation of a proposer's subsequent proposal. Question 14: In regards to table 2, item 11: If financial statements are provided to Sourcewell for the proposal do those statements in turn become public knowledge? Answer 14: Refer to RFP Section VI. E. — Disposition of Proposals related to the treatment of materials submitted in response to the RFP. Question 15: Pricing is very volatile currently with component shortages. Pricing for each model and options offered within our current quoting system could significantly fluctuate by the time this proposal is reviewed. Would offering a percentage off our current quoting MSRP be acceptable with a few examples at the time of this bid? Answer 15: Refer to Answer 10 above. End of Addendum Acknowledgement of this Addendum to RFP 113021 posted to the Sourcewell Procurement Portal on 11/20/2021, is required at the time of proposal submittal. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 • UsnKosn corporation Classification - Restricted 082025 -PMI Sourcewell ! MASTER AGREEMENT # 082025 CATEGORY: Firefighting Apparatus and Fire Service Vehicles SUPPLIER: Pierce Manufacturing Inc. an Oshkosh Corporation Business This Master Agreement (Agreement) is between Sourcewell, a Minnesota service cooperative located at 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Pierce Manufacturing Inc. an Oshkosh Corporation Business, 2600 American Drive, Appleton, WI 54914 (Supplier), as well as Supplier's divisions, Oshkosh Airport Products and Frontline Communications, as defined in the Proposal. Sourcewell is a local government and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) offering a Cooperative Purchasing Program to eligible participating government entities. Under this Master Agreement entered with Sourcewell, Supplier will provide Included Solutions to Participating Entities through Sourcewell's Cooperative Purchasing Program. Article 1: General Terms The General Terms in this Article 1 control the operation of this Master Agreement between Sourcewell and Supplier and apply to all transactions entered by Supplier and Participating Entities. Subsequent Articles to this Master Agreement control the rights and obligations directly between Sourcewell and Supplier (Article 2), and between Supplier and Participating Entity (Article 3), respectively. These Article 1 General Terms control over any conflicting terms. Where this Master Agreement is silent on any subject, Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms. 1) Purpose. Pursuant to Minnesota law, the Sourcewell Board of Directors has authorized a Cooperative Purchasing Program designed to provide Participating Entities with access to competitively awarded cooperative purchasing agreements. To facilitate the Program, Sourcewell has awarded Supplier this cooperative purchasing Master Agreement following a competitive procurement process intended to meet compliance standards in accordance with Minnesota law and the requirements contained herein. 2) Intent. The intent of this Master Agreement is to define the roles of Sourcewell, Supplier, and Participating Entity as it relates to Sourcewell's Cooperative Purchasing Program. 3) Participating Entity Access. Sourcewell's Cooperative Purchasing Program Master Agreements are available to eligible public agencies (Participating Entities). A Participating Entity's authority to access Sourcewell's Cooperative Purchasing Program is determined through the laws of its respective jurisdiction. 4) Supplier Access. The Included Solutions offered under this Agreement may be made available to any Participating Entity. Supplier understands that a Participating Entity's use of this Agreement is at the Participating Entity's sole convenience. Supplier will educate its sales and service forces about v052824 1 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 UsnKosn corporation Classification - Restricted 082025 -PMI Sourcewell eligibility requirements and required documentation. Supplier will be responsible for ensuring sales are with Participating Entities. 5) .Term. This Agreement shall have in initial term which begins on February 6th, 2026, and ends with an approximate four (4) year term, on December 8, 2029 (the "Initial Term") unless it is cancelled or extended as defined in this Agreement. a) Extensions. Sourcewell and Supplier may agree to up to three (3) additional one-year extensions beyond the Initial Term. The total possible length of this Agreement will be seven (7) years from the effective date. b) Exceptional Circumstances. Sourcewell retains the right to consider additional extensions as required under exceptional circumstances. 6) Survival of Terms. Notwithstanding the termination of this Agreement, the obligations of this Agreement will continue through the performance period of any transaction entered between Supplier and any Participating Entity before the termination date. 7) Scope. Supplier is awarded a Master Agreement to provide the solutions identified in (RFP #082025), Category 1: Structural Apparatus and Comprehensive Solutions, to Participating Entities. In Scope solutions include: a. Category 1: Structural Apparatus and Comprehensive Solutions, including, but not limited to: i. Pumper trucks, aerial trucks, tanker/tender or water supply trucks, and quints; ii. Equipment, options, accessories, components, and supplies complementary to the offering of the unit types described in i. above; iii. Related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in i. — ii. above; and, iv. Category 1 responders MAY include complementary Specialty Apparatus and Equipment and Brush and Wildland Urban Interface (WUI) Apparatus solutions in their response. 8) Included Solutions. Supplier's Proposal to the above referenced RFP is incorporated into this Master Agreement. Only those Solutions included within Supplier's Proposal and within Scope (Included Solutions) are included within the Agreement and may be offered to Participating Entities. 9) . Indefinite Quantity. This Master Agreement defines an indefinite quantity of sales to eligible Participating Entities. 10) Pricing. Pricing information (including Pricing and Delivery and Pricing Offered tables, as well as pricing documentation included on the Sourcewell/Pierce website landing page) for all Included Solutions within Supplier's Proposal is incorporated into this Master Agreement. 11) Not to Exceed Pricing. Suppliers may not exceed the base prices listed in the current Pricing List on file with Sourcewell when offering Included Solutions to Participating Entities. Participating Entities may request adjustments to pricing directly from Supplier during the negotiation and execution of any transaction. v052824 2 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 UsnKosn corporation Classification =Restricted 12) Open Market. Supplier's open market pricing process is included within its Proposal. 13) Supplier Representations: 082025 -PMI i) Compliance. Supplier represents and warrants it will provide all Included Solutions under this Agreement in full compliance with applicable federal, state, and local laws and regulations. ii) Licenses. As applicable, Supplier will maintain a valid status on all required federal, state, and local licenses,'bonds, and permits required for the operation of Supplier's business with - Participating Entities. Participating Entities may request all relevant documentation directly from Supplier. iii) Supplier Warrants. Supplier warrants that all Included Solutions furnished under this Agreement are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Solutions are suitable for and will perform in accordance with the ordinary use for which they are intended. 14) Bankruptcy Notices. Supplier certifies and warrants it is not currently in a bankruptcy proceeding. Supplier has disclosed all current and completed bankruptcy proceedings within the past seven years within its Proposal. Supplier must provide notice in writing to Sourcewell if it enters a bankruptcy proceeding at any time during the term of this Agreement. 15) Force Majeure. Neither party to this Agreement 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 with prompt written notice of the default. 16) Debarment and Suspension. 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 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 Agreement. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time during the term of this Agreement. 17) Provisions for non -United States federal entity procurements under United States federal awards or other awards (Appendix II to 2 C.F.R § 200). Participating Entities that use United States federal grant or other federal funding to purchase solutions from this Agreement 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 Section, all references to "federal" should be interpreted to mean the United . States federal government. The following list applies when a Participating Entity accesses Supplier's Included Solutions with United States federal funds. v052824 3 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn corporation Classification - Restricted 082025 -PMI i) : EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all agreements 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. ii). ` 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 comply with all applicable, Davis -Bacon Act provisions. iii) 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, 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 Agreement. Supplier certifies that during the term of an award for all Agreements by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. v052824 Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 UsnKosn corporation Classification - Restricted 082025 -PMI iv) 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, 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 Agreements by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. v) . CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) 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 Agreement it will comply with applicable requirements as referenced above. vi) 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. vii) . _ 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). viii) 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. v052824 5 Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 UsnKosn corporation Classification - Restricted 082025 -PMI ix) 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. x). _ 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. xi) ;;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 Agreement 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. xii) 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. xiii) FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. xiv) NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Agreement or any purchase by a 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 Agreement or any purchase by an authorized user. xv) . 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 Agreement or any purchase by a Participating Entity. xvi) :; 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. xvii) CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Agreement or any aspect related v052824 6 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn corporation Classification - Restricted 082025 -PMI to the anticipated work under this Agreement 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. xviii) 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. xix) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR. EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Agreement it will comply with applicable requirements of 2 C.F.R. § 200.216. xx) DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Agreement, Supplier will comply with applicable requirements of 2 C.F.R. § 200.322. Article 2: Sourcewell and Supplier Obligations The Terms in this Article 2 relate specifically to Sourcewell and its administration of this Master Agreement with Supplier and Supplier's obligations thereunder. 1) Authorized Sellers. Supplier must provide Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers which may complete transactions of Included Solutions offered under this Agreement. Sourcewell may request updated information in its discretion, and Supplier agrees to provide requested information within a reasonable time. 2) Product and Price Changes Requirements. Supplier may request Included Solutions changes, additions, or deletions at any time. All requests must be made in writing by submitting a Sourcewell Price and Product Change Request Form to Sourcewell. At a minimum, the request must: • Identify the applicable Sourcewell Agreement number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Included Solutions affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of Pricing List with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Included Solutions 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 Agreement and will be incorporated by reference. 3) Authorized Representative. Supplier will assign an Authorized Representative (named in Supplier's Proposal) to Sourcewell for this Agreement and must provide prompt notice to Sourcewell if that person is changed. The Authorized Representative will be responsible for: v052824 7 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn Lorporation Classification - Restricted 082025 -PMI • Maintenance and management of this Agreement; Timely response to all Sourcewell and Participating Entity inquiries; and • Participation in reviews with Sourcewell. Sourcewell's Authorized Representative is its Chief Procurement Officer. ::.4) Performance Reviews. Supplier will perform a minimum of one review with Sourcewell per agreement year. The review will cover transactions to Participating Entities, pricing and terms, administrative fees,'sales data reports, performance issues, supply chain issues, Participating Entity issues, and any other necessary information. ) : Sales Reporting Required. Supplier is required as a material element to this Master Agreement to report all completed transactions with Participating Entities utilizing this Agreement. Failure to provide complete and accurate reports as defined herein will be a material breach of the Agreement -and Sourcewell reserves the right to pursue all remedies available at law including cancellation of this Agreement. 