Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-025Temp. Reso. #13893 February 22, 2023 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2023 CIa5 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE PURCHASE OF FIRE EQUIPMENT UTILIZING COMPETITIVE PROCUREMENT METHODS AND CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE, INCLUDING, BUT NOT LIMITED TO, THE AGREEMENT AWARDED BY SOURCEWELL CONTRACT #113021-OKC-1, FLORIDA SHERIFF'S ASSOCIATION (FSA) CONTRACT NO. FSA20- VEF14.01 AMBULANCES AND OTHER EQUIPMENT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO SELECT, APPROVE, AND AWARD THE PURCHASE OF SAID VEHICLES UTILIZING CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE IN THE BEST INTEREST OF THE CITY; AUTHORIZING EXPENDITURES FROM THE FIRE - RESCUE FUND IN AN AMOUNT NOT TO EXCEED $2,878,846.31 FROM THE APPROPRIATE ACCOUNTS FOR ALL VEHICLES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the timely purchase and replacement of City fire equipment is necessary in order to ensure the effective and efficient delivery of services by City Fire - Rescue -land WHEREAS, City of Tamarac Code, §6-148 allows the Purchasing Officer the authority to waive purchasing procedures and purchase vehicles which is the subject of contracts with other governmental agencies; and WHEREAS, it has been proven in the marketplace that formal competitive bids available for cooperative purchase provide the lowest prices as well as the most efficient method for purchasing vehicles; and WHEREAS, the Acting Director of Public Services, Director of Financial Services, Temp. Reso. #13893 February 22, 2023 Page 2 of 5 and Purchasing and Contracts Manager have determined that it is in the City's economic interests to purchase fire equipment as identified in Exhibit I", respectively, attached hereto, utilizing current agreements available for cooperative purchase including, but not limited to, the Agreement awarded by the Sourcewell Contract #113021-OKC-1, Florida Sheriffs Association (FSA) Contract No. FSA20-VEF14.01 Ambulances and Other Equipment, copies of the Agreements are incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, sufficient funds for the refurbishment and remount of two (2) ambulances, a cost-effective way to extend the life of rescue equipment, in the amount of $690,658.00 is available in the Fire Rescue Fund for said purpose, per the per Florida Sheriffs Association Contract #FSA20-VEF14.01, at a cost not exceed $690,658, a copy of the proposal is attached hereto as "Exhibit 2"; and WHEREAS, sufficient funds for the purchase of two (2) new pieces for Fire Equipment including, 1) Pierce 75' Quint 7010 Enforcer Model ID 244, and 2) Pierce HDRP Enforcer Model ID 1801 for total cost not to exceed $2,188,188.31 per the Sourcewell Contract #113021-OKC-1, a copy of the proposal is attached hereto as "Exhibit Y; and WHEREAS, it is in the best interest of the City to authorize the appropriate City officials to select, approve, and award the most cost-effective procurement method utilizing competitive procurement methods and current agreements available for cooperative purchase at the time of purchase including, but not limited to, the Agreement awarded by the Sourcewell Contract #113021-OKC-1, and Florida Sheriffs Association (FSA) Contract No. FSA20-VEF14.01 Ambulances and Other Equipment; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that the appropriate City Officials be authorized to select, approve and award the cost-effective choice for new Temp. Reso. #13893 February 22, 2023 Page 3 of 5 and replacement vehicles as identified in "Exhibit 1" be purchased utilizing competitive procurement methods and current agreements available for cooperative purchase, including, but not limited to, the Agreement awarded by Sourcewell Contract #113021- OKC-1, and Florida Sheriffs Association (FSA) Contract No. FSA20-VEF14.01 Ambulances and Other Equipment. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this Resolution. SECTION 2: The City Commission of the City of Tamarac authorizes the purchase of fire equipment utilizing competitive procurement methods and current agreements available for cooperative purchase, at the time of purchase, including, but not limited to, the Agreement awarded by Sourcewell Contract #113021-OKC-1, and Florida Sheriffs Association (FSA) Contract No. FSA20-VEF14.01 Ambulances and Other Equipment; authorizing an expenditure in a cumulative amount not to exceed $2,944,052.31, from the appropriate accounts for all vehicles. The appropriate City Officials are further authorized to execute all appropriate agreements and do all things necessary to effectuate this Resolution. SECTION 3: Funds totaling $3,039,449.75 in the Fire Rescue Fund for the purchase of the equipment as identified in "Exhibit 1" respectively, and for the Temp. Reso. #13893 February 22, 2023 Page 4 of 5 refurbishment / remount of two ambulances, and the purchase of new fire equipment, as identified in "Exhibit 2" and "Exhibit 3", respectively. SECTION 4: A cumulative expenditure in the amount of $2,878,846.31 for said purpose from the appropriate accounts is hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. The remainder of this paae is intentionally left blank Temp. Reso. #13893 February 22, 2023 Page 5 of 5 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 9,2AA ATTEST: KIMBERLYOILLON, CMC CITY CLERK RECORD OF COMMISSION VOTE day of F&i3A4A2- t' MICHELLE J. G Z MAYOR , 2023. MAYOR GOMEZ y5 DIST 1: VICE MAYOR. BOLTON �f DIST 2: COMM. WRIGHT, JR. DIST 3: COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVED S TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THI F TAMARAC ONLY. HA TTI OT CITY ATTORNEY 1 K 2. T8 IN SERVICE TO SERVE YOU Equipment Proposal Proposal # 11292022 This Equipment Proposal (the "Proposal") has been prepared by Ten-8 Fire & Safety, LLC ("Company") in response to the undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal Option List, Warranty, and Company's Purchasing Terms and Conditions. Through its signature below or other Acceptance (as defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company's Purchasing Terms and Conditions. Date: December 12, 2022 ("Proposal Date") Customer: Tamarac Fire Rescue ("Customer") Customer Address: 6000 Hiatus Road, Tamarac, FL 33321 Product Description & Options Price 2 Remount and refurbish Horton ambulances 15394 & 16188 on to 2023 International MV607. $306,879 Crew Cab chassis, Per the attached specifications. 2 Stryker Power Load Systems $38,450 Pricing based on Florida Sheriffs Association Contract # FSA20-VEF14.01 "Commercial chassis price is an estimate; final price is net price charged by the chassis manufacturer. Total: $690,658 Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 24-30 (months) after Company receives Customer's acceptance of this Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's control. Other: Lead-time is based on chassis delivery. Unless accepted within 30 days from date of proposal, the right is reserved to withdraw this proposal. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. "ACCEPTANCE" MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER'S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized represeritatives as of date of the last signature below. Customer: -MrIZ -M• 1, Ten-8 Fire & Safety, LLC By: 7de:c 7; Title: Authorized Sales 19presentative Print: Michael Day Date: December 12, 2022 PROPOSAL OPTION LIST OSAGE INDUSTRIES, INC. 2024 AMBULANCE REMOUNT 194 County Road 302 Linn, MO 65051 Date: 11/22/2022 Dealer Name: Ten-8 Fire & Safety Selling Dealers Name: Address: City/State/Zip: Phone: Offic F, Customer Information Name: Tamarac Fire Rescue Contact: Jeff Lopez Cell #: Address: City/State/Zip: Email: Phone: Fax: Fleet #: Summary Proposal And Terms New Chassis 2023 International Crew Cab Description: New Remount Stock: New Truck VIN: Refurb and Remounting - Box Manufacturer: Horton Trade In of Old Chassis - Make Year Mileage Old Chassis VIN: Condition: Overall good shape Net Price: TERMS ARE F.O.B. LINN, MO Delivery anticipated to be days from the receipt of the unit to be remounted, new chassis and customer -supplied equipment. 10/27/2022 2024 Remount Order Form 1 of 4 Note: Signature of an Osage Dealer or Authorized Agent for an Osage Dealer Endows Responsibility for Full Payment within Three (3) Days of Completion. Signature of Osage Dealer or Authorized Agent of Ambulance Service Signature of Authorized Representative of Osage Ambulance Qty 1 MV607 Crew Cab (see attached, must be built in 2023 to hold current price) Freightliner or International Medium Duty Remount Standard 1 Package (Going back on same type chassis ) NOTE: Includes Cab Steps & External Condenser oty 1 Whelen 600 LED Rear Arrows Pair (on the rear, includes chrome flange) 1 Whelen 600 LED Rear Brake/Tail Pair (on the rear, includes chrome flange) 1 Whelen 600 LED Rear Reverse Lights Pair (includes chrome flange) 2 Whelen ION-T w/Chrome Flange Grill Lights (pair) 1 Whelen ION-T w/Chrome Flange Intersection Lights (pair) 2 Whelen ION-T (Pair) over rear wheels & on tank cover under cab doors 2 Pioneer S of & Flood w/Flan e Scene Li ht PCPSM2C 16 Whelen 9x7, 7x3 or 6x4 Lens Replacement 8 Whelen 9x7 Chrome Flanges for LED lights each 6 Whelen 9x7 Chrome Flanges for scene lights each 16 Whelen Light Gaskets (only) each 1 Zico Angled Reverse Lights Polished Aluminum (Per Pair) 10 Whelen strip light Red or Amber 1 Techniques LED Strip Lights in all Ext. Compartments SECTION 4 - SIREN AIR HORNS 1 Whelen 295 HFSC 9, Dual Tone 1 Whelen Howler (Only available with Whelen Siren) 1 Vanner 1000 Inverter / Battery Conditioner 1050 2 Kussmaul Auto Eject Shoreline Plug, 20 Amp 2 Shoreline Indicator at Shoreline 1 Power Exhaust Vent Fan Replacement 10/27/2022 2024 Remount Order Form 2 of 4 Replace Electrical System with Push Button Weldon V-Mux System with Load Management and Seqencing Includes -Wire harnesses -Magnetic door switches -Full set of diagnostic screens (w/ Vista IV upgrade only) -Truck information screen (w/ Vista IV upgrade only) -Up to 10 intensities on dome lights (off-hi-lo is standard) -Up to 10 speeds on exhaust fans (off -on is standard) -Up to 10 speeds on HVAC fan (off -on is standard -Custom flash patterns -Side scene on in reverse -Brake override -Custom load sequencing (on or off) -Custom load shedding (Standard 1 System Found in New Osage Truck) (6-year, 72,000 mile 1 Composite Subfloor In Place of Wood (upgrade) 1 Sand & Polish Stainless Steel on Left Wall & Squad Bench 1 EVS EMT w/Child Seat and 3-Dt Seatbelts w/New Base 3 Remove Entry Door Panel and Replace with Laminated Aluminum and Bottom 1/3 Diamond Plate (each door) 1 Recover all colored pads in Osage box -Vinyl (Doesn't incl. EVS Seat Pads) 1 Clean or replace all interior hardware ar,,d formica if needed Qty SECTION ,"STAIR CffA'NITOR BRACKETS 1 Stryker Center Cot Mount Center Rail ONLY (Includes Under Body Plates and Dower suDDly wiring) Qtv 10/27/2022 2024 Remount Order Form 3 of 4 1 Danhardt 110 V Heat / Cool Unit Installed in front wall cabinet (comes with 30 amp twist -lock) 1 Auxiliary condenser upgrade 3 fan system mounted on front of box 60,000 BTU bty Zico Hydraulic 02 Bracket (M or H Cylinder) (Note: Requires ordering Electric 02, Amico Digital 02 gauge w/ Regulator if not 1 equiped) 1 Sscor Suction Unit QtvSECTION 12 - EXTERIOR 1 Cab Running Board with Grip Strut Inserts 1 Rear Step Bumper with Flip -Up Center Section 1 Diamond Plate Rear Full Width 1 Diamond Plate Stone Guards Front (pair) 1 Diamond Plate Overlay Double Step and Sides at Side Entry 1 Rubber Wheel Fenders Disassemble Compartments Door, Repair and Grease All Latches 1 and Replace Door Switches (included in Module Repaint) Cast rear door arabbers Q Qty SECTION 1 pair) EXTERIOR - PAINT, TAPE, LETTERING Sandblast all original paint including door jams and repaint with PPG paint (see procedure for details). (Does not include Re - Lettering) 151" Box or longer (includes New LED clearance lights, door switches, any bad rotary latches and rusted Nader pins) 1 Paint any color other than White, Includes Red, Yellow, Blue, Silver ect. 1 Wet -sand and Buff Paint on 151" Box or over 1 Paint Cab and Box - Two Colors (Door Jams Included) 1 6" Oracal Reflexite Cheron Two -Color Around Rear Doors 1 6" Chevron Oracal Reflexite Two -Color Rear Doors 1 Credit on box repaint with no painted striping 1 Graphics to match current fleet 10/27/2022 2024 Remount Order Form 4 of 4 INTERNATIONAL" Prepared For: Ten-8; Tamarac Fire Rescue, FL Michael Day 141 Maritime Dr. Sanford, FL 32771-6319 (407)328 - 5081 Reference ID: MVLP 4-DR November 28, 2022 Presented By: CUMBERLAND INTERNATIONAL TRUCKS, FL Sally Wilson 5221 WEST HIGHWAY 40 OCALA FL 34482 - (352)732-8151 Thank you for the opportunity to provide you with the following quotation on a new International truck. I am sure the following detailed specification will meet your operational requirements, and I look forward to serving your business needs. Model Profile 2024 MV607 SBA LP (MV60H) AXLE CONFIG: 4X2 APPLICATION: Ambulance MISSION: Requested GVWR: 20000. Calc. GVWR: 25500. Calc. GCWR: 55000 Calc. Start / Grade Ability: 50.33% / 4.27% @ 55 MPH Calc. Geared Speed: 83.3 MPH DIMENSION: Wheelbase: 217.00, CA: 106.00, Axle to Frame: 96.00 ENGINE, DIESEL: {Cummins L9 2701 EPA 2021, 270HP @ 2200 RPM, 860 lb-ft Torque @ 1200 RPM, 2200 RPM Governed Speed, 270 Peak HP (Max) TRANSMISSION, AUTOMATIC: {Allison 3000 EVS) 6th Generation Controls, Close Ratio, 6-Speed with Double Overdrive, with PTO Provision, Less Retarder, Includes Oil Level Sensor CLUTCH: Omit Item (Clutch & Control) AXLE, FRONT NON -DRIVING: {Meritor MFS-10-122A) I -Beam Type, 10,000-lb Capacity AXLE, REAR, SINGLE: {Meritor MS-17-14X-3DFL) Single Reduction, 17,500-lb Capacity, 190 Wheel Ends Gear Ratio: 4.33 CAB: Conventional 6-Man Crew Cab TIRE, FRONT: (3) 255/70R22.5 Load Range H XZE (MICHELIN), 563 rev/mile, 75 MPH, All -Position TIRE, REAR: (4) 255/70R22.5 Load Range H XZE (MICHELIN), 563 rev/mile, 75 MPH, All -Position SUSPENSION, REAR, AIR, SINGLE: (International IROS) 15,500-lb Capacity, 5.3" Ride Height, with Shock Absorbers PAINT: Cab schematic 10OWP Location 1: 9219, Winter White (Std) Chassis schematic N/A Proposal: 15589-01 INTERNATIONAL' Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description MV60H00 Base Chassis, Model MV607 SBA LP with 217.00 Wheelbase, 106.00 CA, and 96.00 Axle to Frame. 1570 TOW HOOK, FRONT (2) Frame Mounted 1ANA AXLE CONFIGURATION (Navistar) 4x2 Notes : Pricing may change if axle configuration is changed. 1CAA FRAME RAILS High Strength Low Alloy Steel (80,000 PSI Yield), 9.125" x 3.062" x 0.312" (231.8mm x 77.8mm x 8.Omm); with Transition to 6.500" x 3.062" x 0.312" (165.1mm x 77.8mm x 8.Omm); 388.4" (9864mm) Maximum CAL, For LP Chassis 1 LEG LICENSE PLATE HOLDER Includes Upper & Lower Mounting Plate Hardware, Mounted in Existing Holes in Front Bumper 1 LNN BUMPER, FRONT Contoured, Steel, Chrome Plated 1SAL CROSSMEMBER, REAR, AF (1) 1WEJ WHEELBASE RANGE 199" (505cm) Through and Including 254" (645cm) 2ASH AXLE, FRONT NON -DRIVING (Mentor MFS-10-122AI I -Beam Type, 10,000-lb Capacity 3770 SPRINGS, FRONT AUXILIARY Rubber 3ADB SUSPENSION, FRONT, SPRING Parabolic Taper Leaf, Shackle Type, 10,000-lb Capacity, with Shock Absorbers Includes : SPRING PINS Rubber Bushings, Maintenance -Free 4091 BRAKE SYSTEM, AIR Dual System for Straight Truck Applications Includes BRAKE LINES Color and Size Coded Nylon DRAIN VALVE Twist -Type GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located in Instrument Cluster PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel PARKING BRAKE VALVE For Truck QUICK RELEASE VALVE On Rear Axle for Spring Brake Release: 1 for 4x2, 2 for 6x4 : SPRING BRAKE MODULATOR VALVE R-7 for 42, SR-7 with relay valve for 6x4/8x6 4722 DRAIN VALVE (Bendix DV-2) Automatic, with Heater, for Air Tank 4AZJ AIR BRAKE ABS (Bendix AntiLock Brake System) 4-Channel (4 Sensor/4 Modulator) Full Vehicle Wheel Control System, with Automatic Traction Control 4EDN AIR DRYER (Bendix AD-9S1) with Heater, Includes Safety Valve 4EXP BRAKE CHAMBERS, FRONT AXLE (Bendix) 20 Sgln 4EXS BRAKE CHAMBERS, REAR AXLE (Bendix EverSure) 24/30 Sgln Spring Brake 4EYD AIR DRYER SHIELD to Protect from Debris 4GBM BRAKE, PARKING Manual Push -Pull Pneumatic Parking Brake 4LAG SLACK ADJUSTERS, FRONT (Gunite) Automatic FIR Wt Tot Wit (Ibs) (Ibs) 5460/2756 8216 9/-1 8 0/0 0 G7Li�? 0/0 0 0120 20 0/0 0 42/0 42 10/0 10 25/0 25 -25/-25 -50 20/-3 16/0 0/35 0/0 0/0 14/0 2 5 17 16 35 0 0 14 2 Proposal: 15589-01 INTERNATIONAL Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description F/R Wt Tot Wt (Ibs) (Ibs) 4LGG SLACK ADJUSTERS, REAR (Gunite) Automatic 0/14 14 4SPA AIR COMPRESSOR (Cummins) 18.7 CFM 36/2 38 4VLA AIR TANK LOCATION (3) : One Mounted Parallel Under Left Rail, Back of Cab, 36/16 52 Two Mounted Under Battery Box, Outside Left Rail, Under Cab 4VLE AIR DRYER LOCATION Mounted Inside Engine Compartment, Right Side 0/0 0 4WGU AIR SUPPLY, AUXILIARY (Schrader) Valve; Mounted in Engine Compartment 0/0 0 4XDC BRAKES, FRONT (Meritor 15X4 Q-PLUS CAST) Air S-Cam Type, Cast Spider, 77/0 77 Fabricated Shoe, Double Anchor Pin, Size 15" X 4", 13,200-lb Capacity 4XDR BRAKES, REAR (Mentor 16.5X7 Q-PLUS CAST) Air S-Cam Type, Cast Spider, 0/195 195 Fabricated Shoe, Double Anchor Pin, Size 16.5" X 7", 23,000-lb Capacity per Axle 5710 STEERING COLUMN Tilting and Telescoping 16/3 19 5CAW STEERING WHEEL 4-Spoke; 18" Dia., Black 0/0 0 5PSA STEERING GEAR (Sheppard M100) Power 29/-7 22 6DGG DRIVELINE SYSTEM (Dana Spicer) 1710, for 4x2/6x2 8/20 28 7BMJ EXHAUST SYSTEM Horizontal Aftertreatment System, Frame Mounted Under 66/57 123 Right Rail Back of Cab, for Single Vertical Tail Pipe, Frame Mounted Right Side Back of Cab 7SCP ENGINE EXHAUST BRAKE for Cummins ISB/B6.7/ISL/L9 Engine with Variable 0/0 0 Vane Turbo Charger 7WBA TAIL PIPE (1) Turnback Type, Bright 4/5 9 7WBS MUFFLER/TAIL PIPE GUARD (1) Bright Stainless Steel 11/13 24 7WCR EXHAUST HEIGHT 10' 11" 210 2 7WZX SWITCH, FOR EXHAUST 3 Position, Momentary, Lighted Momentary, ON/ 210 2 CANCEL, Center Stable, INHIBIT REGEN, Mounted in IP Inhibits Diesel Particulate Filter Regeneration When Switch is Moved to ON While Engine is Running, Resets When Ignition is Turned OFF 8000 ELECTRICAL SYSTEM 12-Volt, Standard Equipment 0/0 0 Includes DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab HAZARD SWITCH Push On/Push Off, Located on Instrument Panel to Right of Steering Wheel HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light STARTER SWITCH Electric, Key Operated STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector TURN SIGNAL SWITCH Self -Cancelling for Trucks, Manual Cancelling for Tractors, with Lane Change Feature : TURN SIGNALS, FRONT Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted : WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature (5 Pre -Set Delays), Integral with Turn Signal Lever WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted WIRING, CHASSIS Color Coded and Continuously Numbered 8540 HORN, ELECTRIC (2) Trumpet Style 0/0 0 3 Proposal: 15589-01 INTERNATIONAL' Vehicle Specifications 2024 MV607 SBA LP (MV60H) Code Description 8718 POWER SOURCE Cigar Type Receptacle without Plug and Cord 8GXK ALTERNATOR {Leece-Neville BLP4006HNI Brushless, 12 Volt, 325 Amp Capacity, Pad Mount, with Remote Sense 8HAB BODY BUILDER WIRING Back of Day Cab at Left Frame or Under Sleeper, Extended or Crew Cab at Left Frame; Includes Sealed Connectors for Tail/Amber Turn/Marker/ Backup/Accessory Power/Ground and Sealed Connector for