6) Reporting Requirements. Supplier must provide Sourcewell an activity report of all transactions completed utilizing this Agreement. Reports are due at least once each calendar quarter (Reporting Period). Reports must be received no later than 45 calendar days after the end of each calendar quarter. Supplier may report on a more frequent basis in its discretion. Reports must be provided regardless of the amount of completed transactions 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; • Sourcewell Participating Entity Account Number; • Transaction Description; • Transaction Purchased Price; • Sourcewell Administrative Fee Applied; and • . Date Transaction was invoiced/sale was recognized as revenue by Supplier. If collected by Supplier, the Report may include the following fields as available: • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; :7) Administrative Fee. In consideration for the support and services provided by Sourcewell, Supplier will pay an Administrative Fee to Sourcewell on all completed transactions to Participating Entities utilizing this Agreement. Supplier will include its Administrative Fee within its proposed pricing. Supplier may not directly charge Participating Entities to offset the Administrative Fee. v052824 8 • Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 .. usnKosn Lorporation Classification - Restricted 082025 -PMI 8) Fee Calculation. Supplier's Administrative Fee payable to Sourcewell will be calculated as a stated percentage (listed in Supplier's Proposal) of all completed transactions utilizing this Master °..'Agreement within the preceding Reporting Period. For certain categories, a flat fee may be proposed. The Administrative Fee will be stated in Supplier's Proposal. 9)-: <:.Fee Remittance. Supplier will remit fee to Sourcewell no later than 45 calendar days after the close ,.of the preceding calendar quarter in conjunction with Supplier's Reporting Period obligations :defined herein. Payments should note the Supplier's name and Sourcewell-assigned Agreement number in the memo; and must be either mailed to Sourcewell above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. 10) Noncompliance. Sourcewell reserves the right to seek all remedies available at law for unpaid or underpaid Administrative Fees due under this Agreement. Failure to remit payment, delinquent payments, underpayments, or other deviations from the requirements of this Agreement may be deemed a material breach and may result in cancellation of this Agreement and disbarment from future Agreements. 11) Audit Requirements. Pursuant to Minn. Stat. § 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell and the Minnesota State Auditor for a minimum of six years from the end of this Agreement. Supplier agrees to fully cooperate with Sourcewell in auditing transactions under this Agreement to ensure compliance with pricing terms, correct calculation and remittance of Administrative Fees, and verification of transactions as may be requested by a Participating Entity or Sourcewell. 12) Assignment, Transfer, and Administrative Changes. Supplier may not assign or otherwise transfer its rights or obligations under this Agreement without the prior written consent of Sourcewell. Such consent will not be unreasonably withheld. Sourcewell reserves the right to unilaterally assign all or portions of this Agreement within its sole discretion to address corporate restructurings, mergers, acquisitions, or other changes to the Responsible Party and named in the Agreement. Any prohibited assignment is invalid. Upon request Sourcewell may make administrative changes to agreement documentation such as name changes, address changes, and other non -material updates as determined within its sole discretion. 13) Amendments. Any material change to this Agreement must be executed in writing through an amendment and will not be effective until it has been duly executed by the parties. 14) Waiver. Failure by either party to enforce any right under this Agreement 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. 15) Complete Agreement. This Agreement represents the complete agreement between the parties for the scope as defined herein. Supplier and Sourcewell may enter into separate written agreements relating specifically to transactions outside of the scope of this Agreement. v052824 9 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn corporation Classification - Restricted 082025 -PMI 16) Relationship of Sourcewell and Supplier. This Agreement does not create a partnership, joint venture, or any other relationship such as employee, independent contractor, master -servant, or principal -agent. 17) Indemnification. Supplier must indemnify, defend, save, and hold Sourcewell, including their agents - and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell, arising out_of any act or omission in the performance of this Agreement 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 design, condition, or performance of Included Solutions under this Agreement. Sourcewell's responsibility will be governed by the State of •.Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 18): Data Practices. Supplier and Sourcewell acknowledge Sourcewell is subject to the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. As it applies to all data created and maintained in performance of this Agreement, Supplier may be subject to the requirements of this chapter. 19) Grant of License. a) During the term of this Agreement: i) Supplier Promotion. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising, promotional materials, and informational sites for the purpose of marketing Sourcewell's Agreement with Supplier. ii) Sourcewell Promotion. Supplier grants to Sourcewell a royalty -free, worldwide, non- exclusive right and license to use Supplier's trademarks in advertising, promotional materials, and informational sites for the purpose of marketing Supplier's Agreement with Sourcewell. b) 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, resellers, marketing representatives, partners, or agents (collectively "Permitted Sublicensees") in advertising, promotional, or informational materials for the purpose of marketing the Parties' relationship. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this section by any of their respective sublicensees. c) Use; Quality Control. i) - 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. ii) 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. Each party may make written notice to the other regarding misuse under this section. The offending party will have 30 days of the date of the written notice to cure the issue or the license/sublicense will be terminated. v052824 10 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 UsnKosn Lorporation Classification - Restricted 082025 -PMI d) Termination. Upon the termination of this Agreement 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. 20) Venue and Governing law between Sourcewell and Supplier Only. The substantive and procedural laws of the State of Minnesota will govern this Agreement between Sourcewell and Supplier. Venue for all legal proceedings arising out of this Agreement between Sourcewell and Supplier will be in court of competent jurisdiction within the State of Minnesota. This section does not apply to any dispute between Supplier and Participating Entity. This Agreement reserves the right for Supplier and Participating Entity to negotiate this term to within any transaction documents. 21) Severability. If any provision of this Agreement 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 Agreement is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 22) Insurance Coverage. At its own expense, Supplier must maintain valid insurance policy(ies) during the performance of this Agreement 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: a) Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less 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 Agreement. • $1,500,000 each occurrence Bodily Injury and Property Damage • $1,500,000 Personal and Advertising Injury • $2,000,000 aggregate for products liability -completed operations • $2,000,000 general aggregate b) Certificates of Insurance. Prior to execution of this Agreement, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Agreement. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 20212th.Street Northeast, P.O. Box 219, Staples, MN 56479 or provided to in an alternative manner as directed by Sourcewell. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure of Supplier to maintain the required insurance and documentation may constitute a material breach. c) Additional Insured. Supplier agrees to list Sourcewell, including its 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. v052824 11 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn corporation Classification - Restricted 082025 -PMI d) Umbrella/Excess Liability/SELF-INSURED RETENTION. The limits required by this Agreement can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 23) Termination for Convenience. Sourcewell or Supplier may terminate this Agreement upon 60 calendar days' written notice to the other Party. Termination pursuant to this section will not relieve • the Supplier's obligations under this Agreement for any transactions entered with Participating Entities through the date of termination, including reporting and payment of applicable Administrative Fees. :.24) Termination for Cause. Sourcewell or Supplier may terminate this Agreement upon providing written notice of material breach to the other party. Notice must describe the breach in reasonable detail and state the intent to terminate the Agreement. Upon receipt of Notice, the such party will have 30 calendar days in which it must cure the breach. Termination pursuant to this section will not relieve the Supplier's obligations under this Agreement for any transactions entered with Participating Entities through the date of termination, including reporting and payment of applicable Administrative Fees. Article 3: Supplier Obligations to Participating Entities The Terms in this Article 3 relate specifically to Supplier and a Participating Entity when entering transactions utilizing the General Terms established in this Master Agreement. Article 1 General Terms control over any conflict with this Article 3. Where this Master Agreement is silent on any subject, Participating Entity and Supplier retain the ability to negotiate mutually acceptable terms. 1) Quotes to Participating Entities. Suppliers are encouraged to provide all pricing information regarding the total cost of acquisition when quoting to a Participating Entity. Suppliers and Participating Entities are encouraged to include all cost specifically associated with or included within the Suppliers proposal and Included Solutions within transaction documents. 2) Shipping, Delivery, Acceptance, Rejection, and Warranty. Supplier's proposal may include proposed terms relating to shipping, delivery, inspection, and acceptance/rejection and other relevant terms of tendered Solutions. Supplier and Participating Entity may negotiate final terms appropriate for the specific transaction relating to non -appropriation, shipping, delivery, inspection, acceptance/rejection of tendered Solutions, and warranty coverage for Included Solutions. Such terms may include, but are not limited to, costs, risk of loss, proper packaging, inspection rights and timelines, acceptance or rejection procedures, and remedies as mutually agreed include notice requirements, replacement, return or exchange procedures, and associated costs. 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. 3) Applicable Taxes. Participating Entity is responsible for notifying supplier of its tax-exempt status and for providing Supplier with any valid tax -exemption certification(s) or related documentation. v052824 12 Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 usnKosn Lorporation Classification = Restricted 082025 -PMI 4) Ordering Process and Payment. Supplier's ordering process and acceptable forms of payment are included: within its Proposal. Participating Entities will be solely responsible for payment to Supplier and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. 5) Transaction Documents. Participating Entity may require the use of its own forms to complete transactions directly with Supplier utilizing the terms established in this Agreement. Supplier's standard formagreements may be offered as part of its Proposal. Supplier and Participating Entity may complete and document transactions utilizing any type of transaction documents as mutually agreed. In any transaction document entered utilizing this Agreement, Supplier and Participating Entity must include specific reference to this Master Agreement by number and to Participating Entity's unique Sourcewell account number. All Participating Entity orders under this Agreement must be issued prior to expiration or cancellation of this Agreement; 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 Agreement. 