Stop/ Turn 8MSL BATTERY SYSTEM (Fleetrite 31-PC2120 AGM} Maintenance -Free, (3) AGM 12- Volt 2775CCA Total, Top Threaded Stud 8RMZ SPEAKERS (2) 6.5" Dual Cone Mounted in Both Doors, (2) 5.25" Dual Cone Mounted in Both B-Pillars 8RPB RADIO, AUXILIARY CONTROLS Mounted in Steering Wheel, Radio Function Control Switch, Includes Volume Up/Down, Mute, Forward/Back and Bluetooth Answer/Disconnect 8RPR ANTENNA for Increased Roof Clearance Applications 8RPS RADIO AM/FM/WB/Clock/Bluetooth/USB Input/Auxiliary Input 8TUU BATTERY CABLES with 1 Auxiliary Battery Post, Positive 8VUW BATTERY BOX Steel, with Plastic Cover, 25" Wide, 2-3 Battery Capacity, Mounted Left Side Under Cab in Rearward Position or Back of DEF Tank 8WBW JUMP START STUD Remote Mounted Includes : JUMP START STUD Mounted to Battery Box 8WDG BACK-UP ALARM (Preco 1059) Electronic, Solid State, Dual Function, 112 dBA 8WGL WINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake Set and Wipers Left on for a Predetermined Time 8WPH CLEARANCE/MARKER LIGHTS (5) {Truck Lite) Amber LED Lights, Flush Mounted on Cab or Sunshade 8WPZ TEST EXTERIOR LIGHTS Pre -Trip Inspection will Cycle all Exterior Lamps Except Back-up Lights 8WRB HEADLIGHTS ON W/WIPERS Headlights Will Automatically Turn on if Windshield Wipers are turned on 8WTK STARTING MOTOR {Delco Remy 38MT Type 300112 Volt, Less Thermal Over - Crank Protection 8WWJ INDICATOR, LOW COOLANT LEVEL with Audible Alarm 8WXB HEADLIGHT WARNING BUZZER Sounds When Head Light Switch is on and Ignition Switch is in "Off' Position 8WZP INDICATOR, BATTERY WARNING Green BATTERY ON Indicator, Mounted on Left Side of Instrument Panel, To be Used with Factory Installed or Customer Mounted Battery Disconnect Switch 8XAH CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III with Trip Indicators, Replaces All Fuses 8XHR POWER SOURCE, ADDITIONAL Auxiliary Power Outlet (APO) with USB Port, Located in the Instrument Panel November 28, 2022 F/R Wt Tot Wt (Ibs) (Ibs) 1/0 1 18/-1 17 ►7G A 38/63 101 6/2 8 8/2 10 1/0 211 0/0 -7/7 2/0 0/1 0/0 1/0 0/0 0/0 7/1 0/0 0/0 1/0 0/0 1/0 1 3 0 0 ►: 1 0 1 0 0 8 0 0 1 0 1 4 Proposal: 15589-01 INTERNATIONAL Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description F/R Wt Tot Wt (Ibs) (Ibs) 8XHV BATTERY DISCONNECT SWITCH for Cab Power Disconnect Switch, 10/3 13 Disconnects Power to Power Distribution Center (PDC) and Body Builder Through Solenoid, Does Not Disconnect Charging Circuits, Locks with Padlock, Cab Mounted 8XKM SWITCH, AIR HORN, PASSENGER Fire Truck Application, Momentary Switch 0/0 0 Located in Instrument Panel Close to Passenger, Driver Also To Activate Switch with Lanyard 8XME HORN, AIR (2) Emergency, Chrome, Hood Mounted, with Lanyard Pull Cord 11/0 11 8XMM LIGHT, WORK, MTD UNDER HOOD (2) LED, Activates with Hood Open 0/0 0 8XPA HEADLIGHTS LED, with Daytime Running Lights, Automatic Twilight Controlled 4/-1 3 9AAC LOGOS EXTERIOR Model Badges, Shipped Loose, Located in Cab 0/0 0 9AAH LOGOS EXTERIOR, ENGINE Badge Shipped Loose 0/0 0 9HAN INSULATION, UNDER HOOD for Sound Abatement 10/0 10 9HBN INSULATION, SPLASH PANELS for Sound Abatement 2/0 2 9HCZ GRILLE Stationary, Molded in Black, with Chrome Surround 0/0 0 9WBN FENDER EXTENSIONS Painted 0/0 0 9WBW FRONT END Tilting, Fiberglass, with Three Piece Construction, Dual Air Intakes 0/0 0 10060 PAINT SCHEMATIC, PT-1 Single Color, Design 100 0/0 0 Includes : PAINT SCHEMATIC ID LETTERS "WP" 10761 PAINT TYPE Base Coat/Clear Coat, 1-2 Tone 0/0 0 10AGB COMMUNICATIONS MODULE Telematics Device with Over the Air Programming, 0/0 0 Includes Five Year Data Plan and International 360 10SLV PROMOTIONAL PACKAGE Government Silver Package 0/0 0 10VAA KEYS - ALL ALIKE, ADDITIONAL 3 Keys 0/0 0 10WUE MUD FLAPS, FRONT WHEELS (2) Rubber, Mounted on Fender Extension 12/0 12 11001 CLUTCH Omit Item (Clutch & Control) 0/0 0 12703 ANTI -FREEZE Red, Extended Life Coolant; To -40 Degrees F/ -40 Degrees C, 0/0 0 Freeze Protection 12849 BLOCK HEATER, ENGINE 120V/1000W, for Cummins ISB/B6.7/ISL/L9 Engines 3/0 3 Includes BLOCK HEATER SOCKET Receptacle Type; Mounted below Drivers Door 12ESK ENGINE, DIESEL {Cummins L9 270) EPA 2021, 270HP @ 2200 RPM, 860 lb-ft 573/-9 564 Torque @ 1200 RPM, 2200 RPM Governed Speed, 270 Peak HP (Max) 12TSY FAN DRIVE {Borg-Warner SA85) Viscous Type, Screw On 0/0 0 Includes : FAN Nylon 12VCE AIR CLEANER Single Element, Fire Retardant Media 0/0 0 5 Proposal: 15589-01 INTERNATIONAL Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description F/R Wt Tot Wt (Ibs) (Ibs) 12VJH EMISSION, CALENDAR YEAR (Cummins L9) EPA, OBD and GHG Certified for 0/0 0 Calendar Year 2023 12VXU THROTTLE, HAND CONTROL Engine Speed Control for PTO; Electronic, 210 2 Stationary Pre -Set, Two Speed Settings, Mounted on Steering Wheel 12WZE CARB IDLE COMPLIANCE Federal, Does Not Comply with California Clean Air 0/0 0 Idle Regulations 12XBM ENGINE CONTROL, REMOTE MOUNTED Provision for; Includes Wiring for Body 0/0 0 Builder Installation of PTO Controls and Starter Lockout, with Ignition Switch Control, for Cummins B6.7 and L9 Engines 12XCA RADIATOR Aluminum, 3-Row, Down Flow, Front to Back System, 837 Sgln 0/0 0 Louvered, with 477 Sgln Charge Air Cooler, Includes In -Tank Oil Cooler 12XCS CARB EMISSION WARR COMPLIANCE Federal, Does Not Comply with CARB 0/0 0 Emission Warranty 13BCU TRANSMISSION, AUTOMATIC (Allison 3000 EVS) 6th Generation Controls, Close 203/80 283 Ratio, 6-Speed with Double Overdrive, with PTO Provision, Less Retarder, Includes Oil Level Sensor 13WET TRANSMISSION SHIFT CONTROL Column Mounted Stalk Shifter, Not for Use 1/0 1 with Allison 1000 & 2000 Series Transmission 13WLP TRANSMISSION OIL Synthetic; 29 thru 42 Pints 0/0 0 13WUD ALLISON SPARE INPUT/OUTPUT for Emergency Vehicle Series (EVS), Rescue, 0/0 0 Ambulance, Package Number 170 13WYU SHIFT CONTROL PARAMETERS (Allison) 3000 or 4000 Series Transmissions, 0/0 0 Performance Programming 13XAN PTO LOCATION Customer Does Not Intend to Install PTO 0/0 0 14899 SUSPENSION AIR CONTROL VALVE Pressure Release Control In Cab 3/5 8 14ANP AXLE, REAR, SINGLE (Mentor MS-17-14X-3DFL) Single Reduction, 17,500-lb 01207 207 Capacity, 190 Wheel Ends. Gear Ratio: 4.33 14TBM SUSPENSION, REAR, AIR, SINGLE (International IROS) 15,500-lb Capacity, 5.3" 0/-10 -10 Ride Height, with Shock Absorbers 14WAS SUSPENSION LEVELING VALVE Dual Height, One Additional, for Air Ride 0/2 2 Suspension 15LMN FUEL/WATER SEPARATOR (Racor400 Series,) 12 VDC Electric Heater, Includes 0/-1 -1 Pre -Heater, with Primer Pump, Includes Water -in -Fuel Sensor 15LRE LOCATION FUEL/WATER