6) Additional Terms and Conditions Permitted. Participating Entity and Supplier may negotiate and include additional terms and conditions within transaction documentation as mutually agreed. Such terms may supplant or supersede this Master Agreement when necessary and as solely determined by Participating Entity. Sourcewell has expressly reserved the right for Supplier and Participating Entity to address any necessary provisions within transaction documents not expressly included within this Master Agreement, including but not limited to transaction cancellation, dispute resolution, governing law and venue, non -appropriation, insurance, defense and indemnity, force majeure, and other material terms as mutually agreed. 7) Subsequent Agreements and Survival. Supplier and Participating Entity may enter into a separate agreement to facilitate Tong -term performance obligations utilizing the terms of this Master Agreement as mutually agreed. Such agreements may provide for a performance period extending beyond the full term of this Master Agreement as determined in the discretion of Participating Entity. 8) Participating Addendums. Supplier and Participating Entity may enter a Participating Addendum or similar document extending and supplementing the terms of this Master Agreement to facilitate adoption as may be required by a Participating Entity. Sourcewell Pierce Manufacturing Inc. an Oshkosh Corporation Business Signed by Signed by: ,,c vt w►y Sd wav&1jur COFD2A139D06489... C51EE38204A549E... By: By: Jeremy Schwartz Daniel M. Meyer Title: Chief Procurement Officer Title: Vice President Sales Date: 1/6/2026 1 6:06 PM CST Date: 1/6/2026 1 11:59 AM CST v052824 13 Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 RFP 082025 - Firefighting Apparatus and Fire Service Vehicles Vendor Details Company Name: Pierce Manufacturing Inc. Does your company conduct business under any other name? If Wisconsin yes, please state: 2600 American Drive Address: Appleton, WI 54914 Contact: Carol Frank Email: cfrank@piercemfg.com Phone: 920-832-3218 Fax: 920-832-3218 HST#: 39-0139830 Submission Details Created On: Wednesday July 02, 2025 10:01:48 Submitted On: Wednesday August 20, 2025 09:26:00 Submitted By: Carol Frank Email: cfrank@piercemfg.com Transaction #: 82194105-5db9-4957-ab71-f81862bbbd65 Submitter's IP Address: 147.243.245.174 Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 Specifications Table 1: Proposer Identity & Authorized Representatives (Not Scored) 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). :Table 1 Specific Instructions. Sourcewell requires identification of all parties responsible for providing Solutions under a resulting master agreement(s) (Responsible Supplier). Proposers are strongly encouraged to include all potential Responsible Suppliers including any corporate affiliates, subsidiaries,. D.B.A., and any other authorized entities within a singular proposal. All information required under this RFP. must be included for each Responsible Supplier as instructed. Proposers with multiple Responsible Supplier options may choose to respond individually as distinct entities, however each response will be evaluated individually and only those proposals recommended for award may result in a master agreement award. Unawarded entities will not be permitted to later be added to an existing master agreement through operation of Proposer's corporate organization affiliation. Line Item. .Question Respons 1 Provide the legal name of the Proposer authorized to submit this Proposal. Pierce Manufacturing Inc., an Oshkosh Corporation Business. 2 .. In the. event 'of, award, --is this' entity ,the` . . Responsible Supplierthat Will execute the Master agreement With Sourcewell?.Y::or: 3 Identify all subsidiaries, D.B.A., authorized • affiliates, and any other entity that will be responsible for offering and performing delivery of Solutions within this Proposal (i.e. Responsible Supplier(s) that will execute a master agreement with Sourcewell). In the event of award, Pierce Manufacturing Inc., an Oshkosh Corporation Business, will execute the master agreement with Sourcewell. Divisions of Pierce that will offer and deliver Solutions through the contract, include: Oshkosh Airport Products, a division of Pierce Manufacturing Inc., an Oshkosh Corporation Business Frontline Communications, a division of Pierce Manufacturing Inc., an Oshkosh Corporation Business Authorized Pierce dealers will offer delivery of product directly to end customer/Sourcewell member, in addition to contracting directly with the end customer, referencing the Pierce Master Sourcewell agreement. Occasional orders may be direct from Pierce, Oshkosh Airport, and from Frontline direct to end customer. 4 Provide your CAGE: code:or Unique Entity Identifier (SAM): 04664 5 Provide your NAICS code applicable to Solutions proposed. 336120 Pierce. Manufacturing Inc. an Oshkosh Corporation Business • 2600 American`' Drive "' Appleton,WI y 54914 Oshkosh Airport Products a division` of Pierce Manufacturing Inc.. an,`Oshkosh • Corporation _;Business 1515''County,Road O Neenah, Wl 54956 Frontline Communications' a division of Pierce; Manufacturing Inc.. an: Oshkosh; Corporation .;Business 12770 44th Street N Clearwater FL 't33762 ^w 7 Proposer website address (or addresses): https://www.oshkoshcorp.com httpsj/www.piercemfg.com https://www.frontlinecomm.com https://www.oshkoshairport.com Proposer's.Authorized Representative:(narrie, title; address,email address ,& phone),,(The • representative must have::authority to- sign the "Proposer's Assurance- of Cornpliance" o behalf of the: Proposer): Bid Number: RFP 082025 Name: Daniel MMeyer. Title: Vice President, ,Sales Address: •2600 :American' Drive, Appleton, WI ; 54914. Email: dmeyer@piercemfg:com 920-832-3000 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 9 Proposers primary contact for this proposal Carol Frank (name, title, address, email address & phone): Sales Operations, Contract Administrator 2600 American Drive, Appleton, WI 54914 Email: cfrank@piercemfg.com i Phone: 920-832-3218 10 Froposer's other contacts for thls`,..proposal'> If Name Robert W Schultz any (name "title address email address Title Presiden{ phone) 3 E x Address " =2600 Amencan Dr Appleton WI 54914 Email N/A T n., Phone 20-832 3000 Table 2A: Financial Viability and Marketplace Success (50 Points, applies to Table 2A and 2B) Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 11 Provide a brief history of your company, including your company's core values, business philosophy, and industry longevity related to the requested Solutions. • Bid Number: RFP 082025 Parent Company History: please reference this Zink for a full description of the Parent Company history' : https://www.oshkoshcorp.com/story/history Please also see attached Pierce -History brochure. The Parent Company, Oshkosh Corporation, is a publicly traded company and has three reportable segments: Access, Vocational and Transport, with Vocational being the primary focus of this proposal. The Vocational segment includes the Pierce Manufacturing Inc., Maxi -Metal, AeroTech, Oshkosh Airport Products, McNeilus, IMT, Frontline Communcations and Oshkosh S - Series businesses. The Pierce and Maxi -Metal businesses design and manufacture commercial and custom fire apparatus. AeroTech designs and manufacturers airport ground support equipment and gate equipment and provides baggage and facility airport services. Oshkosh Airport Products designs and manufactures aircraft rescue and firefighting (ARFF) vehicles. McNeilus designs and manufactures refuse and recycling collection vehicles and components. The segment also includes IMT -branded field service vehicles and truck -mounted cranes, Frontline Communications -branded simulators, command vehicles and other communication vehicles and Oshkosh S - Series front -discharge concrete mixer vehicles. Vocational segment sales are made primarily to municipal and commercial customers in the Americas. Core Values: Our purpose is making a difference in people's lives. Our core values provide the foundation for how we live our purpose and ensure an ethical and People First Culture. They signal who we are and how we behave as a company and as individuals. We hold ourselves to these standards in every interaction—with fellow team members, customers, suppliers, shareholders and in our communities. 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 others' 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 business strategy is grounded in the company's purpose of making a difference in the lives of the people in our communities who do tough work. The strategy is reflected in three simple words: innovate, serve and advance. The company innovates customer solutions by combining leading technology and operational strength to empower and protect the everyday hero. The company is developing and integrating advanced technologies to expand production output, improve profit margins and fulfill its purpose in areas such as electrification, autonomy and connected products. The company serves and supports customers with relentless focus throughout the product lifecycle. The company believes that lifecycle services provide a robust growth opportunity while offering stability throughout business cycles. The company advances by expanding into new markets and geographies to move the world forward. The company expects to continue to grow globally and expand into new categories both organically, and inorganically through acquisitions. Business Longevity: Pierce was founded in 1913. Please refer to the Pierce Timeline in the Attached Pierce -History brochure Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 12 ;: What are your. -company's expectations_ in the :: event of an, awards . .. ... =: In the;' eventof award; Pierce Manufacturing Inc. would contemplate a multi-year ; agreement with ;Sourcewell, and promote internally, with the associated benefits through `e proven'cooperative. The promotion of benefits of award, would entail continuous :training' to the 19 authorized dealerships on how best to incorporate the Sourcewell :agreement into their sales strategies :in hopes of gaining increased sales and an understanding ,of what' is _best._for`their customers: Additionally we:_will encourage Sou assistwithy.;�leverrcewell-led workshops and training -to , how best to agreeent to•.continue:to grow our, business age the'Sourcewell,'m 13..: Demonstrate your financial strength and stabilitywith 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. DO NOT PROVIDE ANY TAX INFORMATION OR PERSONALLY IDENTIFIABLE INFORMATION. Pierce Manufacturing Inc. is a wholly owned subsidiary of Oshkosh Corporation. Oshkosh Corporation is a publicly traded company, under Trading Symbol OSK under the New York Stock Exchange The company delivered another successful year in 2024, demonstrating significant progress in its strategy to drive meaningful growth across the company's businesses and to position themselves for long-term success and shareholder value creation. Net sales grew in each of the segments during the year, led by the Vocational segment. Please see the attached SEC Filings, demonstrating to be financially sound. Please also see the attached D&B Report for Oshkosh Corporation. 14 `c What:is,your_US. market share for the ;,: Solutions thatyouiare`proposing? �s .r 74 1 : ,. _ .' � ' r,; I.' �' r ' i ;, � Marketshare information is often found in -the "Industry at a Glance Competitive Landscape or 'Major=Companies" sections` of industry-` reports;' which maybe " included in: acompany's,annual report: These' sections might also :be referred Ito.'.- as Key Players"for 'Key ;Competitors Through Pierce and Maxi -Metal tthe Company is a. leading:- North:American_designer.'.`' and manufacturer of fire -:apparatus assembled on both' commercially available and ,- custom chassis :designed and manufactured to meet the "demanding requirements. of firefighters. 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 sells fire apparatus to. the DoD, ;`airports, universities ,and large, industrial companies 'and in international' ; '' markets.' Pierces, history of innovation, research and development in consultation. with firefighters ,has':•resulted.in a broad product line"that features' a wide range!of innovative; *highquality custom and commercial-firefighting.equipment with advanced' fire suppressionY:capabilities In an. effort.to'' be a" single -source supplier forr_its -: - customers, Vocational offers, a'full line of custom' and ;commercial_ fire apparatus and , P emergency vehicles including; pumpers aerial platforms ladder and tiller trucks ,.. tankers, light med um- 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. Through' Oshkosh.Airport Products;. the" Company�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 are served by the Company's ARFF vehicles: The U.S.:government also °maintains i.a'fleet of ARFF vehicles that are used to support military ;operations throughoutthe`. world. Internationally, the Company's vehicles •serve airports:, worldwide, with recent deliveries to airports' in Latin' America;, the' Middle. East,°;the United Kingdom and• China..The Company believes. that the performance and reliability of its ARFF veli'icles contribute 'to the Company's strong„ position in this .market .` Throw h ;its Frontline Communications'business,.,the-Com the -Company leading 9. P 9. manufacturer, system designer and .integrator of command trucks and Oshkosh Specialty:Vehicles-branded'military simulator shelters 'and trailers: The'Company.'s vehicles: have,; supported, disaster 'relief efforts: for FEMA• and everyday incident response for federal end 'local law enforcement, emergency' management -agencies . . and ,fire ;departments.: ` - 15 What is your Canadian market share for the Solutions that you are proposing? Our 3 Canadian dealers do sell through our Sourcewell agreement and we report those sales as "Canada” sales, since the member/customer number we have to report, is found on the Sourcewell Canadian website (Canoe Procurement) 16 „ :� Disclose ail current and:'completed , bankruptcy •: proceedings for`:: Proposer and any included possible; Responsible Party within the': past seven years Proposer: must.provide notice in writing."to Sourcewell if; it,enters :a bankruptcy . of this ing aev any time during:the pendency,: v aluation :': N/A �`� Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 17 How is your organization best described: is it a manufacturer, a distributor/dealer/reseller, or a service provider? Answer the question that best applies to your organization, either a) or b). 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 Oshkosh Airport are best described as a (b) a manufacturer. Our products are supported and sold by authorized dealers throughout the U.S. and Canada. The Pierce Dealer network consists of 16 U.S. based dealers and 3 Canadian based dealers. Each dealer has been contracted for designated, awarded territories, enabling them to service local fire departments and municipal government officials. The professional sales network consists of more than 300 sales representatives in the U.S. and Canada that are dedicated to provide first responders with the highest quality apparatus... Pierce also offers local parts and service capabilities through our dealer network, to help municipalities maintain peak readiness for this vital municipal service. Oshkosh Airport Products offers both direct sales throughout the U.S. and International markets, as well as sales through a majority of the same authorized Pierce dealer network. Frontline Communications offers sales throughout the U.S. through the same authorized Pierce dealer network. 18 .. If applicable,: .provider: a; detailed explanation.; •. outlining the licenses 'and certifications .that areboth required to be:held, and•. actually, :° held, by, your organization (includingthird- partiesand, subcontractors that you use) in pursuitofthe business contemplated by�-this. .• RFP.:' • :. :. . ' �' .. r .' Pierce hasobtained and maintains all appropriate. licenses for sales, manufacturing, motor vehicles, and 'dealer licenses in accordance with state laws. The : Pierce' dealer network has independent licenses asrequired bylaw in the state ,in which they sell. Oshkosh Airport end Frontline Communication licenses` would be under. Pierce Pierce products are manufactured in accordance to, all "relevant codes, standards and industry'best•practices. �We''hold our, vendors accountable°;to the. -utmost standards. Beyond ISO"certificationsand`compliance, `we require our supply chain of major '~ components to-obtain.a _score of 80%-;orabove on supplier 'quality audit performed,' by Oshkosh Corporation supplier quality.' -, :. • .' Pierce Manufacturing Inc., including Frontline Communications are ISO 9001:2015. Certification recertified `April 2025. In addition, Oshkosh, Airport is; ISO 14001 certified... 19 Disclose all current and past debarments or suspensions for Proposer and any included possible Responsible Party within the past seven years. Proposer must provide notice in writing to Sourcewell if it enters a debarment or suspension status any time during the pendency of this RFP evaluation. Pierce Manufacturing Inc. has not had suspension or debarment that applies within the past 10 years. 20 - Describe any,: relevant•'industry'awards or. " `- recognition that your company has received in the. past five years. ~:..: ., :." .:; : - - :. :;„ _ • .: r *; Pierce Volterra Electric Fire Truck Named 'Coolest`Thing Made:; in; Wisconsin 2022' * Pierce ` has been recognized for our work with Veterans with the Seven Seals Award for meritous leadership and initiative in support of men and women of the National Guard .and' Reserve. "-Oshkosh Corporation Earns 2025 Military Friendly Employer Designation: • = https:Awww.oshkoshcorp.com/news/2024/11-11-24-military-friendly-employer, " * Oshkosh Corporation (NYSE: OSK), a" leading innovator of purpose-built vehicles and equipment, today ; announced that it has earned • the 2025 Military. Friendly® Employer -designation. This :marks the 14th consecutive year that Oshkosh Corporation has been recognized for its' commitment'to. creating meaningful career opportunities for veterans and their spouses, helping to enrich their lives and support their -fu futures. ExtraordinaryEmployer Support Award: pa;no narp m/blog/2025/05-30-25-extraordinary-employer support award , , * Dana ,Earns .ani Automotive News PACE Award for Multi -mode, ;Power -split Transmission System- The Pierce Volterra pumper technology consists of a proprietary Oshkosh `Corporation patented •parallel -electric drive train featuring .an,- electro -mechanical infinitely variable transmission which allows zero -emissions operation when -powered by the integrated onboard batteries. • *: Piefce,.Volterra Electric.Fire Truck Wins a ;Popular. Science 2022 Best of: What's, New Award' ,; : Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 23 List all state, cooperative purchasing agreements that you hold. What is the annual sales volume for each of these agreement over the past three years? Pierce is currently contracted with four national cooperatives and five state -level cooperatives. Contracts shown with an asterisk include Oshkosh Airport products. National: Sourcewell*; H -GAC*; NPPGov* and NASPO * State -Level: LaMas, BuyBoard, Florida Sheriffs Association*; Ohio Buys* and Costars As a publicly traded company we are unable to provide specific figures, but a substantial amount of our sales are derived through cooperatives. 24 Ai•1 S List anytGSA contracts or Standing Offers and Supply.,Arrangements (SOSA) that you ;,� hold What is the annualsales volume for each of 'these contracts rover the past three . years, `?„ a ' Pierce currently is• contracted with GSA (General Services Administration) under contract GS30F021 DA r We are unable'o provide•'annual sales volume �i. ... Table 2B: References/Testimonials Line Item 25. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Enti Name x u . Contact Name * �; hone Number *" Oklahoma City •: Brent Pierce 405-627-2088 * Rockford:Illinois sh',' Chief IVlatt Cortlonrner af,r 779 500=6533 *,` Minneapolis, MN Airport Commission Kevin Taaffe A.M.F. 507-838-1036 * Table 3: Ability to Sell and Deliver Solutions (150 Points) 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. Liner Item Question. Ret ons. 26 Sales force. Pierce Manufacturing Inc. sales force is well represented throughout all 50 U.S. states and all Canadian provinces/territories, and the Sourcewell and Canoe Procurement participating members are represented by the authorized dealer network. The sales force supports customer requests, trade shows, warranties, customer bids and the management and configuration of the truck order. There are more than 300 sales representatives in the U.S. and Canada dedicated to provide the highest quality apparatus to the Sourcewell Members. In addition, the sales force is comprised of legacy tenure and new generations. Many of our sales representatives have past history within the fire industry. The network of sales providers includes a Pierce internal sales team and a dealer network. The intemal sales force is led by the VP of Sales and Sr. Director of Dealer Development. There are 5 Regional Vice Presidents, one of which manages Canadian sales. Frontline Communications and Oshkosh Airport are represented by 2 Regional sales leaders. Direct sales, covering govemment sales, are represented with 2 employees. The internal sales team collaborates with multiple departments within Pierce, including finance, order management, graphics, marketing, truck owner teams, to name a few, ensuring a successful and quality build and delivery to the dealer network. Both the internal sales and dealer network are well versed in cooperative purchasing processes. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AG361B-EA37-4256-88FA-9FFA0953E9B9 27•:;,.!.;! • .; -;•'-!•;-, -',:',.•.,:.',:i-,- ''-'•-•'• - :;';':-:-;;;•-; . , -'''•::'-'' , • . ,.. - ....„ ...• ,.." V.!'.','• - ,:',,;.'.:4... ,:,.;:-,•...,,. ,:",..;.;.•••;11:ri,v, ::::i•--0:i,i-,;,-,-,,,,,,,,..!-;.;•,;.);',.;'' --r,.-fi',.-:f.,,, :50 ..c,. -,',)::: .,-'!::'" .. '...,',..14,j. ;•,•;' '•;.''•;'•,'4'.:;-t-, Describe the network of-AuttioriZed":-Sellers . '; who' will -deliver,- Solutions, including dealers, i! distributors, .reSellersiz"and".other'..clistilbutldh!;• methods." : ;,!-'-'•-•:'-;•",:;:;;;''"! ' •;" .!•!"--!!•.i.-=-t- • ; :-;;;!"----•;:i' •4; ::'!--:. ';•;: ! '; ;;-•-•-• • - • - - ; ••••'-'" •-, '''•";:ii.,•; -,-:!;.:' - "-. ' ' !;•'• .•• t ''."---".-'''..`''''; --';'-'!"•°-7' ''-:': ' ':,'''‘'' ',--:- ., •• • ,, ., ., • . . , - : , , , , ,. • „ . ••. ,,. . .• .„ ....,- .... „ , .. --,- ;:: - " , .•••::•-•?- - :-.-:-:••:',`,-'--;•.:,-;:::: ,:-:, ‘'-..-! ',•,•,.,..• :::,'•,-; ,-,:,.,'., ,. -,:•'.::t.,,=,-.4,...:1:!p %,,,.:•..-„: t. ' ...T:-.. 1•;:i'..., .. . . . . - :-•,,,;.:,:i,:-,.;::: .iy-•.' , F1,-'1f,--/:T':i:`,ir,-;•'1.:-,' , . • .,. . .., , ., -,-•.•-•:4:-.,,-.4,-!A.,-!,!!„.„•!--.!••• , .:,!, ,:::. .,!,;„1-:;:;•-t - .r?.: i.,:c.',,,,;:. :,;;,•.,,- sr, (f:i . ' ,.. '''' Z.•';';'..k);,:i. '.....1'....:-.. - :Id, ..:14 .,.:'f ,. .1, 0, — • . :'''!.. - • '','' -":'.';'..,-- '' ' •• -,-;;,„-..';',.,:,.i.-:44‘,.,4-,','-i'd. - •-•-•-,' '''' ,-, - !.4. -7.; , :;-,4;".- '..• - , '' ••'-'••:;-;,-,,,,,t",'"'::: " ' ' , ' , ' , As previously•nOted,:Pierce is Well equipped to serve all 'Sourcewell Members under-, this agreement, -vie:: an expansive authorized ,dealer netWork!.The-•dealerletWOrk' i6',„":,:,,r, Cortiprited:."-of15..t.t.S::Oesed dealers and 3 Cariadiari;basacl:•deelere.-,;'EeCh dealer has been &iritraCtad,:for:•desiOnateci,. awarded fterritories, • enabling theni'..-tcservice local • ; !';' fire departments and•;•municpal :government; officials..•;.!;;;-;"--,-- ..- ',..•;, • •.. •:• .• . !,---..c • , -- „: .„ -,- ,;,- - • -,.--;..„,!:„.-A:,, ,„ ' : ,•-, '• --, •-• ,--, : • ,,,,- .'',••'',4.z ''--;:i•-•.' ',:- - . : ' --• .1 ••• ,..:. • .., !,- - •-- ,2-,-t`'-s-,L, ..i--,,, ;.:. „;• '- ,•=';':""." .,-,:;:,,,7'. '• ..-• •,,:.- ,,r;,:-.,„; ', .:- Oshkosh Sourcewell Members:' through authorized dealers in .adeitiO.n,', to",.abilingf:direct:.:Thel:.QShkesh dealer,-netvicirk• is'the..:16rget ...in :lheaieriOrt"'iriOLiStfy;,*ipi`C„..;"- . .• .,-. , highly-ekilled.:prcfessionalstrainecl '.far',1:2PF.' The airport clealernetwOrlsjs": comprised of.,‘12-,iik.1..p::fbaSeddealere's,(One. being' a" paiistaervi*:egrapfripnt).:aficl;„?:'Canadian':;;:„'S;:i.'-: •.';,') beSecl,,idealeis.:;taah::ddeler haS)•been;"dontraCtedlo(..cioijgriatOi awarded territories, oialiiiiiialheM:i0::,,io, Kii0,:theii.'ldbil-.4irPOCtS.,';',4',;""z-4,1!;;;;Tt °•„-:,.::,:'''!•::•.'":!,::'!V4il',T-",.!;;;!!=';'-- ,; ''",•..,• •:'-•;.=--;;.„-- •,•..--•;;;•'•-•-•••.•:;:!••=2-i--...:!:',- .: •--..-;..°, .!„-;'.1•.:•-,..,"•••%'''..'::,•'''.!':'""-:-.-;`..es;4"-:".;',.'?-,•.. ,....„ :., PrOntliiie,:COmninicationdefiliers their Solutions through the Authorized :Peeler, network. ' ,...•-•'•••.: ::::';',:'',J), ';''''''''.:•-•-'''' -•,-' ' .... , ,. ''; -z-..i.,- .-•.,, ',',";..\-' ..,•';,'-'.,`:.;:,;,'..,. ',.';;;‘;'..";,1,;::,'-';','"•= '.... -..'..,1; ...;;;;.!:'[,::',':If:1•::::.,'-':.; :... Refer- jo tattached Vaaleratilp TertitorieS", MaP.Pdf,'; and: AiitlionZecf-'beele.bitirtgodt-in ".":.,-=.: ;,•:, 01,0'.'":4,4ii9Pa!!.:.d9,6:110!•••§':folder.;:'',•:, '-•.".': ':''":',""'..'`,".•."::'''';'''';':;;f""; -"e„,,'....,1"4;:.•,•,', ..,..1"'r„:.;:q:••4•V.,...:Ka'-.:.'1.':•;',`,•-•':•.•-,:iv..:.••-,-,' ,,:•• 28 r- - Service force. -.-. . --......• — ;, ; ,.. • ;. • . Pierce and its dealer network offer a wide variety of Aftermarket services to assist customers with the maintenance of their Pierce branded products. The dealer network * has over 950 technicians and 127 service locations to assist the Sourcewell member. . 29:•:•-•t z!,-.• 4t.•;-„;.r..i•-•,;;:: i...,..5:.i.:‘,....i..-- ::;;;;;-:,•'• •-',..i••••-; !•••.!•;;'..:---. -!;,';..1-- .c")':,•:. ,-,-"..i'!i',•'•' ; .,.:!., . . ... 1.-:`:-='''i -....., :••••'..-.:1;:;.;;;,-•;-•;;;: ...,:-'';r:%-, . ... . .•;;•:..-1.:"o Describe.- the,:ordering.!prodeSs.:;lf!-'ordera.-will4, bet:hendledby;.diatributors;,!,cleaters!!!or •,!;-‘k:•.:r;. others,:•explain;=,the;teS0ectiVe!thieej-teltethei PrOpidser!ancti--6thera.r.,--k•'i,-;L:',.':::.''''..k.lt:;•---..-',",::',•'3:. V V.•. . '14 •,;':',•-(,.tsiii•*-f:;;;';':',1 .1,,'-'•'' ..:•-:-,•(;:. ' .:;'• .,,,":!•,,i,Tt ";-I....',1'•:•,(.;y,::: • "... • ';•":•,',-,-.;; ....".'f •:.--,', ..-,s.-.iN:_.k..,..:0 -....i....:5 -."-;'•;;:r••: - - 4",:',1,,':". :;•,...;...-4•,....„..,,, .; "• ' ' _ • , -,,:;'•"..:3 -• ,_ e,,.,-... •,:•:;-. .. ;-••••ii-•• :•1*"..t.-- • - ; ..; , -;;;:.--... --,i,:-„,„...,, .--... V V -- ':.7Ordering,•-proceie!ae:3!OleiCe,';-elloWingtor,consiStency;,--wittt ..„ . . , ' .. .. . , .. . • ..-,t.,-"-'-:. -..'•', - - ' ;',' ', ,•,•'• • °V -lc .:-: • - -----:•• - GiVen:.-the'.."cdstamizations!.of Pierce PrpOucts::A-custoh:(titlilrtrqcltrbditcler software called PutSe',',•i;!!iiedthro'OgtioUt.-the ordering'proceSS.;-,The;:iiiitiat:sale:!iS'-cOrnpleted:between!„,:,- tneend,;',CtstoMet;:-!(Sodrce*ell member) shd, the authorized ;,Cleaidi;Miihir(*o***:;',41 ,.. the!!deeler-,*ill!.Cliedse<„--iniong=milltiple'fcualoin -OptiOna,46"bOild the rtnick;1-,',One';'Of'WhiCh, "•,,,,,; is':the.$OificeViiell!;cehserliyin ' option, to cOnfigiirer.td::the;CUstemers specifications. The :.- pulse system ' is used throughout the supply chain jrOrt;orcier to.. final shipment. The :,..., softvi'mee:. iSisUppOrteCi,:intith 'internal Pierce coMmunidationlooli•SuCtf!istmorkilqW,.-Online... acheduling;-!buildi-StattOyanc o'compietetruckjibtary,oloyvirig--the,Clealer-46:acCurately;,:::: : • cbfriraunicata'idetaili',46 the end CUsfaaiei.saiiciJ coordinate with internal sales operations. -;- Specific to 'aeleOting'?"•the'-•,SOurcewell COoperatiye, option, • he-•SoftWai*ja,,,,Confid'ul-ed'ACI:c."•:,,..,.;. genei"ate,the''.eisociefed.'dooPeretive:"Iaes'• aiid!doritrab(a6160,....fdr:ACiart:Orli' reporting to ':,„: ... ,_- ,... Sourcewell. Additionally, the software generates Apiciiisil.ailS':-Ior`monthly';:addits,',eh*.iring • -.• . . ... ; Pierce:dealers are complying with the' Master•-iokgreement'Orioing•')anO-4.,•terma;:,-..- z• •,:-••-•! ,• ,;,..--;.-,;; ,-; -;„,j-,."-.!,,,:. , ,-,. , ,;-;.•:•,.. •:„. -; ,-:- ',... ;,'• ..--,='.1; '',-;,-,i, — ' •,,...- :::••::',',--;'..;;•••:,•4-"2",-: '';.• ''---•--.-"•:'::1-•-:' Oshkosh 'AirOOrt:'n,a0;fairithed,Abei.piiirri,;•iiistaricapfr,';.pills4,-•.'that-',folloWs:the;!serite:r.:•,;.!--,.-,-,;,A '.,.,,,'..f„.:::,,, the. clealet:'netiiork;'.andinternal roles. , ';',--- -,'H''-',',..;'-' -,',,,..,,,--f-;-...-,. -- • -. ' . --•• „:.--- :'.-, :'-.--,:,,'-,,yL '... • ' ...,'.:', .,. --:'...',.;:i E : — :. : .,• , '''''''''' " ''' Frontline "Communications ' is currentlynot the PierCes,'Pulse system, however products are priced" with :CoOperatives ".and ' ititernel.,Tnettode'iarel:OseCtlp:allow 'for' --•;•-. ClUallerlyreportingi-A-priiject is under way to Integrate; rOntlirie'into.•the Pierce 'Pulse ::' 't. tool; with an expected go -live date in 2026:";:: •••::. -- • ;-•-;-•-• -,-;:.. - ; ; •••=.• ., .:„!-- •-,-,- - . = - . ;-. -. ,, „ :-.., ..- . Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 30 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 that help your providers meet your stated service goals orpromises. : .. •., • E.".: = Pierce is staffed with industry -certified professionals to offer customers 24/7/365 support. Every customer matters, so trusted service technicians work hand-in-hand with our dealer network to provide our customers with solutions, in-house or in -field. Pierce dealers are the single -source experts for parts, training, warranties, and aftermarket service: The dealer network spans across the U.S. and Canada and offers 24/7 warranty assistance, chassis preventive maintenance, repairs, communication system upgrades, mobile service unit fleet to the customer, maintenance and operational training. ON-LINE FACTORY SUPPORT Aftermarket Support is available to Pierce dealers and customers. www.Pierceparts.com connects customers to an online parts catalog, components catalogs, operator manuals, select service manual groups, service training information and select learning modules. With millions of dollars and 100,000 square feet dedicated to inventory, Pierce stocks a robust parts supply that responds to every maintenance need for the life of the vehicle. FACTORY HOURS OF OPERATION Pierce 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. Customer service core hours of operation are Monday -Friday, 7:30 a.m. - 4:00 p.m. CST. Factory technicians are also on-call for after -hour support, available 24 hours/7 days a week. MASTER TECHNICIANS Certified master technicians are available via phone, email, at the customer facility or at a Pierce facility. Factory direct or regional training is available and offered for the customer to schedule at any time. PROBLEM RESOLUTION Should the customer identify a product or service issue, they can contact their local Pierce authorized dealer, since they are the customer's first point of contact. Pierce has established escalation paths for technical support and product support with Out of Service requests having the utmost attention at the dealer service level as well as the factory. Additional there are daily metrics and meetings to review all escalations. Our Effective Dealer Program will take into account parts support and investment, training stats and investment, and warranty support. 31 .x Describe ,your'=ability:and ;willingness to . x ' provide<;your:-products .and services to Sourcewell participating entities 1 R P r Pierce (including ;Oshkosh Airport and,frontline ;Communications) has the ability to ` V service Sourcewell `participating entities throughout "the United •States, through its authorizedi;dealer network ;The dealer network has=•an; established•sales-: Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 Table 4: Marketing Plan (100 Points) Line ,: Item :. Question, Response *� q 37 . - Describe your marketing strategy for All programs that Pierce Manufacturing is awarded are promoted equally for fairness and . .: promoting this opportunity. Upload consistency. A link to each consortium located within . the footer on the website at representative samples of your https://www.piercemfg.com/. There is an intemal Sales Handbook that contains reference to ;.. marketing materials. (if applicable) in contracted cooperatives for our dealerships to reference. Definitions of Cooperative . - :, = : the document upload section of your Purchasing and Consortium in PierceopediaTM: response.: •• . https://www.piercemfg.com/pierce/pierceopedia. Blog What Is a Consortium? 5 Benefits of Fire Apparatus Consortiums: :. https://www.piercemfg.com/pierce/blog/benefits-of-fire-apparatus-consortiums 38:`i;,..;., Describe your use;•of�technology._and;:#-. Pierce -has: a dedicatedicmarketing;team that manages _our,website -and.;social" media to , digital data (e:g. social: media '_ metadata.:usage) to ;enhance r educate -customers on,:new and existing products:, Our authorized'dealers have established' websites and utilize social media•platforms 'such;'as X Instagram,:and Facebook to share ' marketing's effectiveness: t. , .; messaging..;, -We .,are ,able to" track analytics our followers-;through•'these platforms 3; 39 .-, . In your view, what is Sourcewell's role Pierce has had success with the previous and current Sourcewell awarded contracts and in promoting agreementsarising out of continue to see increased growth with repeat and new customers using the contract. this RFP? How will you integrate a Sourcewell's role in promoting our Solutions is primarily accessibility to customers and/or Sourcewell-awarded agreement into - their associated procurement officials. Additionally, we appreciate the extended training that your sales process?.: . . . has been offered by Sourcewell to our Authorized Dealers and would like to continue with those offerings to assist with promotion of the contract and ultimately a sale for Pierce. For continuous improvment, the Pierce primary contact has been engaged with Sourcewell's Sr. Supplier Development Executive in regular cadence meetings, which has been beneficial * l • - for awareness of our custom Solutions, FAQs from our dealer network or Sourcewell Members, and review customer usage. It is our expectation that the communication and . cadence meetings would continue, so we can make improvements on leamed experiences and continue to work in a joint effort to educate end users on how the contract can best fit them. The awarded agreement will be integrated into the sales process by offering the end customer a means of efficient procurement, and a competitive price. 40 ;. Are .• our. Solutions; available throw h y g � Our.;products and services -are notot'available,through an, e -procurement process. due to the; ;., an e -procurement. ordering :process? If . so, describe your'e-procurement i `' system :and how governmental and 1,. , = not t; within our ,. complexity and customization ` It has been- determined this: platform does°_fi business model; educational customers have used it:.., ... Table 5A: Value -Added Attributes (100 Points, applies to Table 5A and 5B) Line.. Item Question Response 41 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. Pierce offers training in several ways to Sourcewell participating entities. - A customer can request factory personnel to provide training which is available after the sale or added to the sale. - The authorized dealer may offer training, introducing the customer to the dealer's support team. - The customer may choose to attend regional training classes offered throughout the year. - Pierce Parts provides resources, manuals, diagrams, training and technical support. All customers receive a Delivery Orientation class prior to placing the apparatus in service. 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. Additional training is offered through the Oshkosh Product Training Center, offering courses focused on the vehicle chassis and firefighting systems. Costs for 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. The training website for Oshkosh Airport ARFF classes is: https://piercemfg.csod.com/login/render.aspx?id=arff Training that is included in the sale of the ARFF apparatus must be redeemed within two years of the apparatus delivery. * 42 i ____ : Describe: any technological Y advances that, yourproposed°t;< Solutionsoffer: ' : : .._ ._._.: _.. _... . - :, = : Oshkosh Corporation; including Pierce Manufacturing Inc.,is a deader in innovation and each, ; of our products and technologies are'designed with customers and;, end-users in mind The ,• following are recent technological advances that our. proposed Solutions offer •;Pierce:Ascendant® Class of Aerials:, The Ascendant Class of Aerials was'bnlliantly engineered to equip firefighters with more aerial choices than ever before. Whether it be weight restrictions,compartment space, preferenceto ride rather than 'climb, the lower cost of ownership ,or rescue; capabilities, the Ascendant technology provides flexibility and a wide range ofoptlonsto meet each departments needs:, _ _ ... _ .. - : ___ Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 Describe any "green” initiatives that relate to your company or to your Solutions, and include a list of the certifying agency for each. Bid Number: RFP 082025 O. • .E -coat Corrosion'Protection:° Oshkosh's electrocoating '(E -Coat) immersion process provides coverage of complex parts'and a uniform thickness without runs or drips. E-Coat.:delivers a superior -corrosion: and, chemical resistance, while "maintaining a high-quality, 'resilie nt surface for paint•of_any color or finish. • •Pierce `Command ZoneTM: • features designed to . provide an enhanced .vehicle interface experience. Ranging from the 7"" color'touchscreen display to the full ClearSky IntelligenceTM' solution -.;Pierce°:offers. the level of_ control, diagnostics, real=time data and prognostics your department needs: - , • Pierces -foam° systems 'help you perform way beyond the capabilities of water alone. The Pierce HuskyTM foam systems' (including- HerculesTM'CAPS, HuskyTM3 HuskyTM 12 and, Husky Industrial) The handles, foam viscosities for; Class A and B' 'fires,-,:fromAlcohol-, ResistantAFFFi'to,'Class A: foams. Plus,;'• Husky foam''systerns allow for `auxiliary foam pickup�so;you scan run`inultiple' types of foam -"at -a, moment's notice. Its,'easy ;to'operate and `automatically 4adjust: foam , output to', the proper 'percentage: • • Pierce®--ClearSky.'.Intelligence: connectivity: solutions: Gain performance data `and reporting • on .more"than 100. data:.p'oints, enabling fast fault troubleshooting, comprehensive operational. - vehicle monitoring; efficient maintenance: planning and precise budget control. • Pierce Idle:Reduction Technology: Perform on"and off the-scene,:in:open and closed spaces,: withless•_wear:on-:firefighters": and the,truck. Pierce® Idle Reduction Technology. pairs automatic diesel engine' controls with high-performance lithium -ion batteries and lead -acid batteries:<Power!NFPA1900 required' -devices, user -defined mission critical on -scene loads, and : HVAC climate control;with -the main; chassis :engine shut down for one hourof run time at!150:amps ;Featuring;;built-in'safety. interlocks, and Pierce,Command. ZoneTM',auto-startfor battery power monitoring, and engine re -start,, depaitrnents can work more,- safely and;- efficiently:- withoU( ,aeConcl. nd;efficiently-without='asecond. thought., Pierce` Idle Reduction" Technology is an 'option `on new_ apparatus and- as anfaftermarket'. solution. ' - •:,HAAS Alert Collision Mitigation: HAAS Alert's'Safety Cloud is a cloud -based collision mitigation service:.that`sends real-time digital -alerts to drivers in their'vehicles as they approach ,first= responders: en -route , or :on -scene at accidents: The °goal is to 'connect' responders,and their:vehicles-to, the communities thatthey serve.; - ,. • PACCAR MX -13 Big '.Block Engine• •.•Pierce PUC' .:;.the first, moderntilt cab 'emergency response vehicle" designed specifically • for: the response duties-;of;today's fire services now. with capacities of up to 2000 gpm. ▪ Snozzle: The/Pierce Snozzle advances elevated waterway response with a:compact yet capable- design. Its. lightweight, small_profile pedestal maximizes available. storage, `while its piercing•,nozzle`high;flow discharge, 360=degree` rotation and optional -dry' chemical secondary agent,multiply, frefighting':performance - T-4,&Independent Suspension: custom, built fore Pierce: chassis. The TAK-4 Independent Suspension" system maintains thefeel of the road .with outstanding steer -ability ' and a • dramatically smootherride•,over any surface ,A tight steering system, torsion bar independent suspension and high-performance braking maximize control. It makes a 12 -ton fire. apparatus feel .like an SUV.; Includes "TAK-4 Independent Front and Rear Suspension. *Oshkosh,Airport TAK-0 Independent. Suspension: The TAK-4® Independent Suspension , system; a standard integration on all 'new Striker® Aircraft Rescue and Fire Fighting (ARFF) vehicles; marks a ,revolutionary enhancement in emergency response vehicle technology. • Designed to .tackle' -the ;demanding requirements of ARFF services, TAK-4- provides excellent vehicle mobility; exceptional driver feedback:and the: wheel articulation necessary for high- performance' scenarios'. • • Oshkosh®S.nozzle® high -reach extendable turret- (HRET):- arms, you against the. greatest, most extreme ARFF threats.«Choose;frorn a 50 ft.- or 65' ft."extendable boom. Unleash your attack from'every;.angle, -- in the air, .on_ the ground, far below grade. Penetrate .fire:on both . sides;of•the-aircraft with intense precision. -Cool tight spaces through 'doorways and over wing- exits."withoutrever TSteppinj foot inside the plane ' *OshkoshmStriker®VolterraTM'Electric ARFF: Efficient Responsive. Unprecedented. The - Oshkosh& Striker® ,VolterraT"' Electric' ARFF :is _meticulously engineered to channel mechanical power'.and battery power -to maximize driving and pumping performance` while • reducing fuel cdnsumption',and emissions. Oshkosh®;,Snozzle® '„the'Oshkosh® Snozzle® high -reach extendable.turret:(HRET) arms you against the greatest 'moat 'extreme, ARFF threats;;, Choose from _a:50 ft or. „65 ft.;,extendable boom:':Unleash your•attack from every=angle-in,ahe'air,-on.the"ground,-far below- grade Penetrate:fire ;on dboth sides of -the aircraft "with= intense precision:' Coop tight spaces through door ways and ;over wing exits without ever stepping foot inside the plane. " • '. Oshkosh Airport. Eco'EFPTM: measure foam percentages 'from every. discharge on the vehicle. 'The. Oshkosh®ECO EFPTM' system requires zero foam on the ground .for testing foam' percentage: 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. It's the only foam measuring system fully integrated on the vehicle. Oshkosh Corporation, including Pierce and divisions are focused on action to reduce emissions and rethink how to create more sustainable solutions for customers. 2024 Sustainability Report: https://online.flippingbook.com/view/684211662/ Sustainability Ratings and rankings include: * Vendor Name: Pierce Manufacturing Inc. 'Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 ISS ESG - "PRIME" RATING MSCI ESG RATING - AAA RATING SUSTAINALYTICS - RISK RATING OF 20.8 (Medium risk, where peer average is 28.0) • Green initiatives related to Pierce specific Solutions: • Production of the Pierce® VolterraTm Electric Fire Truck. the first of its kind in North America, is now working on the frontline in several cities including Portland, OR, Gilbert, AZ, and San Diego, CA. Local fire departments partnered with Oshkosh to design the Pierce® Volterra"' platform: of electric vehicles. The lithium -ion battery allows for full -shift capacity. It is expected to save substantial fuel and avoid the corresponding CO2. Along with its major benefit of eliminating diesel fumes in the fire station, the electric fire truck also reduces noise. With its sustainable design, the Pierce® VolterraTM' electric fire truck offers an environmentally conscious way for America's first responders to do their jobs and helps cities meet their climate goals. See 2021 Blog on sustainability - https://www.piercemfg.com/pierce/blog/sustainable- man ufactu ring -of -fire -trucks • Exceeding emissions requirements. Our Pierce conventional fire trucks earn GHG reduction credits through a U.S. Environmental Protection Agency (EPA) program for vocational vehicles that outperform emissions efficiency requirements. Low -emissions design features such as fuel- efficient engines and low -rolling resistance tires, enable us to regularly exceed emissions standards. Oshkosh generated 120,516 metric tons of CO2 credits from our model year 2024 vehicles under the U.S. EPA's GHG Phase 2 Program. Company green initiatives: * Member of the Dow Jones Sustainability Indices - 2024 award, 6th year * Automotive News PACE Award (2024): Pierce and Oshkosh Airport Products, along with supplier Dana Incorporated, received the PACE Award for the electro -mechanical, infinitely variable transmission (EMIVT) system used in the Pierce® VolterraTM Electric Fire Truck and the Oshkosh Airport Products Striker® Volterra Electric Aircraft Rescue and Fire Fighting (ARFF) vehicle. This technology reduces CO2 emissions, improves vehicle performance, and lowers operational costs. • Reducing environmental footprint is in continuous focus as Oshkosh Corporation works toward achieving near-term and long-term science -based targets (noted on page 9 of the 2024 Sustainability Report). These efforts include investments in renewable energy, such as Pierce Manufacturing's first-ever solar microgrid, which is part of a 90,000 -square -foot expansion to its assembly plant in Appleton, WI. This solar microgrid is reducing peak electricity demand through deployment of solar power during times of elevated electricity demand. And by installing 1,200 m2 of solar panels, AUSA managed to cut their CO2 emissions by 35%, making them energy self-sufficient during periods of maximum solar radiation. Community green initiatives - Goodwill Industries Pierce works with the local Goodwill Industries on sustainability efforts, by employing Goodwill participants to clean and repackage the Pierce safety glasses, for reuse in our manufacturing facilities. Not only do we help support the community and provide employment, but the reuse of the safety glasses provides cost savings and reduces waste to our landfills. This initiative transition to Oshkosh Airport site at 1515 Neenah at end of 2024. OSHKOSH AIRPORT: ISO 14001 o 1515 Neenah — ISO14001 Certified since 2018 o 1497 Neenah — ISO14001 Certified since 2023 o Certification attached 2024 Sustainability Report o Pages of note: Page 9 — Science Based Targets initiative; Page 41 — Emissions; Page 42 — Waste Diversion; Page 27 - electric ARFF to reduce fuel consumption 2023 Sustainability Report — Solar Microgrid Info o Link: 2023 Oshkosh Corporation Sustainability Report https://online.flippingbook.com/view/500025337/ Company Science Based Targets initiative (SBTi) o Link: Environment I Oshkosh Corporation https://www.oshkoshcorp.com/impact/environment o SHORT-TERM TARGETS - Reduce absolute scope 1 and 2 GHG emissions 57.7% by 2033 from a 2021 base year. - Reduce absolute scope 3 GHG emissions 32.5% by 2033 from a 2022 base year, covering key areas from purchased goods, services and use of sold products. o LONG-TERM TARGETS - Reduce absolute scope 1 and 2 GHG emissions by 90% by 2050 from a 2021 base year. - Reduce absolute scope 3 GHG emissions 90% by 2050 from a 2022 base year, covering key areas from purchased goods, services and use of sold products. Company TRUE Zero Certified — Gold Level Certified - see attached True Cert ID to this proposal o 90% waste diversion from a landfill rate or higher required to achieve/stay in program o TRUE link: TRUE I Zero Waste certification system https://true.gbci.org/ PFAS Free Foam o Everything with PFAS is tricky, but we do not allow any PFAS Foams on the property. We do not dispose of any foam at this facility. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 44;.7..,..-6,:. • .,., 1" ...) -•:- •,-; Identify ani'ifird;paitjr 'issued rec'o- labels,'• ratingijoCertifidatidris,Ititidr,' yooptaripohy;T143e4ceiv60 for the Solutions -• included ri...6,„ yoil(pi•oriosal„..„. related to,ienergV;effibiendy!bek conservation, : life -cycle f- design (radle.407eradle), or.TOther,?,, $ ,k ..' - green/sustainability factors.. There'are no tI' d. pahi.p'!up•"Ceeco.• labels,-iaiings' or certifications receivedfort-4 so_lutioii.,''',•! • ,,,. iriciudeif-i'our 'Proposal i-elaied it6:-energy'.effiCiency:br",,bbnserVationtife,cyCte'..'design (cr6dle4, toicradle),,:oc:Otfigi-*/s(010ir0?ili ,1'..,factors., :,,,,,,:::: ,,,, .,„,,,.-. .5:- ,k. ..,.. N- k, ....,- k - ., i. :. ,. ,, ..r.,-., .-.;:, ,',. .' „:-..,, _ •. ;!'... ,,• ,, = c,..,..r.,,- ---- „ : • , , V,•"; „, 45 ..:-• - ,-,'•,, :.,. -: ..; ;-;.•-. • -.':,.••••:-..:•• • ,•.-•-= -: - (. r., : V , • .. 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? - r•- .,f - ' :- : : J• : Hs . '. ::.: •-: - , ;.-.) . : ; ..., ,s. •: - .• „ ::.._ : Pierce is a leading manufacturer of customized fire apparatus, with a dealer network that is 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. Pierce's partnership with other segments within the Oshkosh Corporation and the backing of our parent company, Oshkosh Corporation, leverages innovation and financial strength. Pierce and -our authorized dealers, understand the customers needs and provide the details, commitment, and the follow through long after the apparatus is delivered. Pierce is the best choice to meet the•needs of each Sourcewell Member. Our entire company is structured and equipped to deliver a fully customized Solution, targeted to address the Sourcewell Members goals and objectives. Oshkosh Airport is dedicated to leading the way in technology, product support and customer service in the ARFF market Frontline Communications is leading the way in technology and innovation in Mobile Command Vehicles. 40-;-.4;',,,,.'i',1, '. -4;1''•i'...,.!4: 2,''',":"..,.•,—„k„ CeSOribe...hbVii:;y6trippiutibriiinieet.-; United . States fire related 44-.',...1E. standards, iaticly!,es-,NFF,'N5foCthe,`?:., equiPmentand products Offered:in .•.:` your: proposal, including -;eppticeble;",;,,, federal end"staterequirementp;i:,::;;s....f., Filrco;brintiietS'i,With:°15n4.0611(Writ66 Laborai9:iiei,:t6::iniPeCtPirCe eripaiettie.tOr„-OPInPlihae:-, 16,-.-NFPA,,Slatidards:-:Eve6NFPA,1906,apparatus manufactured in 'the. Appleton, "..WI .facility Is revieWettsrby--4.p;. perhfiediinspeptgr,after it is completed.'See attached • Certification .1.•,.. ...,-,-,,, Docinent.".CDQ0491-: - --:- - • • - -.- -.--, ---.-.-V .-ii,4.,•"•.. ,., tq :'-: :::;•,.. . „ --,,:,-.4.„,-„.;,°.„.J.,,R7, .,. ,,, j ,, • — ..,•• ,,,,. -•,', , • 1 -,: 47 ... -, Describe how your solutions meet ' Canadian fire related standards such as NFPA, and CAN/ULC S515 for the equipment and products offered in your proposal, including applicable federal and provincial requirements. Pierce certifies that the manufacturing facility and apparatus have been inspected in accordance with Underwriters Laboratories of Canada. See attached Certification Document CD0059. 48 ,..:::•::".::::,":"-. ;, ,-....,,,,.••:;,4 -.1 Describe available'-',serViceiand'.t!:::' repair options.; for the equipment ',,. and ,Productiloffereck in your ,:,-;".'''.i-, proposal and, howthe,:prbbess .,:.- works With4h9Se4erviainthel,;..J.-,Y-.,, equipment SeriAce-andiepair,Operatioris'are facilitatedIhroUgh'oUr dealer network who all have ' • ' ' :,, processes tailored ' to their end Ctietornere', neide. • ..- .,,,, ..,•,,-., -, : = -: - •• •,' '•,.. • , , • .,:, ,. Inlcertaimibstariaeei-Piit dealers may request tiiat,,a , product be rePlaired:•ata' Pierce service center0-,:.-. ,. :7 •.,.;,,:,, ,,, :-:•:':,•,-,..',:,..', ;,•••.;,,,..:,,..',.,,,,, ,..?,‘ :-:•• - ' 'V»,...,"'':.;:.•;-,i.:.'.i--'-;%:': :::''-''„ -'-' .' ''' - .,-.--.:' ---,17 '' . .,... Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 Table 5B: Value -Added Attributes Line Item Question • Certification: Offered,, Comment` 49 Select any Women or Minority Business Entity (WMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation and a listing of dealerships, HUB partners or re- sellers if available. Select all that apply. 0 Yes a No Pierce is publicy owned and does not have HUB partners., or franchised dealers., Please see question 20 for recognition, Pierce received for work with Veterans. 5 Minority `Businessi, Enterprise • (MBE) 51 Women Business Enterprise (WBE) C± Yes r No No further comment 52 Disabled -Owned Business.. Enterprise -. (DOBE), r1 53 Veteran -Owned Business Enterprise (VBE) n Yes r No No further comment 54 Service -Disabled;• Veteran Owned„ ", Business' (SDVOB)' ,:; 55 Small Business Enterprise (SBE) C Yes C_« No No further comment 56: Small Disadvantaged Business (SDB) No- further comment: '• 57 Women -Owned Small Business (WOSB) 0 Yes r• No No further comment Table 6A: Pricing (400 Points, applies to Table 6A and 6B) Provide detailed pricing information in the questions that follow below. Item Question 3'h �r kr x 3 Response* 58 Describe your payment terms and accepted payment methods. All sales are through authorized Pierce dealers with occasional direct orders for Oshkosh Airport or Pierce. 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, for direct orders. Accepted payment methods include check and wire transfer. 59 Describe any .leasin;gor financing options available for ;use by.:educational,ror governmental' entities:' s ' Through the Pierce Financial Solutions .program •PNC Bankprovides the, industry s: most° extensive line:'of •lease :plans , for`=fleet replacement. taxxeptratesero , uem; Wth dedicated supporind' stryleadin9 documentation fees flexiblepayment lans ,and quick a t P PRrovalstha can 'bypass voter'` referendums we make it '.easy to get behind the wheel of your, nevi Pierce,, apparatus For more ''details, refer toy:"Pierce, Financial, Solutions Brochure attached to this solicitation' r * Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 60 .: ,....,_ _.... Describe any standard transaction documents that you propose to use in connection with an awarded agreement (order forms, terms and conditions, service level agreements, etc.). Upload all template agreements or transaction documents which may be proposed to Participating Entities. ::.::::::::. ::. ::.. .. .. _ .. . _ ,...,, _ Pierce has a variation of standard warranty documents. Sample documents are included in the warranty document uploads. There are no standard transaction documents required, in connection to an awarded agreement. Pierce's standard terms and conditions for order accepance require specific language around index based pricing in the underlying contractual agreement d No service contracts are included in this proposal as our proposed offering includes apparatus as the core component. Authorized Pierce dealers may offer service contracts for preventative maintenance purposes. * 61 bo,you acceptthe'?P-card procurement<andipayment process? If so.:is there any additional cost to Sourcewell z participating ,.entities ;for: using ,;this process? ,,. Pierce does not accept the -:P -card procurement and payment process for ourtproducts *` * 62 ,_ :: _ . . . 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. Given every fire apparatus is custom built, our pricing model is based off product category base model proposal specifications. The base model proposals are built with the most common options. The proposed price list will include: - Product Category - Identification ID# - Product Description - Published Contract price (List price of base model specifications less the Sourcewell discount) CONFIGURABILITY: All option content selected from the truck builder system to outfit any of the base models are calculated to include the Sourcewell percentage discount, contingent on the product. 63 '+ ° _ r, Quantify the, pricing:. discount, represented ;by-the,'pricing. proposal in this response For: example, if the pricing .in; your response�-represents a percentage discount from MSRP- or list state the percentage or percentage range. , • '.�; � . �,:".. : The base specification pricing offered in this -proposal for Pierce Oshkosh Airport:and Frontline Communications, represents a 5.50% • off' List Price , Option pricing • is !also :,5.50%.' off" List Price ,. . , . 64 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, extend of pre -payment, and applicable rate. If elected, the 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 and pricing options: Chassis Progress Payment Discount: Discount of approximately 3.00% 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 2.00% of the aerial device price is offered if an eaerial 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). * 65 i ,.. uws_:.._�-i Propose a method offacilitating sourced products or': related services which= may be- referred to as "open market" items or non -contracted items': For example .you may supply such items at cost" or at :cost plus a , percentage r oyou may sl supply a quotefor each such request h{ 1 t . 4. # 5 C� .. 3 - _..�a.•_.a.a, �,.,...,�..,...�,..Hwww.,�._._.-_.x ,,.....,...W..........,......._...,.,.�..,�................... .»..z. Sourced or open 'Market. may. be provided by'the Pierce authorized dealer, and would be quoted at time. of request. - .. ,. ;. .. _..,5....e.,, -.,-ate...,.,__ ...�.,u...:�... ... �.,...- ....�v..,....•. _. ....,4 . ,_.....,. ,. .k...�7... _ ,.:. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Enuelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 66 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. . Pierce does not offer turnkey pricing with this contract, given the customization of our products. Not included within the total cost of acquisition is noted below. Pre -Delivery Expenses Dealer -provided options can, be added to the apparatus contract upon request and will be handled by the 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 contruction photo progress reports - Orientation DVD specific to the Solution - Loose equipment - Loose equipment (open market items) such as but not limited to, monitors, hose, intercom systems, radio eqiupment, and rescue tools and equipment. - Engine and/or transmission diagnostic software - Pre -delivery service consisting of basic fluids and filters. - Custom fabrication for tool mounting and communication equipment - any items required for the ongoing maintenance of the vehicle during it's useful life - Other items as requested by customer and deemed sourced or open market Sales and other taxes, license, handling, or title fees are also not included. * 6T H.'.:• ,..- If_'freight, delivery, or shipping,�is an additional cost cost to Sourcewell participating .entity, describe:: in detail -the completefreight, shipping;and delivery. program. FOB Manufacturer's facility '(Shipping Point); unless; otherwise agreed to within participating entity contract " *. 68 Specifically describe freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. Freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery, requires coordination of different transit methods. Typical transit for an apparatus is by flatbed to the port destination, where it is then prepared for ocean transit via sea -van, for travel to the final destination (roll-on/roll off vessel is preferred). These delivery requirements are priced on a case-by-case basis. Shipping expenses are not included in the base specifications cost. 69 . . -. ..: Describe any unique distribution and/or' delivery methods, or options`, offered: in your proposal , , = - _ • - - For ARFF vehicles, due to size and weight restrictions, transportation will be via "low -boy or flatbed ' All required licenses -and ' permits .will, be obtained prior to, shipment. -' °` : ; ,- * 70 Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed agreement with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing. Pierce requires authorized dealers to attach internal documents through a workflow, that are audited, to ensure the base proposal pricing complies with the published price list. 71 - . _ .' �:- If you are awarded an_ agreement,, provide a few examples`:" of-internal,metrics that will be-tracked,'to measure whether you are having success with the agreement. ;.. :' _ ° . r ..,.� - .. .. ;,_ _ . •..._ .• • . :�;t �_:' r, „�,, F • _: , ,.,� _ ,.�._ ..,: 7:._ �_ Pierce has an internal system:. to track' orders'' using the Sourcewell consortium "agreement. The tracking` can be sorted by; dealership to` y: show the percentage .of orders utilizing the contract; and,.the report. is shared with dealers periodically in monthly meetings and additionally,. in an annual sales leader meeting.. Updates to specific Sourcewell related issues are also provided on a monthly basis to'.the sales leaders. Additionally, toensure°success=with the agreement usage, Pierce in• joint effort with 8ourcewell, ;promotes training on the natureof the '.", contract` and encourages salesrepr'esentatives,to attend the;; Sourcewell,Universities training that" is' 'offered".';. Within our_Leads training,to the -sales force, cooperative purchasing �. is' also..discussed. . 72 •- Provide a proposed Administration Fee payable to Sourcewell. The Fee is in consideration for the support and services provided by Sourcewell. The propose an Administrative Fee will be payable to Sourcewell on all completed transactions to Participating Entities utilizing this Agreement. The Administrative Fee will be calculated as a stated percentage, or flat fee as may be applicable, of all completed transactions utilizing this Master Agreement within the preceding Reporting Period defined in the agreement. Flat fee of $2,000.00 per customer contract. If more than one truck are on the customer contract, the fee is split. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 Table 6B: Pricing Offered Line`:: Item The Pricing Offered in this Proposal a ' a t Comments 73 The pricing offered is as good as or better than pricing typically offered through existing cooperative contracts, state contracts, or agencies. No further comment Table 7A: Depth and Breadth of Offered Solutions (200 Points, applies to Table 7A, 7B, 7C and 7D) Line:w- Item Questio Response Provide a detailed description . of all . the . Solutions' offered, including used Solutions if applicable, offered in the proposal. Bid Number: RFP 082025 The following detailed descriptions are offered from Pierce, to meet their customers needs across the U.S., and Canada, including Hawaii and Alaska. The Category's listed in Table 7B are industry standard categories: custom and commercial pumper, tanker and- aerial products. Additionally, complementary specialty apparatus is included: command and communication units (Frontline Communications), ARFF products; and Brush and Wildland Urban Interface (UWI) Apparatus. Reference the Pierce website at: https://www.piercemfg.com/pierce/literature for a full description of each solution. Authorized Pierce Dealers may offer service contracts for preventative maintenance purposes, as well as training and support related to the product offering. CUSTOM AND COMMERCIAL PUMPERS The Pierce pumper body has a variety of body lengths available to provide flexibility. Customers select the body that is right for them to meet the demanding needs of the truck on scene. Custom chassis's (Pierce built) include: Pierce® Volterra ,Velocity®, Impel®, EnforcerT"', and the Saber®. Commercial chassis are from four leading manufacturers: Ford, Freightliner, International and Kenworth. Pumper configurations include: Heavy -Duty Rescue Pumper, High Flow Industrial Pumper, Mini Pumper, PUCT"' Pumper, Responder, Pumper, BXT"^ Pumper, and BXTM Wildland. WILDLAND Pierce configurations have been developed to manage both the structural and wildland fire scenarios. Products are developed to provide maneuverability, a focus on angle of approach and departure, comfortable seating for fire fighters, pump and roll capabilities, and compartments space to carry the equipment needed. - Wildland configurations include: Wildland Urban Interface and Wildland BX3. TANKERS Tankers, also called tenders, were originally designed to be a simple water -hauler for situations in which there is no fire hydrant at a fire scene. Today, tankers are fire apparatus designed to meet the specific needs of the department they represent, carrying more equipment and ability to be frontline engines if needed. Pierce tankers are flexible enough to be configured to meet those needs of the department. Tankers provide dual roles of water transport and on -the -spot firefighting. Pierce tankers are designed to accommodate the fire department's water, foam, and equipment storage needs. - Tanker configurations include: BXTM Tanker, Commercial Wet Side Tanker, Commercial Dry Side Tanker, Custom Dry Side Tanker and PUCT"' Tanker. RESCUE Walk -In Rescues can provide space for rehabilitation, personnel transport, or incident command, and are customized for any level of response. Interiors are configured around specific needs to maximize storage and user capabilities. Pierce non -walk-in heavy-duty Rescues provide both lower compartment and roof -top storage areas to :_ carry equipment for all types of incident support. The compartments are available in many different sizes and configurations, with several door options available. Our Combination heavy-duty Rescues provide both walk-in and non -walk-in spaces to customize the way you transport, respond, store, and more. These units are especially well-suited for hazardous material responses in which operations centers, equipment storage, and/or laboratory areas are required. - Rescue configurations include: Walk -In, Non -Walk In, Combination and Command. AERIALS (including Quints) Pierce aerials are built with perfection to make certain they meet or exceed all NFPA 1900 standards. Exhaustive design, analysis, and testing are completed by Pierce engineers, followed by a 3rd party audit to certify all aerial designs fully meet or exceed the design requirements of NFPA 1900. Vendor Name: Pierce Manufacturing Inc. .Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 Pierce offers a range of rear -mounted aerial devices in both steel and aluminum ranging from 55' to 110', mounted 'on single or tandem axle chassis, as well as a mid -mount platform product. - Aerial configurations include: Heavy duty ladders, platforms, water towers and tillers 1' AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) The Oshkosh® Striker® ARFF combines advanced engineering and cutting-edge technology for optimal performance on the drive and during firefighting. From its aerodynamic design to its state-of-the-art fire suppression systems, it's tailored for the demands of modern airport emergency response. The ARFF vehicle will be equipped to meet NFPA 414 requirements with optional equipment and configurations to meet individual airport needs. - ARFF configurations include: Oshkosh® Striker® 4x4, 6x6 and 8x8, along with the VolterraTM'. COMMAND (Frontline Communications) Frontline Communications goes beyond just moving equipment to the incident to integrate specialized, responsive solutions around specific mission demands. Whatever you require — negotiation space, deployment flexibility, a custom aluminum body with a commercial or Pierce® custom chassis — our vehicle design engineers have the expertise to get it exactly right. State-of-the-art 3-D modeling tools for precision design and analysis of all critical vehicle components. Slide -out sections expand interior space. Completely integrated electrical system for maximum operator control. Ergonomically designed driver controls and workstations. Robust power control panels withstand years of use. System design turnkey solutions include sophisticated audio / video routing control and high end displays, integrated communications and radio systems, video conferencing, microwave / satellite transmission capabilities, VSAT. and COTM (comms on the move) technologies, hi def and infrared video capture and recording, aerial and drone video and 360 surveillance technologies, plus much more. - Command configurations include: Large Mobile Command Vehicles, Mid -Size Mobile Command Vehicles, Small Mobile Command Vehicles, CRU -22 Mobile Command Vehicle Within.: this RFP.categoryahere'may subcategories of;solutions List. subcatego titles-that:bestdescribe.your, products'.and "services '" As noted;kin Question #74 .;configurations,'Pierce provides industry standard. categories' including Pumper.tanker,-Aerial Rescue and Specialty products Example °.• subcategories are =as follows Pumpers:.Heavy-DutyRescue Pumper High Flow `Industrial'Pumper,tMini Pumper, PUC?"' Pumper, :Responder,,. Pumper, BX?"' Pumper, °and' BX?"' Tankers: BXTM `Tanker'CommercialWet Side Tanker' Commercial,` Dry- Side'. Tanker,. '- Custom Dry Side: Tanker' and. PUCTh :Tanker Renals: Ascendant® class of aerialladders, platforms and tillers "and well.: as the'S' BoomTM'.all including pump and(no pump°:configurations `. Rescue: Walk-In,t"Non-Walk In, Combination and "Command. Specialty:: Command configurations as noted in question 74 above configurations as noted', in -question -74 'above 76 Describe available remount or refurbishing services included within your proposal, the pricing method for such services, and any related order processes. Apparatus refurbishment and remount services are offered through the Pierce authorized dealers. Each job is quoted independently from one another, due to the complexity. Pricing for refurbishment and remounting is not included in this submission and pricing can vary depending on the service needed. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 77 x r " Describe` in detail warranties offered and•how they' will.. be administered; including if they < Cover all- products parts; ,labor :.technician;' -": travel,:. and geographic regions covered `{ , at 7 { F r , ' z', ' ' ..:, � <, € " ;. Yes ourone-year, bumper:,to bumper warranty"covers allproduct, Parts, ,and- labor.. Pierce' the =='.'manufacturer ' . warrants each, newly manufactured ;fire apparatus to the original end user/purchaser. of, specified: periods `stated . below fromthe 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 the; Manufacturer liable beyond the of; oros express limitations :heref ls,, injury or damage of any kind toany `person or,. entity resulting defect or failure of the product (except as covered by Product Liability , insurance) Refer.to WA0008 Pierce 1 Yr Warranty pdf attached to this solicitation The Manufacturer's' warranty shall not apply ,to the following Wear Items Normal adjustments and, maintenanceservices • •Failures/resultingzfrom 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 dr,altered, in any way,to have been adversely affected the unit's` stability or reliability <. .' Items subjected to misuse negligence accident, or improper maintenance'" L`oss 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 P,re-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.. Specifc'warranty, bulletins are provided:°at ,time of sale. to.'the'end .customer , 78 Will you cover warranty service for items . made by other manufacturers that are part of your proposal, or are these warranty issues . typically passed on to the original equipment manufacturer? Major components installed but not manufactured by Pierce or Airport Products are covered under original equipment manufacturers warranties passed through to end user/customer. These include, but are not limited to, engine, transmission, water pump, ABS, and axles. Component Warranties * In some cases, suppliers will offer warranties beyond the Pierce or Airport Products one-year warranty. Warranties provieded by individual suppliers other than Pierce or Airport Products apply after the one-year vehicle warranty. The administration of the individual supplier warranties, per the supplier, are to be addressed directly with the supplier themselves. 79 ` Describe any, service: contract. options or: extended warranties being Coffered with your . - proposal. Authorized Pierce;dealers -may offer service contracts for preventative maintenance ` purposes::. No service' contracts ar"e 'included in this proposal :' -. ," Availability, of -extended warranties, .if'requested,'would be .through the. Pierce dealers:-. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 Table 7B: Category 1: Structural Apparatus and Comprehensive Solutions - Proposers may submit in Category 1 OR Category 2 OR Category 3, NOT MULTIPLE Indicate below if the listed types or classes of Solutions are offered within your proposal. Provide additional comments in the text box provided, as necessary. r . We will not be submitting for Table 7B: Category 1: Structural Apparatus and Comprehensive Solutions - Proposers may submit in Category 1 OR Category 2 OR Category 3, NOT MULTIPLE Lineltem. Category.: or Type Offered; Comment: 80 Pumper trucks, aerial trucks, tanker/tender or water supply trucks, and quints r Yes r No See Depth and Breadth of Offered Solutions in question 74. Equipment options; <•accessones • components and -, supplies complementary to the offenng of the unit:.:`, types described in_77:aliove The; solicitation is. not intended to include "service-only"'solutions, and,;; our proposed offering includes, apparatus as the ;core component. To 'complement these offerings, our dealer:network is equipped to provide, a full. range. of-related-services— including technical diagnostics, installation,; preventive maintenance, warranty support,•. and; repair—where`' these 'services directly:,support the deployment.,end perfomiance-of our,' apparatus::. Please note that while„"services..such'. as';preventive maintenance contracts are often: handled .directly; through our'; authorized dealership network,,they are ; provided specifically in supportof the apparatus we offer and are designed to';ensure;optimal °°•; performance and, lifecycle°value of -the': solutions, proposed. 82 Related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in 77 - 78 above G.: Yes C No Our dealer network is equipped to provide the related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in 77-78 above. Required training per compliance with NFPA is offered with the sale of the apparatus as well as additional product training and extended warranties can be purchased as well. Category .1 responders_ MAY,include–' COMPLEMENTARY Specialty Apparatus and F.� Equipment'and. Brush and Wldland Urban interface (WUI) Apparatus solutions 'in their.response Complementary . categories included, in this proposal include' . Frontline ° Cornmunications leads, service .on -mobile " command: and communication units; . t> Oshkosh Airport•Ieads Aircraft Rescue:. and - Firefighting Products (ARFF) Other rescue: vehicles mobile units,, Wldland :firefighting apparatus;,... brush trucks, wildland urban; interface;_, (WUI) units. included.` Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 Table 7C: Category 2: Specialty. Apparatus and Equipment - Proposers may submit in Category 1 OR Category 2 OR Category 3, NOT MULTIPLE Indicate below if the listed types or classes of Solutions are offered within your proposal. Provide additional comments in the text box provided, as necessary. ' ;17..Wewill .not .be submitting for. Table .7C:.,Category 2:,Specialty Apparatus and Equipment - Proposers may submit in Category 1 OR Category 2 OR Category 3, NOT MULTIPLE f '1 Lme Item f� .. a+• ... pili t ' ,, 9 1 Yt '- S Categoryor Type -a ,.. ». ,.-_ ... . ,. ..,.:A..f., .. L.: .* �Offeredi l 4.. r. ,... x , ✓r*. 3 .0 ... M .. F.# Comments - �. ,� 84 Specialty apparatus including but not limited to: aircraft rescue and firefighting (ARFF), command and communication units, mobile foam units, and custom rescue trailers C Yes n No * 89 : Equipment options, accessories components and ` supplies .complementary, to the offering of the unit d types ,describein`85 above , r_., ..,, C Yes i•. r No ; . _`' , 85 Equipment 'options ;'accessories components, and supplies complementaryto -the offering of the unit types described in=81 ,above. ;C, Yes ', ;C No Related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in 85 - 86 G Yes r No 86 Related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in 81 - 82 above G Yes 1 0 No cYes r No ' 87 Category - 2 . responders MAY include , COMPLEMENTARY Brush•and Wildland Urban Interface WUI) ( Apparatus solutionsin their �.. response,, ,...-� .. ,"',i'.:;:-:::11'''''' .. E ..°`., � .� , C,' Yes c'=No ,;.....,. ,t•, r - »., y, ,_ .��i_._ ,. ... � . _ . ,T„ _ :Table7D: Category 3: Brush and Wildland Urban Interface (WUI) Apparatus - Proposers may submit in Category OR Category 2 OR Category 3, NOT MULTIPLE Indicate below if the listed types or classes of Solutions are offered within your proposal. Provide additional comments in the text box provided, as necessary. r We will not be submitting for Table 7D: Category 3: Brush and Wildland Urban Interface (WUI) Apparatus - Proposers may submit in Category 1 OR Category 2 OR Category 3, NOT MULTIPLE Line Item g Category<orTType. a ; • Offered:`... » �� � '` Comments 88 Wildland firefighting apparatus, such as brush trucks and wildland urban interface (WUI) units r Yes r No * 89 : Equipment options, accessories components and ` supplies .complementary, to the offering of the unit d types ,describein`85 above , r_., ..,, C Yes i•. r No ; . _`' , 90 Related services including installation, customization, remounting, refurbishment, inspection, maintenance, repair, training, and support, directly related to the offering in 85 - 86 G Yes r No * 91 - '., Category; 3' responders, MAY , include COMPLEMENTARY. Specialty Apparatus and' - Equipment}"solutions in their response cYes r No ' 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 Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-8SFA-9FFA0953E9B9 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 - FY26 Pierce Mfg. bid price FINAL.pdf - Tuesday August 19, 2025 14:48:46 • Financial Strength and Stability - Financial Strength.zip - Tuesday August 19, 2025 15:05:52 • Marketing Plan/Samples - Pierce history.sustainability.zip - Tuesday August 19, 2025 15:16:35 • WMBE/MBE/SBE or Related Certificates - Certificates.zip - Tuesday August 19, 2025 15:10:57 • Standard Transaction Document Samples - WA0008 Pierce 1 Yr Warranty.pdf - Tuesday August 19, 2025 15:01:43 • • Upload Additional Document -'Dealer Listing and Maps.zip - Wednesday August 20, 2025 09:22:46 • Requested Exceptions - RFP_082025_Master Agreement_PierceMFGedits.docx - Monday August 11, 2025 14:27:05 Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Docusign Envelope ID: 54AC361B-EA37-4256-88FA-9FFA0953E9B9 Addenda, Terms and Conditions PROPOSER AFFIDAVIT OF COMPLIANCE I certify that I am an authorized representative of Proposer and have authority to submit the foregoing Proposal: 1The 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 award. 3. The Proposer certifies that: (1) The prices in this Proposal have been arrived at independently, without, for the purpose of restricting competition,' any consultation, communication, or agreement with any other Proposer or competitor relating to - (i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered. (2) The prices in this Proposal have not been and will not be knowingly disclosed by the Proposer, directly or indirectly, to any other Proposer or competitor before award unless otherwise required by law; and (3). No attempt has been made or will be made by Proposer to induce any other concern to submit or not to submit a Proposal for the purpose of restricting competition. 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 is created when a current or prospective supplier is unable to render impartial service to Sourcewell due to the supplier's: a. creation of evaluation criteria during performance of a prior agreement which potentially influences future competitive opportunities to its favor; b. access to nonpublic and material information that may provide for a competitive advantage in a later procurement competition; c. impaired objectivity in providing advice to Sourcewell. 5. Proposer will provide to Sourcewell Participating Entities Solutions in accordance with the terms, conditions, and scope of a resulting master agreement. 6. The Proposer possesses, or will possess all applicable licenses or certifications necessary to deliver Solutions under any resulting master agreement. 7. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 8. 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 by the State of Minnesota; the United States federal 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. l 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 I 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. - Daniel Meyer, Vice President, Sales, Pierce Manufacturing Inc. Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc. Doousign Envelope ID: 54AC361 B-EA37-4256-88FA-9FFA0953E9B9 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 obligations contemplated in the solicitation proposal. Yes r No The Bidder acknowledgesand 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 ave reviewed the elouti-addend`um an attachments (if applicable) Addendum_7_Firefighting_Apparatus_RFP_082025 Wed August 6 2025 04:28 PM Addendum_6_Firefighting_Apparatus_RFP_082025 Mon August 4 2025 05:42 PM Addendum_5 Firefighting Apparatus_RFP_082025 Thu July 31 2025 04:55 PM Addendum_4 Firefighting Apparatus_RFP 082025 Fri July 25 2025 04:25 PM Addendum_3_Firefighting Apparatus_RFP_082025 Wed July 23 2025 04:42 PM Addendum_2_Firefighting Apparatus_RFP_082025 Thu July 3 2025 03:37 PM Addendum_1_Firefighting Apparatus_RFP_082025 Wed July 2 2025 03:49 PM Bid Number: RFP 082025 Vendor Name: Pierce Manufacturing Inc.