SEPARATOR Mounted Under Hood, Left Side, Above 0/0 0 Front Axle 15SGK FUEL TANK Top Draw, Non -Polished Aluminum, D-Style, 16" Tank Depth, 50 US 6/-5 1 Gal (189L), Mounted Right Side, Under Cab 15WDG DEF TANK 7 US Gal (26L) Capacity, Frame Mounted Outside Left Rail, Under Cab 0/0 0 15WTM AUXILIARY FUEL DRAW TUBE Located at Auxiliary Port on Fuel Tank 0/0 0 16196 CAB Conventional 6-Man Crew Cab 104/250 354 Includes : CLEARANCE/MARKER LIGHTS (5) Flush Mounted 6 Proposal: 15589-01 INTERNATIONAL' Vehicle Specifications 2024 MV607 SBA LP (MV60H) Code Description 16ATC AUTOMATIC CLIMATE CONTROL Automatically Maintains Cabin Comfort Based on Selected Temperature 16BAM AIR CONDITIONER with Integral Heater and Defroster 16GED GAUGE CLUSTER Base Level; English with English Electronic Speedometer Includes : GAUGE CLUSTER DISPLAY: Base Level (3" Monochromatic Display), Premium Level (5" LCD Color Display); Odometer, Voltmeter, Diagnostic Messages, Gear Indicator, Trip Odometer, Total Engine Hours, Trip Hours, MPG, Distance to Empty/ Refill for : GAUGE CLUSTER Speedometer, Tachometer, Engine Coolant Temp, Fuel Gauge, DEF Gauge, Oil Pressure Gauge, Primary and Secondary Air Pressure or Auxiliary Air Pressure (if Air Equipped) : WARNING SYSTEM Low Fuel, Low DEF, Low Oil Pressure, High Engine Coolant Temp, Low Battery Voltage (Visual and Audible), Low Air Pressure, Primary and Secondary (if Air Equipped) 16GHV GRAB HANDLE, CAB INTERIOR (4) Safety Yellow, Crew Cab 16HGH GAUGE, OIL TEMP, AUTO TRANS for Allison Transmission 16HKT IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster 16JNT SEAT, DRIVER {National 2000) Air Suspension, High Back with Integral Headrest, Vinyl, Isolator, 1 Chamber Lumbar, with 2 Position Front Cushion Adjust, -3 to +14 Degree Angle Back Adjust 16LKA SEAT, REAR {National 2000) Two Individual Outboard Seats, NFPA Compliant, Air Suspension, High Back, Vinyl, Isolator, with 2 Position Front Cushion Adjustment, -3 to +14 Degree Seat Back Adjustment, Lumbar, with 18" Wide Cushion and 20" Seat Back 16PPN SEAT, PASSENGER (National 2000) Air -Suspension, High Back with Integral Headrest, Vinyl, Isolator, 1 Chamber Lumbar, 2 Position Front Cushion Adjustment, -3 to +14 Degree Seat Back Adjustment, Dual Shocks 16SAP GRAB HANDLE, ADDITIONAL EXT (1) Chrome, Towel Bar Type, with Anti -Slip Rubber Inserts, Mounted Left Side, Rear of Rear Door, for Crew Cab 16SDC GRAB HANDLE, EXTERIOR (2) Chrome, Towel Bar Type, with Anti -Slip Rubber Inserts, for Cab Entry Mounted Left and Right Side at B-Pillar 16SSU MIRRORS (2) C-Loop, Power Adjust, Heated, Turn Signals, LED Clearance Lights, Bright Heads and Arms, 7" x 14.5" Flat Glass, Includes 8" x 6" Convex Mirrors, for 102" Load Width Notes : Mirror Dimensions are Rounded to the Nearest 0.5" 16VAH CUP HOLDERS Omit, In Instrument Panel 16VCA SEAT BELT All Red; 4 to 6 16VDZ KEYLESS ENTRY SYSTEM REMOTE with Panic and Auxiliary Buttons, Includes Two Key Fobs (Transmitters) 16VKM CAB INTERIOR TRIM Diamond, for Crew Cab Includes November 28, 2022 F/R Wt Tot Wt (Ibs) (Ibs) 0/0 0 56/0 56 0/0 0 0/0 0 1/0 1 0/0 0 1/1 2 105/67 172 65/39 104 211 3 6/0 6 0/0 0 -2/0 -2 0/0 0 1/0 1 0/0 0 7 Proposal: 15589-01 INTERNATIONAV Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description F/R Wt Tot Wt (Ibs) (Ibs) CONSOLE, OVERHEAD Molded Plastic with Dual Storage Pockets, Retainer Nets and CB Radio Pocket; Located Above Driver and Passenger : DOME LIGHT, CAB DoorActivated and Push On -Off at Light Lens, Timed Theater Dimming, Reading Lights; Integral to Overhead Console, Center Mounted : SUN VISOR (3) Padded Vinyl; 2 Moveable (Front -to -Side) Primary Visors, Driver Side with Vanity Mirror and Toll Ticket Strap, plus 1 Auxiliary Visor (Front Only), Driver Side 16VLK CAB REAR SUSPENSION Air Suspension, for Mid Cab Height 41/1 42 16VUY MONITOR, TIRE PRESSURE System Gives Warning that Tire Pressure is Below 9/2 11 Set Pressure, Monitors Tire Pressure of Each Tire with Temperature Compensation, Data Displayed in the LCD of the Cluster, for 4x2 Axle Configuration, Does Not Include Lift Axles or Spare Wheels 16WBY ARM REST, RIGHT, DRIVER SEAT 3/0 3 16WBZ ARM REST, LEFT, PASSENGER SEAT 3/0 3 16WJV WINDOW, POWER (4) And Power Door Locks, Front and Rear Doors, Left and 10/0 10 Right, Includes Express Down Feature 16WLS FRESH AIR FILTER Attached to Air Intake Cover on Cowl Tray in Front of 1/0 1 Windshield Under Hood 16WSE LOW WASHER FLUID INDICATOR 1/0 1 16XJN INSTRUMENT PANEL Flat Panel 0/0 0 16XWD SUNSHADE, EXTERIOR Aerodynamic, Painted Roof Color, with Integral 14/3 17 Clearance/Marker Lights 16ZBU ACCESS, CAB Steel, Driver & Passenger Sides, Two Steps per Door, for use with 22/71 93 Crew Cab 26DUW WHEEL, SPARE, DISC (Accuride 51408122.5x8.25 Rims, Powder Coat Steel, 10- 0/67 67 Stud, 285.75mm BC, Hub -Piloted 27DWT WHEELS, FRONT {Accuride 436441 DISC; 22.5x8.25 Rims, Extra Polish -42/0 -42 Aluminum, 10-Stud, 285.75mm BC, Hub -Piloted, Flanged Nut, with Steel Hubs 28DWT WHEELS, REAR (Accuride 43644) DUAL DISC; 22.5x8.25 Rims, Extra Polish 0/-84 -84 Aluminum, 10-Stud, 285.75mm BC, Hub -Piloted, Flanged Nut, with Steel Hubs 29007 TIRE, SPARE Equal to Model Standard 0/94 94 29BAG WHEEL, REAR, IDENTITY Replace Inner Aluminum Wheels on Rear Duals with 0/59 59 the Equivalent Steel Wheels - For Use with Hub Piloted Wheels Only 29WLK WHEEL BEARING, FRONT, LUBE (EmGard FE-75W-901 Synthetic Oil 0/0 0 60ACW BDY INTG, 1/0 EXP HARNESS (for Diamond Logic Builder) In -Cab wire harness 0/0 0 (DLB) program only, Includes a harness with five blunt cut wires routed on lower left of instrument panel. Two ground active inputs and two (.5Amp) relay drivers outputs are provided 7652523253 (3) TIRE, FRONT 255/70R22.5 Load Range H XZE (MICHELIN), 563 rev/mile, 75 60/0 60 MPH, All -Position 7652523253 (4) TIRE, REAR 255/70R22.5 Load Range H XZE (MICHELIN), 563 rev/mile, 75 0/80 80 MPH, All -Position Services Section: 8 Proposal: 15589-01 INTERNATIONAI.s Vehicle Specifications November 28, 2022 2024 MV607 SBA LP (MV60H) Code Description F/R Wt Tot Wt (Ibs) (Ibs) 40129 WARRANTY Standard for MV Series, Effective with Vehicles Built July 1, 2017 or 0/0 0 Later, CTS-2020A Total Component Weight: 7248/4100 11348 Body/Allied Equipment Code Description F/R Wt Tot Wt Goods Purchased Code Description F/R Wt Tot Wt Steel surcharge 0/0 0 K-Tech ship through.. 0/0 0 Tire surcharge 0/0 0 Furnish & Install Front IPD (Roadmaster) Sway Bar 0/0 0 Drivers Side Foot Switch for Factory installed Hood Mounted Air Horns 0/0 0 WB Modification to 108" C/A WITH 91" A/F CUT 0/0 0 CROSSFIRE TIRE INFLATION SYSTEM 0/0 0 PDI & Programming 0/0 0 Furnish loose A/C tie in parts in Cab 0/0 0 Force match balance all tires and align front axle. Radial run out must be less than . 0/0 0 03" max. allowable balance weight cannot exceed 2% of dry tire & wheel weight. To be done on Hunter Force Balancer. LIGHTED BUMPER GUIDES 0/0 0 Furnish & Install Rear IPD (Roadmaster) Sway Bar 0/0 0 Auxiliary Air Tank for Air Horns 0/0 0 Auxiliary A/C Compressor for Cummins L9 Engine 0/0 0 Red Dot A/C - mounted between driver & passenger seats on cab floor 0/0 0 Total Goods Purchased: 0/0 0 The weight calculations included in this proposal are an estimate of future vehicle weight. The actual weight as manufactured may be different from the estimated weight. Navistar, Inc. shall not be liable for any consequences resulting from any differences between the estimated weight of a vehicle and the actual weight. 9 Proposal: 15589-01 INTERNATIONAL Electronic Parameters Summary November 28, 2022 2024 MV607 SBA LP (MV60H) (0012ESK) ATTACHMENTS: 0012VXU 0012TSY 0007WZX 0007SCP Parameter Max Accelerator Vehicle Speed Road Speed Governor Upper Droop Road Speed Governor Lower Droop Max Engine Speed No Veh Speed Sensr Fuel Economy Adjustment Factor Idle Speed Adjustment Enable Low Idle Speed Idle Shutdown Enable ISD Time Before Shutdown ISD Percent Engine Loading ISD In PTO ISD Manual Override ISD With Parking Brake Set ISD Ambient Temperature Override ISD Cold Ambient Air Temperature ISD Intermediate Ambient Air Temp ISD Hot Ambient Air Temperature ISD Manual Override Inhibit Zone En ISD Hot Ambient Automatic Override ISD Engine Coolant Temp Threshold Cruise Control Enable CC Maximum Vehicle Speed CC Save Set Speed CC Upper Droop CC Lower Droop CC Auto Resume CC Ovrspd Retard Activation Enable CC Overspeed for Max Retarder CC Overspeed for Min Retarder Retarder - Min Vehicle Speed Retarder - Delay Time Retarder - Service Brake Activation Remote Accelerator Enable Remote Accelerator Mode PTO Enable PTO In Cab Mode Remote PTO Enable Remote Station PTO Enable PTO Max Engine Speed PTO Min Engine Speed PTO Maximum Engine Load PTO Max Vehicle Speed PTO Accelerator Override PTO Accel Override Max Engine Speed PTO Clutch Override PTO Service Brake Override PTO Parking Brake Interlock Mode PTO Transmission Neutral Interlock PTO Eng Spd Limit w/VSS Limit PTO Ignore Vehicle Speed Sensor PTO Resume Switch Speed PTO Set Switch Speed PTO Additional Switch Speed PTO Ramp Rate Value 75 3 0 1954 4, MAXIMUM FUEL ECONOMY Y, ENABLE FEATURE OR FUNCTION 750 N, DISABLE FEATURE OR FUNCTION 15.0 100 N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION 30 40 81 N, DISABLE FEATURE OR FUNCTION Y 53 Y, ENABLE FEATURE OR FUNCTION 75 N, DISABLE FEATURE OR FUNCTION 3.0 0.0 N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION 0.0 0.0 10 0.5 N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION 1, REMOTE ACCELERATOR PEDAL OR LEVER WITH TRANS VERIFICATION Y, ENABLE FEATURE OR FUNCTION Y, ENABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION 2200 750 800 2 N, DISABLE FEATURE OR FUNCTION 2400 N, DISABLE FEATURE OR FUNCTION Y, ENABLE FEATURE OR FUNCTION 1, PTO PRK BRK INT TYPE SET TO CAB ONLY N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION N, DISABLE FEATURE OR FUNCTION 925 850 950 250 UOM MPH MPH MPH RPM N/A N/A RPM N/A MIN N/A N/A N/A N/A F F F N/A N/A F N/A MPH N/A MPH MPH N/A N/A MPH MPH MPH SEC N/A N/A N/A N/A N/A N/A N/A RPM RPM LB -FT MPH N/A RPM N/A N/A N/A N/A N/A N/A RPM RPM RPM RPM/SEC 10 Proposal: 15589-01 INTERNATIONAL' Electronic Parameters Summary November 28, 2022 2024 MV607 SBA LP (MV60H) Remote PTO Number of Speed Settings 1 N/A Remote PTO Speed Setting 1 1000 RPM Remote PTO Speed Setting 2 1200 RPM Remote PTO Speed Setting 3 1400 RPM Remote PTO Speed Setting 4 1400 RPM Remote PTO Speed Setting 5 1500 RPM Remote Station PTO Resume Sw Spd 1000 RPM Remote Station PTO Set Switch Speed 1500 RPM Remote Station PTO Addition Sw Spd 1500 RPM Transmission Driven PTO N, DISABLE FEATURE OR FUNCTION N/A Transmission Driven PTO Type 0, ENGINE DRIVEN STEADY LOAD N/A Powertrain Protection Enable N, DISABLE FEATURE OR FUNCTION N/A Max Torque Allow By Axle/Driveshaft 23602 LB -FT Max Torque in Top Gear Range 2995 LB -FT Max Torque in Int. Gear Range 2995 LB -FT Max Torque in Low Gear Range 2995 LB -FT Max Torque w/o Vehicle Speed 1475 LB -FT Lowest Gear of Top Gear Range 2.00 N/A Lowest Gear of Int. Gear Range 3.00 N/A Lowest Gear of Low Gear Range 6.00 N/A Engine Protection Shutdown Y, ENABLE FEATURE OR FUNCTION N/A Engine Protection Restart Inhibit Y, ENABLE FEATURE OR FUNCTION N/A Engine Prot Coolant Level Shutdown N, DISABLE FEATURE OR FUNCTION N/A Trip Information Vehicle Ovrspeedl 82 MPH Trip Information Vehicle Ovrspeed2 84 MPH Maintenance Monitor Enable N, DISABLE FEATURE OR FUNCTION N/A Maintenance Monitor Operating Mode 0, MAINTENANCE MONITOR AUTOMATIC MODE OF N/A OPERATION Maintenance Monitor Alert Percent 90 % Maintenance Monitor Distance 15000 MILES Maintenance Monitor Fuel 2000 GALLONS Maintenance Monitor Time 500 HOURS Maintenance Monitor Interval Factor 1.00 N/A Master Password 000000 N/A Adjustment Password 000000 N/A Reset Password 000000 N/A Predictive Gear Shifting N, DISABLE FEATURE OR FUNCTION N/A These Electronic Parameters have been successfully finalized 11 Proposal: 15589-01 INTERNATIONAL" Turning Radius Summary November 28, 2022 2024 MV607 SBA LP (MV60H) r � 4 if t 1 l f 4 � 7 t � r i tf1iETM T:avaitig Ra+�us: 3tP 2" i aCalrb i W&M R 4 TRCR CI TW Ins--C —al C: 14.5+F CI: s.39 € ter' 7" CH:® TR: 2" TW: 10.2i! Series: MV Model: MV60H Description: MV607 SBA LP Model Year: 2024 Calculation Factors Wheelbase: 217 Front Axle: 0002ASH Description: AXLE, FRONT NON -DRIVING, {Meritor MFS-10-122AI (- Beam Type, 10,000-lb Capacity Front Wheel: 0027DWT Description: WHEELS, FRONT, {Accuride 436441 DISC; 22.5x8.25 Rims, Extra Polish Aluminum, 10-Stud, 285.75mm BC, Hub - Piloted, Flanged Nut, with Steel Hubs Front Tire: 07652523253 Description: TIRES, 255/70R22.5 Load Range H XZE (MICHELIN), 563 rev/mile, 75 MPH, All -Position Steering Gear: 0005PSA Description: STEERING GEAR, (Sheppard M100) Power Turning Radius Statistics General Information Inside Turn Angle: 50 Degrees Radial Overhang: 19 Axle Information KingPin Inclination: 6.25 Degrees KingPin Center: 69 Turning Radius - Curb View C - Curb Contact Length: 14.54 Cl - Curb Clearance Increment: 5.39 CR - Curb Clearance Radius: 307' CH - Curb Height: 6" TR - Turning Radius: 30'2" TW - Tire Width: 10.20 ' All Measurements are in inches, unless otherwise specified. This information is based on engineering information available at this time. Actual figures may vary. Navistar, Inc. cannot accept liability for consequences due to this variance. 12 Proposal: 15589-01 EXHIBIT B WARRANTY i Emergency Vehicle Limited Warranty w ,�m�b►u�anc�a Subject to limitations, provisions and conditions set forth in this Warranty, Osage Industries, Inc. does hereby warrant to each Purchaser Only that this ambulance remount work shall be free from defects in workmanship and materials used in the remount process for a period as follows: A. For THREE 3 years or 36,000 miles, whichever comes first, from the date of the purchase, Osage Industries, Inc. will repair or replace, at no cost to purchaser, only those components manufactured by Osage Industries, Inc. for use in a remount vehicle and excludes components from other manufacturers used in such conversions; i.e, sirens, inverters, lightbars, oxygen equipment, chassis, etc. Individual warranties are covered by those manufacturers included in the Owner's Manual as supplied with the vehicle and shall apply as set forth by said manufacturer. Osage will not assume liability or responsibility for components, which are reused. Osage will only reimburse labor up to (3) years on those components with more than a (3) year warranty. B. For THREE 3 years or 36,000 miles, whichever comes first, from the date of the purchase, Osage Industries, Inc. will cover the cost of labor and material, in the repair or replacement of the electrical systems furnished and installed by Osage Industries, Inc. This warranty shall include all wiring, terminals and connections and general design concept used by Osage Industries, Inc. at the time of the remount. This warranty shall not apply to any electrical equipment furnished and warranted by other manufacturers. These warranties shall be limited to component manufacturer's policies. Osage will not assume liability or responsibility for components, which are reused. C. Paint —For THREE 3 years or 36,000 miles, whichever comes first, from the date of the purchase, Osage Industries, Inc., will cover the cost of labor and materials on repairs ONLY to the module body paint, and cab stripe, if Osage has done a total repaint. Pinstripe is covered for a period of Six (6) months. Warranty covers cost of parts and labor, providing problem is agreed upon by both parties (purchaser and seller) to be a manufacturing defect. The above warranties are conditioned upon normal use and reasonable maintenance and do not apply to any components, which have been subject to abuse, accident, alteration, vandalism, and improper or careless use. Any modification of any description made to any components on the conversion, without written approval by Osage Industries, Inc. shall void the warranty of said system and components parts. Prompt written notice of all defects or claims against Osage shall be forwarded to Osage Industries, Inc., P.O. Box 718, Linn, Missouri (MO) 65051, or by calling at 800-822-3634. No repairs or additions shall be performed without prior approval from Osage Industries, Inc. Osage Industries, Inc. reserves the right to reject unauthorized claims and its decision in these matters shall be final. If warranty repairs are necessary, all work must be performed by Osage Industries, Inc. or a repair center authorized by Osage Industries, Inc. It is the responsibility of the purchaser to transport vehicle to and from Osage Industries, Inc., Linn, Missouri (MO), or the repair center authorized by Osage Industries, Inc. for warranty repairs. Osage is not responsible for any loss or damage that may occur during said transportation. Any expressed warranty not provided herein and any remedy for breach of contract which might arise by implication or operation of law, is hereby excluded and disclaimed. The implied warranties of merchantability and fitness for any particular purpose are expressly limited to the terms stated above. Some states do not allow limitations on how long an implied warranty lasts. Therefore, the above limitations may not apply to you. Under no circumstances shall Osage Industries, Inc. be liable to purchaser or any other person for any special or consequential damages, whether arising out of breach of warranty, breach of contract, or otherwise. Some states do not allow the exclusion or limitation of incidental or consequential damages. Therefore, the above limitations or exclusions may not apply to you. This Warranty gives you specific legal rights, and you may have other rights, which vary, from state to state Document Control Number OM 19-1-33 REV E 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." Definitions. a. "Acceptance" has the same meaning set forth in Company's Equipment Proposal. b. "Company's Equipment Proposal" means the Equipment Proposal provided by Company and prepared in response to Customer's request for proposal for a fire apparatus, associated equipment or an ambulance. c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government ("Public Authority"), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer's equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a "piggyback arrangement," which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. "Delivery" means when Company delivers physical possession of the Product to Customer. e. "Manufacturer" means the Manufacturer of any Product. f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment Proposal. g. "Product" means the fire apparatus and any associated equipment, or ambulance manufactured or furnished for Customer by Company pursuant to the Specifications. h. "Purchase Price" means the Total price set forth in the Quotation, adjusted for the final net price for the chassis charged by the original equipment manufacturer set forth in the final invoice submitted to the Company by the manufacturer. i. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. j. "Specifications" means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company's Equipment Proposal and its Exhibit A (Proposal Option List or for ambulance sales, the Quotation, or Order Form, as applicable), prepared in response to Customer's request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's Equipment Proposal ("Effective Date") and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer elects to pay the Purchase Price by means of a credit card. 5. Representations and Warranties Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. a. Fire Equipment and Apparatus Sales. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer's system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance Sales. An order for an ambulance cannot be cancelled or terminated once Company receives and processes Customer's Acceptance of Company's Equipment Proposal. 7. Deliverv. 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. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT, STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE BASED. COMPANY'S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond Company's control or which make Company's performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company's control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their contracts or labor troubles of Company or a manufacturer causing cessation, slowdown, or interruption of work. 11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer's providing timely information in response to a request from Manufacturer or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its obligations under this Agreement; (b) Company's failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin ("MSO") for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire & Safety, LLC will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions, the Ten-8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (h) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. �•3 Equipment Proposal Proposal # 888/890 IN SERVICE TO SERVE YOU This Equipment Proposal (the "Proposal") has been prepared by Ten-8 Fire & Safety, LLC ("Company") in response to the undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal Option List, Warranty, and Company's Purchasing Terms and Conditions. Through its signature below or other Acceptance (as defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company's Purchasing Terms and Conditions. Date: January 23, 2023 ("Proposal Date") Customer: City of Tamarac Fire Rescue ("Customer") Customer Address: 6000 Hiatus Road Tamarac FL 33321 Qty Product Description & Options Price The vehicles below are based on Sourcewell Contract #113021-OKC-1 1 Pierce 75' PUC Quint 7010 Enforcer Model ID 244 with customer options per bid 889 $1,298,281.89 1 Pierce HDRP 7010 Enforcer Model ID 1801 with customer options per bid 888 $869,906.42 1 Dealer provided equipment (STF) for both units. $20,000.00 "Commercial chassis price is an estimate; final price is net price charged by the chassis manufacturer. Total: $2,188,188.31 Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 24 (months) after Company receives Customer's acceptance of this Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's control. Other: Unless accepted within 30 days from date of proposal, the right is reserved to withdraw this proposal. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. "ACCEPTANCE" MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER'S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer: V- Ten-8 Fire & Safe , LLC By: Gl4$ 1, K - 0 Keith K,rGIM' - v pumbtGentaets Title: Print: r Date: By: Title: Authorized Sales Representative Print: Jeff Calcutt Date: 1/23/2023 TR 13893 EXHIBIT 3 EXHIBIT A PROPOSAL OPTION LIST TR 13893 EXHIBIT 3 EXHIBIT B WARRANTY TR 13893 EXHIBIT 3 EXHIBIT C PURCHASING TERMS AND CONDITIONS TR 13893 EXHIBIT 3 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." Definitions. a. "Acceptance" has the same meaning set forth in Company's Equipment Proposal. b. "Company's Equipment Proposal" means the Equipment Proposal provided by Company and prepared in response to Customer's request for proposal for a fire apparatus, associated equipment or an ambulance. c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government ("Public Authority"), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer's equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a "piggyback arrangement," which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. "Delivery" means when Company delivers physical possession of the Product to Customer. e. "Manufacturer" means the Manufacturer of any Product. f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment Proposal. g. "Product" means the fire apparatus and any associated equipment, or ambulance manufactured or famished for Customer by Company pursuant to the Specifications. h. "Purchase Price" means the Total price set forth in the Quotation, adjusted for the final net price for the chassis charged by the original equipment manufacturer set forth in the final invoice submitted to the Company by the manufacturer. i. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. j. "Specifications" means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company's Equipment Proposal and its Exhibit A (Proposal Option List or for ambulance sales, the Quotation, or Order Form, as applicable), prepared in response to Customer's request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's Equipment Proposal ("Effective Date") and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer elects to pay the Purchase Price by means of a credit card. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. TR 13893 EXHIBIT 3 6. Cancellation/Termination. a. Fire Equipment and Apparatus Sales. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer's system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance Sales. An order for an ambulance cannot be cancelled or terminated once Company receives and processes Customer's Acceptance of Company's Equipment Proposal. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal ("Delivery Timing"), which will be F.O.B. Company's facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees, affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss, shall pass to Customer upon Delivery of the Product(s) to Customer. 8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company's Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 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. TR 13893 EXHIBIT 3 11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer's providing timely information in response to a request from Manufacturer or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its obligations under this Agreement; (b) Company's failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin ("MSO") for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire & Safety, LLC will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions, the Ten-8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (h) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect.