Loading...
HomeMy WebLinkAboutContract 63939CSC No. 63939 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Siddons Martin Emergency Group, LLC ("Vendor") and the City of Fort Worth ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A — Seller's Discount; 3. Exhibit B — Cooperative Agency Contract (BuyBoard 746-24); and 4. Exhibit C — Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement control. City shall pay Vendor in accordance with the fee schedule in Exhibit A, including any future quotes, and in accordance with the provisions of this Agreement. Total annual payment made under this non-exclusive Agreement may be an amount up to Twenty Million Dollars and Zero Cents ($20,000,000.00). The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or cooperative agreement and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. The Parties will engage in multiple transactions to purchase off -road vehicles and/or other motorized equipment under this Agreement. For each purchase made pursuant to this Agreement, Vendor must supply a quote for the subject vehicles/equipment, and the quote must conform with the then -current pricing under the underlying cooperative agreement. If the City accepts the quote and places an order for the vehicles/equipment, that quote shall be considered as an addendum to this agreement but is not required to be filed in the City records. The Parties will maintain all quotes for the 3-year Audit period included herein. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and expires on June 13, 2026. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX To CITY: To VENDOR: City of Fort Worth Attn: Valerie Washington, Assistant City Manager 1362 E. Richey Road, 100 Fort Worth Trail Houston, TX 77073 Fort Worth, TX 76102 Facsimile: N/A With copy to Fort Worth City Attorney's Office at same address City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of laws provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: VOL_ AAA BY: Valerie Washington (Sep 11, 2025 21:19:53 CDT) Name: Valerie Washington Title: Assistant City Manager Date: APPROVAL RECOMMENDED: /k— By. Reginald Zeno (Sep 11, 202515:55:25 CDT) Name: Reginald Zeno Title: Chief Financial Officer/Director ATTEST: n, poF�oxr�°a s= oaa J�Q����� Q Pao 5910 By: C�Ji Name: Jannette Goodall Title: City Secretary VENDOR: Siddons Martin Emergency Group, LLC By: N mP Title Jeffrey A. Doran Director - Order Management Date: September 2, 2025 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Ashley Sorkar Title: Purchasing Manager FR a i :1133A 1117:%V ICI] 9CI] 913V FRO III By: Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0450 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Exhibit A Buy Board Contract 746-24 CONTRACT PRICING WORKSHEET for motor vehicles only Contract No.: 746-24 Date: 8/11/2025 Agency: :City of Fort Worth Contact: :Chief McAmis Phone: 1-817-392-6805 Fax: i1 Email: :iames.mcamis anfortworthtexas.aov Prod. Code: I 9P II Aug-25 Contractor: Siddons-Martin Emergency Group Prepared: :Jeff Doran Phone: 281-442-6806 Fax: Email: iomt(asiddons-martin.com Enforcer Pumper A. Product Item Base Unit Price Per Contractor's Buy Board Contract: 1 $ 966,008.00 B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable. Description Cost Description Cost Subtotal From Additional Sheet(s): $ 242,614.00 Subtotal B: $ 242,614.00 Total Published Options $ 1,208,622.00 C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary. Description Cost Description Cost Subtotal From Additional Sheet(s): $ 148,038.00 Subtotal C: $ 148,038.00 Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit Price plus Published Options (A+B). I 12% D. Other Cost Items Not Itemized Above (e.g. Installation, Freight, Delivery, Etc.) Description Cost Description Cost Subtotal D: $ E. Total Cost Before Any Applicable Trade -In / Other Allowances / Discounts (A+B+C+D : $ 1,356,660,00 Quantity Ordered: I 1 I X Subtotal of A + B + C + D: I 1356660 I = I Subtotal E: $ 1,356,660.00 IF. Buy Board Fee Calculation (From Current Fee Tables) II Subtotal F:: $ 1,500.001 Description Cost Description Cost Contract 24 Discount € $ (191,684.00) Subtotal of column $ - Subtotal of Column $ (191,684.00) 1 Subtotal G: $ (191,684.00)1 10-11 months ARO H. Total Purchase Price (E+F+G): I $ 1,166,476.00 1 Option 746-24 Published Unpublished Number Qty Description Options Options 126 1 upgrade to 27,000# rear axle $7,936.00 157 1 Disc Brakes Front $3,248.00 163 1 Air inlet -outlet $1,059.00 165 1 12 or 120 volt air compressor $2,711.00 166 1 Brake fittings compression type $2,701.00 204 1 Steering with controls $2,304.00 211 1 Bumper warning light recess $1,428.00 231 1 Mirrors - change to Bus style cab corner $4,811.00 235 1 Electric Windows $3,096.00 245 2 Cab Windows Factory Tint per 2 $1,306.00 250 1 Clean Cab base option $2,257.00 265 1 110 Volt cab A/C $3,876.00 281 1 EMS Boxes $1,496.00 282 1 EMS Compartment in Cab $4,684.00 283 1 EMS Compartment w outside access (each) $6,113.00 290 2 Spare 12 volt power (each) $442.00 291 3 Spare 12 volt circuit $1,245.00 292 2 Spare USB Connection $662.00 296 1 Radio with Weatherband $2,154.00 298 1 Pierce Command Zone, Advanced Electronics & Control System, M $11,910.00 303 1 Intercom Wireless System $8,331.00 306 4 Intercom Headset - wireless $5,764.00 347 1 Optima Batteries $6,634.00 351 1 Kussmaul Charger $2,709.00 361 1 Auto -eject 20 amp $972.00 380 1 Tail lighting LED Upgrade $2,449.00 381 1 LED body perimeter additional $3,452.00 385 1 12 volt LED Scene - B $2,180.00 394 4 12 volt LED Flood Recessed or surface (per light) A $12,800.00 407 1 Long Pumper body $5,103.00 440 1 Hose Bed Cover, Aluminum A $10,702.00 448 1 Tail Board Upgrade Package $3,031.00 458 1 LED Compartment Lighting base upgrade lighting $3,096.00 467 3 Adjustable Comp. shelves $891.00 469 8 Door pull strap (ea.) $1,440.00 475 1 Adjustable slide -out tray $1,060.00 480 1 Slide -out tool board $2,464.00 484 1 Slide -out floor tray flat top $1,801.00 485 1 Swing -out tool board $3,475.00 497 4 Compartment Partition $2,204.00 509 2 SCBA Cylinder storage in fender panel double (each) $3,336.00 558 1 Long tools storage compartment $2,644.00 596 1 2.5" Discharge front bumper $4,564.00 602 1 Deck Gun with Tips, Manual $8,527.00 608 1 Crosslay roll -up door enclosure $4,776.00 618 1 Hose Reel in Compartment $8,645.00 624 1 Foam Pro 1600 Single Agent $13,564.00 637 1 Foam Cell 30 Gallons $2,635.00 645 1 Flow Meters, each $3,307.00 646 8 LED Backlite Gauges each $3,424.00 655 1 Tank Level LED Group $2,002.00 661 1 LED Emergency Lighting B $16,464.00 669 1 Q213 $6,416.00 674 1 GTT Emitter Roof/remote mounted $8,508.00 696 1 Traffic Directing light bar "B" $5,064.00 947 1 Aluminum Custom Console $2,741.00 615609 1 Engine EPA Complanice 2025 $14,366.00 651119 1 Cummins Engine 10 year- 200,000 mile warranty $3,398.00 753332 1 Deluge 3" Outlet with dual control $7,568.00 802234 1 Transfer gear case 911362 1 Equipment per quoted list Base Bid Published Options Total with Published Options Unpublished Options Total Options not including Fee $22, 706.00 $100,000.00 $ 966,008.00 $ 242,614.00 $ 1,208,622.00 $ 148,038.00 12.25% $ 1,356,660.00 Exhibit B PFBoard° Electronic Delivery Jeff Doran Siddons Martin Emergency Group, LLC 1362 E Richey Rd. Houston, TX 77073 Welcome to BuyBoard! P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com • buyboard.com Re: Notice of The Local Government Purchasing Cooperative ContractAward; Proposal Invitation No. 746- 24, Fire Service Apparatus Vehicles Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of October 1, 2024 through September 30, 2025, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 746-24 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. Once the contract is active, the BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, feel free contact me at bids@buyboard.com. Sincerely, . CPOLu� Leigh Clover, Bid Analyst Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative v.02.01.2021 Endorsed by: © TML �© TASB. TASAV Board® National Pumhasing Cooperative Electronic Delivery Jeff Doran Siddons Martin Emergency Group, LLC 1362 E Richey Rd. Houston, TX 77073 Welcome to BuyBoard! Re: Notice ofNational Purchasing Cooperative Award, Proposal Invitation No. 746-24, Fire Service Apparatus Vehicles Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard@ contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of October 1, 2024 through September 30, 2025, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 746-24 at www.buvboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a National Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com A list of National Cooperative members is available on the buyboard.com website. Once the contract is active, the BuyBoard vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, feel free to contact me at bids(o)buvboard.com. Sincerely, Leigh Clover, Bid Analyst Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative v.02.01.2021 s 78767-0400 wyboard.com Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com PROPOSER'S ACCEPTANCE AND AGREEMENT Proposal Invitation Name Fire Service Apparatus Vehicles Proposal Invitation Number 746-24 Contract Term October 1, 2024, through September 30, 2025, with two possible one-year renewals. Proposal Due Date/Opening Date and Time April 18, 2024, at 4:00 PM Location of Proposal Opening Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date July 2024 By signature below, the undersigned acknowledges and agrees that you are authorized to submit this Proposal, including making all acknowledgements, consents, and certifications herein, on behalf of Proposer and, to the best of your knowledge, the information provided is true, accurate, and complete. Siddons Martin Emergency Group, LLC Name of Proposing Company 1362 E. Richey Road Street Address Houston, TX 77073 City, State, Zip 281-606-4933 Telephone Number of Authorized Company Official 281-858-2378 April 18-2024 Date Signature of Authorized Company Official Jeffrey A. Doran Printed Name of Authorized Company Official Director - Order Management Position or Title of Authorized Company Official 27-4333590 Fax Number of Authorized Company Official Federal ID Number Page 11 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 INSTRUCTIONS: P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com PROPOSAL FORMS PART 1: COMPLIANCE FORMS Proposer must review and complete all forms in this Proposal Forms Part 1: ■ Proposal Acknowledgements ■ Felony Conviction Disclosure ■ Resident/Nonresident Certification ■ Debarment Certification ■ Vendor Employment Certification ■ No Boycott Verification ■ No Excluded Nation or Foreign Terrorist Organization Certification ■ Historically Underutilized Business Certification ■ Acknowledgement of BuyBoard Technical Requirements ■ Construction -Related Goods and Services Affirmation ■ Deviation and Compliance ■ Vendor Consent for Name Brand Use ■ Confidential/Proprietary Information ■ EDGAR Vendor Certification ■ Compliance Forms Signature Page An authorized representative of Proposer mustinitiaiin the bottom right corner of each page where indicated and complete and sign the Compliance Forms Signature Page. Proposer's failure to fully complete, initial, and sign forms as required may result in your Proposal being rejected as non -responsive. OWPOSAL ACKN EDGEMENTS The proposing company ("you" or "your") hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Information, General Terms and Conditions, attachments/forms, appendices, item specifications, and line items (collectively "Requirements'; 2. By your response ("Proposal's to this Proposal Invitation, you propose to supply the products or services submitted at the pricing quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. By your Proposal, you acknowledge and certify all items set forth in the General Terms and Conditions, Section B.12 (Certifications), including all non -collusion certifications and certifications regarding legal, ethical, and other matters set forth therein. 4. Any and all deviations and exceptions to the Requirements have been noted in your Proposal on the required form and no others will be claimed; Initial• Page 12 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com 5. If the Cooperative accepts any part of your Proposal and awards you a Contract, you will furnish all awarded products or services at the pricing quoted and in strict compliance with the Requirements (unless specific deviations or exceptions are noted on the required form and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similarly situated customers in similar circumstances; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy -back contract by the National Purchasing Cooperative or nonprofit entity, in which event you will offer the awarded products and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your Contract; 6. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under the Texas Public Information Act or similar public information law; 7. The individual submitting this Proposal is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form or Proposal document) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 8. You have carefully reviewed your Proposal, and certify that all information provided is true, complete, and accurate to the best of your knowledge, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 9. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, will be grounds for disqualifying you from consideration for a contract award under this Proposal Invitation, termination of a contract award, or any other remedy or action provided for in the General Terms and Conditions or by law. FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: "A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check (,/j one of the following: ❑ My company is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corporation.) ✓❑ My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): n/a Details of Conviction(s): Initial: Page 13 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a "resident" proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A "nonresident" proposer is a person who is not a Texas resident. Please indicate the status of your company as a "resident" proposer or a "nonresident" proposer under these definitions. Please check (v/j one of the following: ❑✓ I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): A. Company Name City Address State Zip Code Does your resident state require a proposer whose principal place of business is in Texas to under -price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No What is the prescribed amount or percentage? $ or DEBARMENT CERTIFICATION By signature on the Compliance Forms Signature Page, I certify that neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension," as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government -wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (,/j one of the following: ❑ Yes ❑ No Initial: Z�l Page 14 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 ' Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com NO BOYCOTT VERIFICATION A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel and will not boycott Israel during the term of the contract (TEx. Gov'T CODE Ch. 2271), (2) does not boycott energy companies and will not boycott energy companies during the term of the contract (TEx. Gov'T CODE Ch. 2276), and (3) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEx. Gov'T CODE Ch. 2274). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEx. Gov'T CODE §808.001(1). "Boycott energy company" means, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A). TEx. Gov'T CODE §809.001(1). "Discriminate against a firearm entity or firearm trade association" means, (A) with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or association's status as a firearm entity or firearm trade association. TEx. Gov'T CODE §2274.001(3). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Iimo ;01091M Page 15 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 EUNAi f / f 1 • P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB' is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. (Please check (V) all that apply) ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: ❑ My company has NOT been certified as a HUB. ACKNOWLEDGEMENT OF BUYBOARD TECHNICAL REQUIREMENTS Vendor shall review the BuyBoard Technical Requirements included in this Proposal Invitation. By signature on the Compliance Forms Signature Page, the undersigned affirms that Proposer has obtained a copy of the BuyBoard Technical Requirements, has read and understands the requirements, and certifies that Vendor is able to meet and will comply with those requirements except as follows: [List and explain BuyBoard Technical Requirements, if any, to which your company cannot or will not comply.] Note: In accordance with the General Terms and Conditions of the Contract, to the extent Vendor is awarded a Contract under this Proposal Invitation but is unable or unwilling to meet the applicable BuyBoard Technical Requirements, the information available on the BuyBoard for Vendor's awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor's awarded products and services on the BuyBoard website. Further, to the extent Vendor has acknowledged ability to meet and comply with the BuyBoard Technical Requirements, any subsequent failure or refusal by Vendor to promptly provide information upon request to the Cooperative administrator in accordance with those technical requirements may be deemed an event of default under the Contract. Initial: Page 16 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION The Cooperative issued the BuyBoard Procurement and Construction -Related Goods and Services Advisory for Texas Members ("Advisory'% which provides information specifically relevant to the procurement of construction -related goods and services by Texas Cooperative members. The Advisory, available at buvboard.com/Vendor/Resources.asl)x, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction -related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. Because many BuyBoard contracts include goods or installation services that might be considered construction -related, Proposer must make this Construction Related -Goods and Services Affirmation regardless of type of goods or services associated with this Proposal Invitation. A contract awarded under this Proposal Invitation covers only the specific goods and/or services awarded by the Cooperative. As explained in the Advisory ("Advisory"), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This Proposal Invitation and any Contract awarded thereunder does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. By signature on the Compliance Forms Signature Page, Proposer affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction -related goods or services to a Cooperative member under a Contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before accepting the member's Purchase Order or other agreement for construction - related goods or services. Initial: i Z�l Page 17 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 ' Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. Prior to completing this form, Vendor shall review the General Terms and Conditions section B.4 (Deviations from Item Specifications and General Terms and Conditions). Please note that, as provided in section B.4, certain provisions of the General Terms and Conditions are NOT subject to deviation, and certain deviations will be deemed rejected without further action by the Cooperative. Any attempted deviation, whether directly or indirectly, to provisions identified in this Proposal Invitation as not subject to deviation shall be deemed rejected by the Cooperative and, unless otherwise withdrawn by Vendor, may result in Vendor's Proposal being rejected in its entirety. The Cooperative will consider any deviations in its contract award decision and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a Contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative, by and through the Cooperative administrator, may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a Proposal based upon any submitted deviation. Please check (V) one of the following: ❑ NO; Deviations ✓❑ Yes; Deviations List and fully explain any deviations you are submitting: We have submitted our most common model units with the matching description which all meet the NFPA requirements for the particular mode. Initial: i--L Page 18 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com VENDOR CONSENT FOR NAME BRAND USE BuyBoard members seeking to make purchases using a Contract awarded under this Proposal Invitation may view information regarding awarded Vendors, including but not limited to product catalogs, pricelists, pricing, and Proposals, through the BuyBoard website. To improve and enhance the experience of BuyBoard members seeking to procure goods and services under the Contract utilizing the BuyBoard website, any Vendor logo, product images, and similar brand and trademark information provided by Vendor for purposes of the Contract ("Vendor Information's may be posted on the BuyBoard website. You acknowledge that, by submitting your Proposal, unless you specifically opt out below, you consent to use of your company's Vendor Information on the BuyBoard website if awarded a Contract. You further acknowledge that whether, where, and when to include the Vendor Information on the BuyBoard website shall be at the sole discretion of the BuyBoard Administrator. Vendor retains, however, the right of general quality control over the BuyBoard Administrator's authorized display of proprietary Vendor Information. Neither the BuyBoard nor its administrator will be responsible for the use or distribution of Vendor Information by BuyBoard members or any other third party using the BuyBoard website. This Vendor Consent shall be effective for the full term of the Contract, including renewals, unless Vendor provides a signed, written notice revoking consent to contractadmin( buvboard.com. BuyBoard shall have up to thirty days from the date of receipt of a termination or revocation of a Vendor Consent to remove Vendor information from the BuyBoard website. This Vendor Consent is subject to the Terms and Conditions of the Contract, including, but not limited to, those terms pertaining to Disclaimer of Warranty and Limitation of Liability, Indemnification, and Intellectual Property Infringement. Vendor logo files must be submitted in one of the formats set forth in the BuyBoard Technical Requirements. Proposers are requested to submit this information with Vendor's Proposal. (This consent shall not authorize use of your company's Vendor Information by BuyBoard if your company is not awarded a Contract.) OPT OUT: If your company wishes to opt out of the Vendor Consent for Name Brand Use, you must check the opt out box below. DO NOTselect this box unless your company is opting out of this Vendor Consent for Name Brand Use. ❑ By checking this box, Vendor hereby declines to provide consent for use of Vendor Information (as defined herein) on the BuyBoard website. By opting out, Vendor acknowledges and agrees that, if Vendor is awarded a Contract under this Proposal Invitation, information available on the BuyBoard for Vendor's awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor's awarded products and services on the BuyBoard website. Initia . Page 19 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, catalogs, pricelists, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. When required by the Texas Public Information Act or other disclosure law, Proposer may be notified of any third -party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, catalogs, pricelists, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check (✓) one of the following: FV NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. ❑ YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must clearly identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and Cooperative administrator shall not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and Cooperative administrator will disclose information when required by law, even if such information has been identified herein as information Vendor considers confidential or proprietary. Confidential / Proprietary Information: (Attach additional sheets if needed.) Initia . E Page 20 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 EN :for#/ 0 B. Copyright Information P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) contain copyright information? Please check (✓) one of the following: X 1 NO, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does not contain copyright information. ❑ YES, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does contain copyright information. If you responded "YES", clearly identify below the specific documents or pages containing copyright information. Copyright Information: We prefer only our base model pricing page be published, not our options content unless it is required. (Attach additional sheets if needed.) C. Consent to Release Confidential/Proprietary/Copyright Information to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor Cooperative administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publicly release, including posting on the public BuyBoard website, a copy of the proposal tabulation and award information for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non -award information. Initial: n Z�> v Page 21 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 ' Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR"). All Vendors submitting a Proposal must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. Completed forms will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the terms and conditions of the BuyBoard contract, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative check the applicable boxes, initial each page, and sign the Compliance Forms Signature Page. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO, "the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order or Cooperative member ancillary contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. FI YES, I agree. ❑ NO, I do not agree. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendors return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's Purchase Order or ancillary agreement agreed to by the Vendor, the Cooperative member's provision shall control. LI YES, I agree. ❑ NO, I do not agree. Initial: E Page 22 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 EN :for#/ 0 3. Equal Employment Opportunity: P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 11 YES, I agree. 4. Davis -Bacon Act: ❑ NO, I do not agree. When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis -Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'. In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at beta.sam.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti -Kickback" Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'. The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. F1 YES, I agree. ❑ NO, I do not agree. S. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is 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 USC 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. FI YES, I agree. ❑ NO, I do not agree. Initial: Page 23 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 EN :for#/ 0 6. Right to Inventions Made Under a Contract or Agreement: P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. 1� YES, I agree. ❑ NO, I do not agree. 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. FI YES, I agree. ❑ NO, I do not agree. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 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 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 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. Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. LI YES, I agree. ❑ NO, I do not agree. 9. Byrd Anti -Lobbying Amendment: Byrd Anti -Lobbying Amendment (31 USC 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also 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. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 USC 1352). FI YES, I agree. ❑ NO, I do not agree. Initial: Page 24 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 EN :for#/ 0 10. Procurement of Recovered Materials: P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11 YES, I agree. ❑ NO, I do not agree. 11. Domestic Preferences for Procurements: Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member regarding Vendor's products, including whether goods, products, or materials are produced in the United States. Fl YES, I agree. ❑ NO, I do not agree. 12. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment 2 CFR §200.216 prohibits expending federal loan or grant funds to procure or obtain certain telecommunications and video surveillance services or equipment. To the extent applicable and when required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member to confirm whether any telecommunications or video surveillance services or equipment provided by Vendor is covered equipment or covered services under 2 CFR §200.216. F1 YES, I agree. ❑ NO, I do not agree. 13. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. YES, I agree. ❑ NO, I do not agree. 14. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. LEI YES, I agree. ❑ NO, I do not agree. Initial. E Page 25 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com COMPLIANCE FORMS SIGNATURE PAGE By initialing pages and by signature below, I certify that I have reviewed the following forms; that the information provided therein is true, complete, and accurate; and that I am authorized by my company to make all certifications, consents, acknowledgements, and agreements contained herein: ■ Proposal Acknowledgements ■ Felony Conviction Disclosure ■ Debarment Certification ■ Resident/Nonresident Certification ■ Vendor Employment Certification ■ No Boycott Verification ■ No Excluded Nation or Foreign Terrorist Organization Certification ■ Historically Underutilized Business Certification ■ Construction -Related Goods and Services Affirmation ■ Acknowledgement of BuyBoard Technical Requirements ■ Deviation and Compliance ■ Vendor Consent for Name Brand Use ■ Confidential/Proprietary Information ■ EDGAR Vendor Certification Siddons Martin Emergency Group, LLC Company Name igI1�E`E��;�-orized ur f Company Official Jeffrey A. Doran Director- Order Managemen Printed Name and Title April 18, 2024 Date Page 26 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Y.YA :for#/ 0 PROPOSAL FORMS PART 2: VEN INSTRUCTIONS: P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@buyboard.com • buyboard.com INFORMATION FORMS DOR Proposer must completely and accurately provide all information requested in the following Vendor Information Forms or your Proposal may be rejected as non -responsive: ■ Vendor Business Name ■ Vendor Contact Information ■ Federal and State/Purchasing Cooperative Experience ■ Governmental References ■ Company Profile ■ Texas Regional Service Designation ■ State Service Designation ■ National Purchasing Cooperative Vendor Award Agreement (vendors serving outside Texas only) ■ Local/Authorized Seller Listings ■ Manufacturer Dealer Designation ■ Proposal Invitation Questionnaire ■ Vendor Request to Self -Report BuyBoard Purchases (optional) To the extent any information requested is not applicable to your company, you must so indicate on the form. VEN BUSINESS MOIE By submitting a Proposal, Vendor is seeking to enter into a legal contract with the Cooperative. As such, Vendor must be an individual or legal business entity capable of entering into a binding contract. Name of Proposing Company: Siddons Martin Emergency Group, LLC (List the legal name of the company seeking to contract with the Cooperative. Do NO T list an assumed name, dba, aka, etc. here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals.) Please check (1/) one of the following: Type of Business: ❑ Individual/Sole Proprietor ❑ Other (Specify: State of Incorporation (if applicable): Texas ❑ Corporation FI Limited Liability Company ❑ Partnership Federal Employer Identification Number: 27-4333590 (Vendor must include a completed IRS W-9 form with their Proposal) Name by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: Ifdifferentthan the Name of Proposing Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if applicable, must be attached.) Siddons Martin Emergency Group, LLC Page 27 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Form WM9 Request for Taxpayer Give Form to the (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 1 Name (as shown on your income tax return). Name is required on this dine; do not leave this line blank Siddons-Martin Emergency Group, LLC 2 Business name/disregarded entity name, if different from above m m 3 Check appropriate box for federal tax Classification of the person whose name is entered on line 1. Check only one of the a Exemptions (codes apply only to m following seven boxes. Certain entities, not individuals; see CL instructions on page 3): o ❑ Individual/sole proprietor or El C Corporation © S Corporation ❑Partnership El N ai c single -member LLC Exempt payee code (if any) ❑r Limited liability company. Enter the tax classification (C=C corporation, S-S corporation, P�Partnership) ► S o` « Note: Check the appropriate box in the line above for the tax classifcation of the single -member owner. Do not check Exemption from FATCA reporting N LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that u is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) Do-(APp!i� toaccounts awntaired oufside Me U.S.) CL N S Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 4 I1362 East Richey Road 6 City, state, and ZIP code Houston, TX 77073 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora Ll resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later, For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer Identification number J Number To Give the Requester for guidelines on whose number to enter. I M_27 - 41I 31I 3I359� Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions, You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign I Signature of /�' Here U,S, person W General lnstruct' s} Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9, Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 1- 2o2 2oaq • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-0 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Y.YA :for#/ 0 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com VENDOR CONTACT INFORMATION Vendor shall pro vide the requested Vendor Contact Information in the electronic proposal submission system including contract, purchase order, RFQ, and invoice contacts (or, if submitting a hard copy Proposal, timely request and complete the Vendor Contact Information form in accordance with the Instructions to Proposers). FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide Cooperative members with the best services and products at the best prices available from Vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $ 380,000,000.00 . (The period of the 12-month period is April 12023 / April 1, 2024 ), In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. 1. Federal General Services Administration 2. T-PASS (State of Texas) 3. OMNIA Partners 4. Sourcewell (NIPA) Yes 5. E&I Cooperative 6. Houston -Galveston Area Council (HGAC) Yes 7. Choice Partners 8. The Interlocal Purchasing System (TIPS) 9. Other We are listed under Pierce Manufacturing as a Dealer Yes, 25 years Fire Apparatus Fire Apparatus and Ambulance ❑ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%), Zero Discount off published pricing Proposed Discount (%): Zero percent Explanation: If this were a flat Catalog bid, we would off a percentage off list. Page 28 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 ' Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsC&buyboard.com • buyboard.com GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing pricing/discounts you offer each customer. The Cooperative may determine whether pricing/discounts are fair and reasonable by comparing pricing/discounts stated in your Proposal with the pricing/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 2. 3. 4. 5. Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower pricing) than indicated? YES ❑ NO ❑✓ If YES, please explain: We strive to maintain equal pricing between any cooperative purchasing contracts. COMPANY PROFILE Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) Page 29 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Siddons-Martin Emergency is operated from our offices at 1362 East Richey Road, Houston, TX 77389. The Company became an Employee - owned ESOP in January 2020, so our employees are a big part of the organization. We cover eight States with 32 Service Centers, Parts Distribution, Paint, and collision repair facilities. The EMS and Fire Sales Teams are separate divisions led by Principal Owner Pat Siddons and Vice President of Sales Kirk Givler at our Houston office. Both Divisions have Regional Sales Managers and Sales Executives Covering the territories locally based in their respective territories. Our coverage plan ensures ample coverage, with both Sales Executives and Management ready to assist customers without being overburdened. Our service team technicians are EVT and ASE certified, and they are factory trained and certified by our major component manufacturers, such as engines, pumps, and electronics. Each facility has a vast inventory of factory parts and supplies on hand. We also supply parts from our company -owned NAPA Parts store. Each service location is also staffed and equipped for mobile repair, allowing us to go to the customer. Technicians can perform everything from engine and electrical diagnosis to in -station oil changes. We also offer 24/7 service technicians, as our First Responders never rest, so we don't either. We currently have over 700 employees to support our customers. The Service Team also includes our internal Customer Service Team, which reports directly to Principal owner Leon Martin, Jr., our resident of Service. The CS Team visits customers at the station, offices, and trade shows to listen to their concerns. This is a tremendous asset to the customer and Siddons-Martin, providing direct communication and actions to resolve any issues quickly. DVBoard- P.O. Box 400, Austin, Texas 78767 800.695.2919 • bidsrabuyboard.com • buyboard.com TEXAS REGIONAL SERVICE DESIGNATION This form must be completed in the electronic proposal submission system (or, if submitting a hard copy Proposal, timely request and complete the form in accordance with the Instructions to Proposers). The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. In the electronic proposal submission system, you must indicate if you will service Texas Cooperative members statewide or, if you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids(si)buvboard.com at least five (5) business days prior to the Proposal Due Date.) By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or un willing to pro vide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on the form in the electronic proposal submission system. Regional Education Service Centers Region and Headquarters 1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 ElPaso 20 San Antonio Page 30 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com STATE SERVICE DESIGNATION This form must be completed in the electronic proposal submission system (or, if submitting a hard copy Proposal, timely request and complete the in accordance with the Instructions to Proposers). As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy- back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete the State Service Designation information in the electronic proposal submission system. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) In addition to this form, to be considered for a piggy -back award by the National Purchasing Cooperative, you must have an authorized representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this page. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids(&buvboard.com at least five (5) business days prior to the Proposal Due Date.) By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. ■ I will service all states in the United States. ■ I will not service all states in the United States. Alabama Montana Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118 & 20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Page 31 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy -backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy -back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as "Vendor") agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative's awards Vendor a contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative ("National Cooperative") may - but is not required to - "piggy -back" on or re -award all or a portion of that Underlying Award ("Piggy -Back Award"). By signing this National Cooperative Vendor Award Agreement ("Agreement's, Vendor accepts and agrees to be bound by any such Piggy -Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy -Back Award, the National Cooperative Administrator ("BuyBoard Administrator's will notify Vendor in writing of such Piggy -Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy -Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy -Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members, vendor invoices, and/or such other documentation regarding those purchase orders as the Cooperative's administrators may require in their reasonable discretion for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. 7. This Agreement shall be governed and construed in accordance with the laws of the State of Texas and venue for any dispute shall lie in the federal district court of Travis County, Texas. Page 32 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 P.O. Box 400, Austin, Texas 78767 800.695.2919 - bids<a;buyboard.com - buyboard.com 8. Vendor acknowledges and agrees that the award of a Piggy -Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy -Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy -Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. Siddons Martin Emergency Group, LLC Name of Vendor �orizecl Sigature ofutCompany Official 04-15-2024 745-24 Proposal Invitation Number Jeffrey A. Doran Printed Name of Authorized Company Official Date Page 33 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com LOCATION/AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. Siddons Martin Emergency Group, Jeffrey A. Doran 1-800-784-6806 LLC jdoran@siddons-martin.com 1369 Fast Richev Houston 77073 Please see attached Pierce Dealer listing for coverage in all states. Page 34 of 72 PROPOSAL FORMS COMM/SVCS v.10.24.2023 Buy Board 746-24 Dealer Organizations PIERCE - BME - EVI CUSTOMER GROUPS: FIRE -EMS -LAW ENFORCEMENT, MUNICIPAL AND STATE GOVERNMENTAL HGAC Sales POC Terrritory / Assignee Name POC Address I City State I Zip Code I Email Address I Phone # Name Region Maine Massachusetts Allegiance Fire & Rescue William K. O'Connor 2181 Providence Hwy Walpole MA 02081 hoconnor(o)alle2iancefr.com 508-216-6366 New Hampshire Rhode Island Vermont Delaware Kentucky Maryland North Carolina Atlantic Emergency Solutions, Inc. Jack Jackson 144 Freedom Blvd. Yorktown VA 23692 lackson(o)attanticemercency.com 757-369-0911 Ohio Virginia West Virginia Washington D.C. Kansas Conrad Fire Equipment, Inc. Karl Schultz 19922 W. 162nd St. Olathe KS 66062 Kschultz(aconradfire.com 913-645-8513 Missouri Oklahoma Emergency Equipment Professionals Brian Lee Fire & Safety Services. Ltd. Robert Emery 6441 Highway 51N 200 Ryan Street Horn Lake South Plainfield Fire Apparatus & Equipment, Inc. Leslie Niles 5793 W. Grande Market Dr. Suite C Appleton Alabama MS 38637 blee(c@eenroinc.com 662-280-4729 Mississippi NJ 07080 remervClf-ss.com 800-400-8017 New Jersey Wisconsin Counties of: Adams, Ashland, Barron, Bayfield, Brown, Buffalo, Burnett, Calumet, Chippewa, Clark, Door, Douglas, Dunn, Eau Claire, Florence, Fond du Lac, Forest, Green Lake, Iron, Jackson, Juneau, Kewaunee, Langlade, Lincoln, Manitowoc, WI 54913 nilesleslie(cbgmaiLcom 920-574-3410 Marathon, Marinette, Marquette, Menominee, the eastern part of Monroe County as detailed below, Oconto, Oneida, Outagamie, Pepin, Pierce, Polk, Portage, Price, Rusk, Saint Croix, Sawyer, Shawano, Sheboygan, Taylor, Trempealeau, Vilas, Washburn, Waupaca, Waushara, Winnebago, Wood. Firematic Supply Company, Inc. Michael Iacono 10 Ramsey Road Front Range Fire Apparatus. Ltd. Duane Doucette 7600 Miller Court Glick Fire Apparatus Co. Chris Obenchain 350 Mill Creek Road EastYaphank Longmont Bird in Hand Golden State Fire Apparatus, Inc. Ryan Wright 7400 Reese Road Sacramento Halt Fire, Inc. Todd Russell 50168 West Pontiac Trail, Unit 5 Wixom Hughes Fire Equipment, Inc. Sheri Taylor 910 Shelley Street Springfield MacQueen Emergency Mike Purdy 1125 7th St. E St. Paul New York NY 11967 miaconoefirematic.com 631-924-3181 Connecticut Colorado CO 80504 duanedlalfrontran¢_efire.com 303-449-9911 Wyoming chris.obenchain(a2lickfire.com 717-299-4120 Pennsylvania PA 17505 California counties of: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, CA 95828 Rvanagoldenstatefire.com 916-330-1638 Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba. MI 48393 russeL[ahaltfire.net 248-669-0800 Michigan Alaska Arizona Clark County, Nevada Hawaii OR 97477 stavlor(@huehesfire.com 541-747-0072 - Idaho Montana Oregon Washington Illinois Indiana MN 55106 mike. Du rdv(@macoueenerouD.com 651-645-5726 Minnesota Missouri Nebraska North Dakota South Dakota Reliant Fire Apparatus, Inc. Jason Krueger South Coast Fire Equipment, Inc. Kevin Newell 880 Enterprise Drive PO BOX 470 3150 Palisades Dr Spartan Fire & Emergency Apparatus, Inc. Robert E. Fore, IV 319Southport Road Ten-8 Fire & Safety, LLC Blake Ebben 2904 59th Ave. Dr. E Slinger WI 53086 sales(@reliantfire.com Corona CA 92878 Kevin(@southcoastfire.net Roebuck SC 29376 Rfore(@soartanfire.com bebben(lten8fire.com Bradenton FL 34203 Iowa Wisconsin counties of: Columbia, Crawford, Dane, Dodge, Grant, Green, Iowa, Jefferson, Kenosha, LaCrosse, Lafayette, Milwaukee, Ozaukee, Racine, Richland, Rock, Sauk, Vernon, Walworth, Washington, Waukesha and western part of Monroe County as detailed below. Monroe County: Any municipalities where the fire station is located west of the centerline of Wisconsin 262-297-5020 State Highway 131 from the southern border of the county, north to Interstate 94 and then west of the centerline of Interstate Highway 94 to the northern county border excluding the Tomah Fire Department and the Wilton Fire Department. Municipalities included in this territory, but not limited to are Cashton, Portland, Melvina, St. Marys, Leon, Spatta, Angelo, Fort McCoy, Tunnel City, Nowrwalk, Ontario, Scotts Junction and Spring Bank Park California counties of: Imperial, Los Angeles, Kern, Orange, Riverside, 909-673-9900 San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura. 866-582-2376 South Carolina 346-292-6621 Florida Georgia Oshkosh Corporation Classification - Restricted SHKOSH CORPORAIION I FIRE & EMERGENCY SEGMENT pp jo , , PIERCE AUTHORIZED DEALER NETWORK COVERAGE AND CONTACTS Pierce Authorized Principal Telephone Mailing Address State Distribution Mobile Dealer Coverage Center Technicians Atlantic Emergency Joe Pack (703)393-9911 12351 Randolph Ridge Lane DE, MD, NC, DC, WV, KY, Yes Yes Solutions Inc. Manassas VA 20109 OH, WV Churchville Fire Steve Gulvin (585)293-1688 340 Sanford Rd S NY Yes Yes Equipment Corp John Alfieri Churchville NY 14428-9548 Conrad Fire Equipment Paul Schultz (913)780-5521 887 N Jan -Mar Court KS, MO, OK Yes Yes Inc. Sal Monteleone Olathe KS 66061 Emergency Equipment Jeff Kuntz (662)280-4729 PO Box 1739 AL, MS Yes Yes Professionals South Haven MS 38671 Fire & Safety Services Dave Russell (800)400 8017 200 Ryan Street NJ Yes Yes Ltd South Plainfield NJ 07080 Fire Apparatus & Leslie Niles (920)574 3410 PO Box 297 MI, WI Yes Yes Equipment Inc. Appleton WI 54912-0297 Firematic Peter C Hanratty (631)924-3181 PO Box 187 CO, NY Yes Yes Mike Hanratty Yaphank NY 11980-0187 Front Range Fire Duane Doucette (303)449-9911 7600 Miller Court CO, WY Yes Yes Apparatus Ltd Longmont CO 80504 Glick Fire Equipment Co Doug Glick PO Box 69 Inc. Amy Sweitzer (717)299-4120 Smoketown PA 17576-0069 PA Yes Yes Jodi Mohn Golden State Fire Daron Wright (209)522-0422 1237 Doker Drive CA Yes Yes Apparatus Inc. Ryan Wright Modesto CA 95351 Halt Fire Inc. Todd Lincoln (248)669-0800 50168 W Pontiac Trail, Unit 5 MI Yes Yes Wixom MI 48393 P.O. Box 2017, 2600 American Drive, Appleton, WI 54912-2017 Oshkosh Corporation Classification - Restricted Pierce Authorized Dealer Network Coverage and Contacts Page 2 Pierce Authorized Principal Dealer Hughes Fire Equipment Rex Hughes Inc. Minuteman Fire and Jeff Fournier Rescue Apparatus Macqueen Emergency Dan Gage Group Curt Steffen Reliant Fire Apparatus Scott Krueger Inc. Siddons-Martin Pat Siddons Emergency Group Inc. Leon Martin South Coast Fire Equip Kevin Newell Inc. Spartan Fire & Robert E Fore Iv Emergency Apparatus Ten-8 Fire Equipment Keith Chapman Inc. Robert Boggus Telephone Mailing Address (541)747-0072 910 Shelley St Springfield OR 97477 (508)668-3112 2181 Providence Highway Walpole MA 02081 (651)645-5726 595 Aldine Street St. Paul MN 55104 (262)297-5020 880 Enterprise Drive Slinger WI 53086 (281)442-6806 1362 Richey Road Houston TX 77073 (909)673-9900 2020 S Baker Ave Ontario CA 91761 (864)582-2376 319 Southport Road Roebuck SC 29376 (941)756-7779 2904 59th Ave Dr E Bradenton FL 34203-5312 State Distribution Mobile Coverage Center Technicians AK, AZ, ID, NV, MT, OR, Yes Yes WA, HI, MO ME, MA, NH, Yes Yes RI, VT MN, NE, ND, Yes Yes SD, IN, IL IA, WI Yes Yes LA, NM, NV, TX, Utah, TN, Yes Yes AR CA I Yes I Yes Sc Yes Yes FL, GA Yes Yes 59330ph3F *;"Urf*34:Assh,zq*=7<45# Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ('Designated Dealers' to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below. If you wish to designate multiple dealers, please duplicate this form as necessary. n/a Designated Dealer Name Designated Dealer Address City Phone Number Designated Dealer Contact Person State Fax Number Zip Code Email address Designated Dealer Tax ID Number* (*attach W-9) Page 35 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work' under the BuyBoard contract contemplated by this Proposal Invitation ("Contract'. Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire and submit in one document with your Proposal. You must submit the questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. Siddons Martin Emergency Group was formed on January 1, 2011, through the merger of Siddons Fire Apparatus, Inc. and Martin Apparatus, Inc. Siddons Martin Emergency Group is not involved in any transaction that would significantly alter its business. 2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. Siddons Martin Emergency Group, LLC is the licensed dealer for Pierce, Oshkosh, and Skeeter Emergency Vehicles, EVI, BME in the states of Texas, Louisiana, New Mexico, Utah, Nevada, Arkansas, Tennessee, and Mississippi. Operating five divisions that encompass over 25 locations and over 600 personnel, we are one of the largest emergency vehicle dealers and suppliers in the United States. 3. Marketina Strateav: For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Examole: Explain how your company will initially inform Cooperative members of your BuyBoard Contract, and how you will continue to support the BuyBoard for the duration of the Contract term.) Attach additional pages if necessary. We have a dedicated in-house marketing team of 8 individuals in 5 states. Our marketing included Electronic medial, social media platforms, Siddons-Martin, Skeeter EV, BME, EVI and Pierce websites. We are extremely active in trade shows in all our covered states, National shows such as FDIC and FRI. Each state hold independent Fire Chiefs conferences which we strongly support and attend. Page 36 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com 4. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. Siddons Martin Emergency Group, LLC's financial strength remains stable. Our insurance coverage limits range from $1M for general liability (each occurence) to $5M umbrella liability. None of our directors, officers, etc. have been a debtor party to a bankruptcy, receivership, or insolvency. 5. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. No 6. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. n/a 7. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relate to or arise from a contract similar to this Contract or the Work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. n/a Page 37 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Board® P.O. Box 400, Austin, Texas 78767 800.695.2919 • bids@)buyboard.com • buyboard.com VENDOR REQUEST TO SELF -REPORT BUYBOARD PURCHASES The General Terms and Conditions require that all Purchase Orders generated by or under any Contract awarded under this Proposal Invitation be processed through the BuyBoard and, except as expressly authorized in writing by the Cooperative administrator, Vendors are not authorized to process Purchase Orders received directly from Cooperative members that have not been processed through the BuyBoard or provided to the Cooperative. In accordance with this provision, Vendor may request authorization of the Cooperative administrator to self -report Cooperative member purchases if awarded a Contract under this Proposal Invitation. By making such a request, Vendor acknowledges and agrees that self -reporting is specifically subject to and conditioned upon (1) Vendor's agreement to the Additional Terms and Conditions for BuyBoard Self -Reporting which are included in this Proposal Invitation and incorporated herein for all purposes and (2) approval of this request in writing by the Cooperative administrator. Note: This form is NOT required as part of your proposal. You should sign and return this form ONLY if you wish to request authorization to self -report BuyBoard purchases. Any request to self -report will not be effective, and Vendor shall not be authorized to self -report BuyBoard member purchases, unless and until (1) Vendor is awarded a Contract under this Proposal Invitation, and (2) the request has been approved in writing by the Cooperative administrator. By my signature below, I hereby request authorization from the Cooperative administrator to self -report BuyBoard purchases if my company is awarded a Contract. I certify that I am authorized by the above -named Vendor to approve this form, and I have received and read the Additional Terms and Conditions for BuyBoard Self -Reporting included in this Proposal Invitation and do hereby approve and agree to such terms and conditions on behalf of Vendor. NAME OF VENDOR: Siddons Martin Emergency Group, LLC Signature of Vendor Authorized Representative Jeffrey A. Doran Printed Name: Title: Director - Order Management April 15, 2024 Date: (For Cooperative Administrator Use Only) Approved by BuyBoard Administrator: Effective/Start Date for Self -Reporting: Page 38 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 " 0 M = us Am (Please check (i/) the following) P.O. Box 400, Austin, Texas 78767 800.695.2919 - bids<a;buyboard.com - buyboard.com REQUIRED FORMS CHECKLIST ❑ Reviewed/Completed: Proposer's Acceptance and Agreement PROPOSAL FORMS PART 1: COMPLIANCE FORMS Reviewed/Completed: Proposal Acknowledgements Reviewed/Completed: Felony Conviction Disclosure Reviewed/Completed: Resident/Nonresident Certification Reviewed/Completed: Debarment Certification Reviewed/Completed: Vendor Employment Certification Reviewed/Completed: No Boycott Verification Reviewed/Completed: No Excluded Nation or Foreign Terrorist Organization Certification Reviewed/Completed: Historically Underutilized Business Certification Reviewed/Completed: Acknowledgement of BuyBoard Technical Requirements Reviewed/Completed: Construction -Related Goods and Services Affirmation Reviewed/Completed: Deviation and Compliance Reviewed/Completed: Vendor Consent for Name Brand Use Reviewed/Completed: Confidential/Proprietary Information Reviewed/Completed: EDGAR Vendor Certification Reviewed/Completed: Compliance Forms Signature Page PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS Reviewed/Completed: Vendor Business Name Reviewed/Completed: Vendor Contact Information (complete in electronic proposal submission system) Reviewed/Completed: Federal and State/Purchasing Cooperative Experience Reviewed/Completed: Governmental References Reviewed/Completed: Company Profile Reviewed/Completed: Texas Regional Service Designation (complete in electronic proposal submission system) Reviewed/Completed: State Service Designation (complete in electronic proposal submission system) Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement (vendors serving outside Texas only) Reviewed/Completed: Local/Authorized Seller Listings Reviewed/Completed: Manufacturer Dealer Designation Reviewed/Completed: Proposal Invitation Questionnaire Reviewed/Completed: Vendor Request to Self -Report BuyBoard Purchases (optional) ❑ Reviewed/Completed: Proposal Specifications, Manufacturer Authorization Letters, Franchise Motor Vehicle Dealer Certificate from Texas or other state Department of Motor Vehicles, Applicable Dealer License, and Vehicle Options List with discount (%) off Catalog/Pricelist and/or other required pricing information including Catalogs/Pricelists (or no bid response) must be submitted with the Proposal or the Proposal will not be considered. Page 41 of 72 PROPOSAL FORMS COMM/SVCS V.10.24.2023 Siddons-Martin Apparatus and Equipment Fire Apps Information Address: 14233 Interdrive West Houston, TX 77032 Phone: (281) 442-6806 Fax: (281) 442-0850 By submitting your response, you certify that you are authorized to represent and bind your company. Jeffrey A. Doran idoran siddons-martin.com Signature Email Submitted at 411612024 01:39:22 PM (CT) Requested Attachments BuyBoard Proposal Invitation No. 746-24, Fire Service Apparatus Bid Documents.zip Vehicles REQUIRED -In PDF format, upload all COMPLETED and FILLED in proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. NOTICE: DO NOT complete proposal forms in internet browser. No data will be stored. Download file to computer and complete proposal forms prior to submitting. (Please DO NOT password protect uploaded files.) Manufacturer Catalog(s) and/or Product Price list(s) for OEM Options Options list for bid.zip and Equipment REQUIRED -In Excel or PDF format, upload manufacturer catalog(s)and/or product price list(s) in accordance with proposal invitation instructions. Vendors shall submit catalog(s)/price list(s) with their Proposal response or Proposal will not be considered. No paper catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect uploaded files.) Manufacturer Catalog(s) and/or Product Price list(s) for Third Party Final Pricing.zip Options (not OEM) Options and Equipment REQUIRED -In Excel or PDF format, upload catalog(s)/pricelist(s) in accordance with proposal invitation instructions. Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect uploaded files.) Manufacturer Catalog(s) and/or Product Price list(s) Original Final Pricing.zip Equipment Manufacturer (OEM) Parts REQUIRED -In Excel or PDF format, upload catalog(s)/pricelist(s) in accordance with proposal invitation instructions. Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect uploaded files.) Manufacturer Authorization Letter(s) Additional Docs.zip REQUIRED -In PDF format, upload Manufacturer Authorization Letter(s). Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. For manufacturers that sell direct, a list of all approved installers shall be submitted with the Proposal. Page 3 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Motor Vehicle Dealer Certificate(s) and/or Dealer License(s) Licenses.zip REQUIRED -In PDF format, upload Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable dealer license(s) for such state(s). Exceptions and/or Detailed Information Related to Discount % and/or 746-24 SMEG - BME Base and Hourly Labor Rate Proposed options pricing 2024-04-15.xlsx In PDF format and if necessary, vendor shall attach detailed information regarding exceptions to pricing and/or discount percentage and define the services that are proposed to be provided. NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) Company Profile Company Overview.pdf REQUIRED -Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) IRS Form W-9 Request for Taxpayer Identification Number and SMEG 2024 W-9.pdf Certification REQUIRED -In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Addendum No. 1 Addendum-No-1-for-746-24.pdf Addendum No. 1 REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Bid Attributes 1 Federal Identification Number Federal Identification Number 1 27-4333590 2 No Boycott Verification/No Excluded Nation or Foreign Terrorist Organization Certification/Historically Underutilized Business Certification No Boycott Verification/No Excluded Nation or Foreign Terrorist Organization Certification/Historically Underutilized Business Certification Page 4 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 No Boycott Certification A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel and will not boycott Israel during the term of the contract (TEX. GOV'T CODE Ch. 2271), (2) does not boycott energy companies and will not boycott energy companies during the term of the contract (TEX. GOV'T CODE Ch. 2276), and (3) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEX. GOV'T CODE Ch. 2274). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEX. GOV'T CODE §808.001(1). "Boycott energy company" means, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A). TEX. GOV'T CODE §809.001(1). "Discriminate against a firearm entity or firearm trade association" means, (A) with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or association's status as a firearm entity or firearm trade association. TEX. GOV'T CODE §2274.001(3). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Yes No Excluded Nation or Foreign Terrorist Organization Certification Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. Yes Page 5 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5 Historically Underutilized Business Certification A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. certify that my company has been certified as a MWBE/HUB in the following categories: (Please check all that apply) 6 Minority Owned Business Minority Owned Business ❑ Minority Owned Business 7 Women Owned Business Women Owned Business ❑ Women Owned Business 8 Service -Disabled Veteran Owned Business Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) ❑ Service -Disabled Veteran Owned Business 9 Certification Number Certification Number No response 1 Name of Certifying Agency U Certifying Agency No response 1 Non-MWBE/HUB 1 My company has NOT been certified as a MWBE/HUB ❑ Non -HUB 1 Vendor General Contact Information 2 Proposal/Contract General Contact Information 1 Vendor Proposal/Contract Contact - First Name 3 Vendor Proposal/Contract Contact - First Name Jeff 1 Vendor Proposal/Contract Contact - Last Name 4 Vendor Proposal/Contract Contact - Last Name Doran 1 Vendor Proposal/Contract Contact E-mail Address 5 Vendor Proposal/Contract Contact E-mail Address ljdoran@siddons-martin.com Page 6 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 Vendor Proposal/Contract Mailing Address 6 Vendor Proposal/Contract Mailing Address 11362 E Richey Rd 1 Vendor Proposal/Contact Mailing Address - City 7 Vendor Proposal/Contact Mailing Address - City Houston 1 Vendor Proposal/Contact Mailing Address - State 8 Vendor Proposal/Contact Mailing Address - State (Abbreviate State Name) I-rx 1 Vendor Proposal/Contact Mailing Address - Zip Code 9 Vendor Proposal/Contact Mailing Address - Zip Code 177073 2 Vendor Proposal/Contact Phone Number U Vendor Proposal/Contact Phone Number (xoa-xxx-=(x) 1 1-800-784-6806 2 Vendor Proposal/Contact Extension Number 1 Vendor Proposal/Contact Extension Number No response 2 Company Website 2 Company Website (www.xxxxx.com) www.siddons-martin.com 2 Purchase Orders Contact Information 3 All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: • I will use the internet to receive Purchase Orders at the following address IYes I 2 Purchase Order E-mail Address 4 Purchase Order E-mail Address omt@siddons-martin.com 2 Purchase Order Contact - First Name 5 Purchase Order Contact - First Name Jeffrey Page 7 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 Purchase Order Contact - Last Name 6 Purchase Order Contact - Last Name Doran 2 Purchase Order Contact Phone Number 7 Purchase Order Contact Phone Number (>oa-xoa-=(x) 1 1-800-784-6806 2 Purchase Order Contact Extension Number 8 Purchase Order Contact Extension Number No response 2 Alternate Purchase Order E-mail Address 9 Alternate Purchase Order E-mail Address omt@siddons-martin.com 3 Alternate Purchase Order Contact - First Name U Alternate Purchase Order Contact - First Name Order 3 Alternate Purchase Order Contact - Last Name Alternate Purchase Order Contact - Last Name Management 3 Alternate Purchase Order Contact Phone Number 2 Alternate Purchase Order Contact Phone Number (xxx-xxx-xxxx) 1 1-800-784-6806 3 Alternate Purchase Order Contact Extension Number 3 Alternate Purchase Order Contact Extension Number No response 3 4 Purchase Orders Contact Information All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: • Purchase Orders may be received by the Designated Dealer(s) identified on my company's Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Yes I 3 I Request for Quotes (RFQ) 5 Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: Page 8 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 Request for Quote (RFQ) E-mail Address 6 Request for Quote (RFQ) E-mail Address omt@siddons-martin.com 3 Request for Quote (RFQ) Contact - First Name 7 Request for Quote (RFQ) Contact - First Name Jeffrey 3 Request for Quote (RFQ) Contact - Last Name 8 Request for Quote (RFQ) Contact - Last Name Doran 3 Request for Quote (RFQ) Contact Phone Number 9 Request for Quote (RFQ) Contact Phone Number (>ooc-�ooc-�000c) 1 1-800-784-6806 4 Request for Quote (RFQ) Contact Extension Number U Request for Quote (RFQ) Contact Extension Number No response 4 Alternate Request for Quote (RFQ) E-mail Address Alternate Request for Quote (RFQ) E-mail Address omt@siddons-martin.com 4 Alternate Request for Quote (RFQ) Contact - First Name 2 Alternate Request for Quote (RFQ) Contact - First Name Order 4 Alternate Request for Quote (RFQ) Contact - Last Name 3 Alternate Request for Quote (RFQ) Contact - Last Name Management 4 Alternate Request for Quote (RFQ) Contact Phone Number 4 Alternate Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx) 1 1-800-784-6806 4 Alternate Request for Quote (RFQ) Contact Extension Number 5 Alternate Request for Quote (RFQ) Contact Extension Number No response 4 Invoices 6 Your company will be billed monthly for the service fee due under a Contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Page 9 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 Invoices 7 Please choose only one (1) of the following options for receipt of invoices and provide the requested information: (a) Service fee invoices and related communications should be provided directly to my company at: or (b) In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent: If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Service fee invoices and notices direct to company I 4 Invoice Company Name 8 Invoice Company Name Siddons-martin Emergency Group 4 Invoice Company Department Name 9 Invoice Company Department Name Invoices 5 Invoice Contact - First Name U Invoice Contact - First Name Invoices 5 Invoice Contact - Last Name Invoice Contact - Last Name Invoices 5 Invoice Mailing Address 2 Invoice Mailing Address (P.O. Box or Street Address) invoices@siddons-martin.com 5 Invoice Mailing Address - City 3 Invoice Mailing Address - City Houston 5 Invoice Mailing Address - State 4 Invoice Mailing Address - State (Abbreviate State Name) I-rx 5 Invoice Mailing Address - Zip Code 5 Invoice Mailing Address (Zip Code) 177073 Page 10 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5 Invoice Contact Phone Number 6 Invoice Contact Phone Number (xxx-xxx-xxxx) 18007846806 5 Invoice Contact Extension Number 7 Invoice Contact Extension Number No response 5 Invoice Contact Fax Number 8 Invoice Contact Fax Number (xxx-xxx-xxxx) No response 5 Invoice Contact E-mail Address 9 Invoice Contact E-mail ljdoran@siddons-martin.com 6 Invoice Contact Alternate E-mail Address U Invoice Contact Alternate E-mail Address omt@siddons-martin.com 6 Billing Agent Company Name Billing Agent Company Name No response 6 Billing Agent Department Name 2 Billing Agent Department Name No response 6 Billing Agent Contact - First Name 3 Billing Agent Contact - First Name No response 6 Billing Agent Contact - Last Name 4 Billing Agent Contact - Last Name No response 6 Billing Agent Mailing Address 5 Billing Agent Mailing Address (P.O. Box or Street Address) No response 6 Billing Agent Mailing Address - City 6 Billing Agent Mailing Address - City No response 6 Billing Agent Mailing Address - State 7 Billing Agent Mailing Address - State (Abbreviate State Name) No response Page 11 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 6 Billing Agent Mailing Address - Zip Code 8 Billing Agent Mailing Address - Zip Code No response 6 Billing Agent Contact Phone Number 9 Billing Agent Contact Phone Number (xxx-xxx-xxxx) No response 7 Billing Agent Contact Extension Number U Billing Agent Contact Extension Number No response 7 Billing Agent Fax Number Billing Agent Fax Number No response 7 Billing Agent Contact E-mail Address 2 Billing Agent Contact E-mail Address No response 7 Billing Agent Alternative E-mail Address 3 Billing Agent Alternative E-mail Address No response 7 Shipping Via 4 Common Carrier, Company Truck, Prepaid and Add to Invoice, or Other Other I 7 Payment Terms 5 Note: Vendor payment terms must comply with the BuyBoard General Terms and Conditions and the Texas Prompt Payment Act (Texas Government Code Ch. 2251). 1 net due upon delivery 7 Vendor's Internal/Assigned Reference/Quote Number 6 Vendor's Internal/Assigned Reference/Quote Number No response 7 State or Attach Return Policy 7 Note: Only return requirements and processes will be deemed part of Vendor's return policy. Any unrelated contract terms, terms of sale, or other information not specifically related to return requirements and processes included in Vendor's return policy shall not apply to any awarded Contract unless specifically included as a deviation in the Deviation and Compliance Form and accepted by the Cooperative. Parts may be returned unused, and the vehicle may not be returned 7 Electronic Payments 8 Are electronic payments acceptable to your company? Yes I Page 12 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 7 Credit Card Payments 9 Are credit card payments acceptable to your company? Yes 8 Texas Regional Service Designation U Texas Regional Service Designation - Refer to Form in Proposal Invitation The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. 8 Company Name I Company Name Siddons-Martin Emergency Group 8 Texas Regional Service Designation 2 Select only one of the following options. If you select "I will NOT serve all Regions of Texas", you must then check the individual Regions you wish to serve. I will serve all Regions of Texas I 8 Region 1 3 Region 1 - Edinburg ❑ Region 1 8 Region 2 4 Region 2 - Corpus Christi 1 Region 2 8 Region 3 5 Region 3 - Victoria 1 Region 3 8 Region 4 6 Region 4 - Houston 1 Region 4 8 Region 5 7 Region 5 - Beaumont ❑ Region 5 8 Region 6 8 Region 6 - Huntsville ❑ Region 6 Page 13 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 8 Region 7 9 Region 7 - Kilgore 1 Region 7 9 Region 8 0 Region 8 - Mount Pleasant ❑ Region 8 9 Region 9 1 Region 9 - Wichita Falls ❑ Region 9 9 Region 10 2 Region 10 - Richardson ❑ Region 10 9 Region 11 3 Region 11 - Fort Worth ,I❑ Region 11 9 Region 12 4 Region 12 - Waco ❑ Region 12 9 Region 13 5 Region 13 - Austin 1 Region 13 9 Region 14 6 Region 14 - Abilene 1 Region 14 9 Region 15 7 Region 15 - San Angelo 0 Region 15 9 Region 16 8 Region 16 - Amarillo 0 Region 16 9 Region 17 9 Region 17 - Lubbock 0 Region 17 1 Region 18 0 0 Region 18 - Midland 0 Region 18 Page 14 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 Region 19 0 1 Region 19 - El Paso 0 Region 19 1 Region 20 0 2 Region 20 - San Antonio 0 Region 20 1 0 3 State Service Designation State Service Designation - Refer to Form in Proposal Invitation. As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy -back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete this form accordingly. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) In addition to this form, to be considered for a piggy -back award by the National Purchasing Cooperative, you must have an authorized representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this form. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. 1 Company Name 0 Company Name 4 Siddons-Martin Emergency Group 1 State Service Designation 0 5 Select only one of the following options the individual States you wish to serve. I will serve all states in the United States I 1 Alabama 0 6 Alabama ❑ Alabama 1 Alaska 0 7 Alaska ❑ Alaska 1 Arizona 0 Arizona ❑ Arizona 1 Arkansas 9 Arkansas ❑ Arkansas If you select "I will NOT serve all States", you must then check Page 15 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 California UCalifornia (Public Contract Code 20118 & 20652) ❑ California 1 Colorado Colorado ❑ Colorado 1 Connecticut 1 Connecticut ❑ Connecticut 1 Delaware 3 Delaware ❑ Delaware 1 District of Columbia 1 District of Columbia ❑ District of Columbia 1 Florida 5 Florida ❑ Florida 1 Georgia 6 Georgia ❑ Georgia 1 Hawaii 1 Hawaii ❑ Hawaii 1 Idaho $ Idaho ❑ Idaho 1 Illinois 9 Illinois ❑ Illinois 1 Indiana UIndiana ❑ Indiana 1 Iowa 1 Iowa ❑ Iowa Page 16 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 Kansas 2 Kansas ❑ Kansas 1 Kentucky 2 Kentucky 3 ❑ Kentucky 1 Louisiana 2 Louisiana ❑ Louisiana 1 Maine 22Maine ❑ Maine 1 Maryland 2 Maryland 6 ❑ Maryland 1 Massachusetts 2 Massachusetts 7 ❑ Massachusetts 1 Michigan 2 Michigan 8 ❑ Michigan 1 Minnesota 22 Minnesota ❑ Minnesota 1 Mississippi 3 0 Mississippi ❑ Mississippi 1 Missouri 1 Missouri ❑ Missouri 1 Montana 2 Montana ❑ Montana 1 Nebraska 3 Nebraska 3 ❑ Nebraska Page 17 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 Nevada 4 Nevada ❑ Nevada 1 New Hampshire 5 New Hampshire ❑ New Hampshire 1 New Jersey 6 New Jersey ❑ New Jersey 1 New Mexico 7 New Mexico ❑ New Mexico 1 New York 8 New York ❑ New York 1 North Carolina 9 North Carolina ❑ North Carolina 1 North Dakota 4 North Dakota 0 ❑ North Dakota 1 Ohio Ohio ❑ Ohio 1 Oklahoma 4 Oklahoma ❑ Oklahoma 1 Oregon 4 Oregon ❑ Oregon 1 Pennsylvania 4 Pennsylvania ❑ Pennsylvania 1 Rhode Island 4 Rhode Island 5 ❑ Rhode Island Page 18 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 South Carolina 4 South Carolina 6 ❑ South Carolina 1 South Dakota 4 South Dakota 7 ❑ South Dakota 1 Tennessee 4 Tennessee ❑ Tennessee 1 Texas 9 Texas ❑ Texas 1 Utah 5 0 Utah ❑ Utah 1 Vermont Vermont ❑ Vermont 1 Virginia 2 Virginia ❑ Virginia 1 Washington 5 Washington 3 ❑ Washington 1 West Virginia 5 West Virginia 4 ❑ West Virginia 1 Wisconsin 5 Wisconsin ❑ Wisconsin 55 Wyoming Wyoming ❑ Wyoming Bid Lines 1 1 Section I: Commercial Class "A" Pumaers and Tankers 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - 1250 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 Page 19 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $386,139.00 1 Total: $386,139.00 Manufacturer: Pierce Manufacturer #: 1 P - 1129 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled Page 20 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 11 P -11129 2 - Dr Freightliner Section I: Commercial Class "A" Pumaers and Tankers 2-Dr. Cab, 35000# GVW, 350 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, Diesel 350 HP engine, heavy duty cooling, 270 amp alternator, Allison HD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: 1 $471,103.00 1 Total: $471,103.00 Manufacturer: 12P - 1130 Pierce -Freightliner M2-106 Pumper 1250 pump - 750 tank Manufacturer #: I Pierce Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of Page 21 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Pierce 2P 1130 Section I: Commercial Class "A" Pumpers and Tankers 2-Dr. Cab, 40000# GVW, 300 HP Automatic, A/C - 1250 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, Diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2 door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $513,015.00 1 Total: $513,015.00 Manufacturer: I Pierce Manufacturer #: 1 3P -1132 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Page 22 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". M2-106 Pumper 1250 pump - 750 Section I: Commercial Class "A" Pumaers and Tankers 2-Dr. Cab, 54000# GVW, 350 HP Automatic, A/C - 1500 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, rear Newton electric dump, NFPA 1901, all manufacturer's standard equipment, diesel 350 HP engine, heavy duty cooling, 270 amp alternator, Allison HD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $523,603.00 1 Total: $523,603.00 Manufacturer: I Pierce Manufacturer #: 14P - 1131 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Page 23 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 14 Door Freighliner BTO Pumper 5 1 Section I: Commercial Class "A" Pumaers and Tankers 4-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - 1250 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Page 24 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Quantity Manufacturer: UOM: Each Pierce Price: 1 $492,220.00 1 Total: 1 $492,220.00 1 Manufacturer #: I Pierce 5P - 1133 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 25 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 14 door Freightliner Pumper 125 6 Section I: Commercial Class "A" Pumaers and Tankers 4-Dr. Cab, 35000# GVW, 350 HP Automatic, A/C -1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $529,260.00 1 Total: $529,260.00 Manufacturer: I Pierce Manufacturer #: I Pierce 6P - 1134 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 26 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 7 PROPOSAL NOTE4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 14 Door Freighliner BTO Pumper Section II: Custom Cab Class "A" Pumaers and Tankers Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $857,590.00 1 Total: $857,590.00 Manufacturer: I Pierce Manufacturer #: I Pierce Saber 7P - 1135 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 27 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Saber Custom 4 Door 1500 pump - Section II: Custom Cab Class "A" Pumpers and Tankers Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $929,064.00 1 Total: $929,064.00 Manufacturer: I Pierce Manufacturer #: I Pierce 8P - 1136 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Page 28 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Pi Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer Custom 4 Door 1500 Pu Section II: Custom Cab Class "A" Pumpers and Tankers Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 750 gallon poly tank, 200 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: 1 $951,679.00 1 Total: 1 $951,679.00 1 Manufacturer: Pierce Manufacturer #: Pierce 9P - 1137 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. Page 29 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufacturer authorization letters must include the following. 1 0 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer 4 Door HDRP 1500-750 Section II: Custom Cab Class "A" Pumpers and Tankers Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 200 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Price: $997,105.00 1 Total: Pierce $997,105.00 1 Page 30 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: I Pierce P10 - 1139 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 31 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity 4 Door PUC 1500 Pump Section II: Custom Cab Class "A" Pumpers and Tankers Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $856,671.00 1 Total: $856,671.00 Manufacturer: Pierce Manufacturer #: Pierce P11-1139 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 32 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 2 PROPOSAL NOTE4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Saber Pumper 1500 Tank - 1500 Section II: Custom Cab Class "A" Pumaers and Tankers Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $986,413.00 1 Total: $986,413.00 Manufacturer: I Pierce Manufacturer #: I Pierce P-12 1140 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 33 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 3 Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity 4 DR Pumper 1500-1500 Section II: Custom Cab Class "A" Pumpers and Tankers Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $950,445.00 1 Total: $950,445.00 Manufacturer: I Pierce Manufacturer #: I Pierce P-13 1141 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Page 34 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 4 Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Saber P-T 2500 Tank -1500 PumP Section II: Custom Cab Class "A" Pumpers and Tankers Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Pierce Manufacturer #: I Pierce P-14 1142 Price: 1 $1,069,792.00 1 Total: 1 $1,069,792.00 1 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. Page 35 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufacturer authorization letters must include the following. 1 5 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity 4 Dr P-T 2500 - 1500 Section II: Custom Cab Class "A" Pumpers and Tankers Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 3000 gallon elliptical tank, 60 cu. ft. compartment space, side mount pump panel, (2) side and (1) rear Newton electric dump, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each No Bid No response I Page 36 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: I No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 37 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response 1 Section III: Aerial Ladder and Aerial Platform Devices 6 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,386,416.00 1 Total: $1,386,416.00 Manufacturer: Pierce Manufacturer #: Pierce 16A 1143 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 38 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 7 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer75' Single Axle Aerial Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,574,846.00 1 Total: $1,574,846.00 Manufacturer: I Pierce Manufacturer #: I Pierce 17A 1144 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 39 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 1 8 Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity Tandem 1 00'Aerial Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,621,814.00 1 Total: $1,621,814.00 Manufacturer: I Pierce Manufacturer #: I Pierce 18A 1145 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Page 40 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity Tandem 1 00'Aerial 1 Section III: Aerial Ladder and Aerial Platform Devices 9 Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 85' to 95' aerial ladder platform rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Pierce Manufacturer #: I Pierce 19A 1146 Price: 1 $1,571,160.00 1 Total: 1 $1,571,160.00 1 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. Page 41 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufacturer authorization letters must include the following. 2 0 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity 105 Tandem Aerial Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100'+ aerial ladder platform rear mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Price: $1,837,652.00 1 Total: Pierce $1,837,652.00 1 Page 42 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: j Pierce 20A Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 43 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer 100' Rear Platform 2 Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 200 gallon poly tank, maximum compartment space, tandem axle, 100'+ aerial platform articulating style, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,919,924.00 1 Total: $1,919,924.00 Manufacturer: Pierce Manufacturer #: Pierce 21A 1148 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 44 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 2 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity 1 00'Aluminum Rear Mo Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder mid -mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer #: l No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aa_ reements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 45 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 3 Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100' aerial ladder mid -mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $2,031,754.00 1 Total: $2,031,754.00 Manufacturer: I Pierce Manufacturer #: j Pierce 23A 1149 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Page 46 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 4 Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer Mid -Mounted 100' Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, single axle, 70-85' aerial ladder platform mid -mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Pierce Manufacturer #: j Pierce 24A 1151 Price: 1 $1,245,117.00 1 Total: 1 $1,245,117.00 1 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. Page 47 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufacturer authorization letters must include the following. 2 5 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer Snozzle High Reach Section III: Aerial Ladder and Aerial Platform Devices Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 85' to 95' aerial ladder platform mid -mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each No Bid No response I Page 48 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: I No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 49 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response 2 Section III: Aerial Ladder and Aerial Platform Devices 6 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100'+ aerial ladder platform mid -mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,998,134.00 1 Total: $1,998,134.00 Manufacturer: Pierce Manufacturer #: Pierce 26A 1150 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 50 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 7 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer 107 TDA Section IV: Rescue Vehicles. Non -Walk -In Stvle 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - Non Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer #: l No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors Page 51 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 2 8 should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Alternate 1 International MV6-7 15' Quantity: 1 UOM: Each Price: $721,577.00 1 Total: Manufacturer: Emergency Vehicles Inc Manufacturer #: EVI -08 Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 15-Ft Air/Light Unit / Interna $721,577.00 I� I Section IV: Rescue Vehicles. Non -Walk -In Stvle 4-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - Non Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 4-door with individual air ride driver seat, SCBA high back officer seat, 3 SCBA high back crew seats with SCBA brackets west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Price: $944,495.00 1 Total: Pierce $944,495.00 1 Page 52 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: j Pierce 28R Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 53 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer Custom NWI-Rescue 2 Section IV: Rescue Vehicles. Non -Walk -In Stvle 9 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C, Raised Roof — Non -Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000-watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $967,596.00 1 Total: $967,596.00 Manufacturer: Pierce Manufacturer #: Pierce 29R 1153 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 54 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 0 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity Custom HDR NWI Section IV: Rescue Vehicles. Non -Walk -In Stvle Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C, Raised Roof - Non -Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000-watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,081,328.00 1 Total: $1,081,328.00 Manufacturer: I Pierce Manufacturer #: j Pierce 30R Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 55 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 1 Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer Tandem Combo Rescue Section IV: Rescue Vehicles. Non -Walk -In Stvle 2-Dr. Cab, 60" Cab to Axle, A/C — Non -Walk -In 10' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 12,500# GVW, 250 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2 door cab with bench seat, mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $274,903.00 1 Total: $274,903.00 Manufacturer: I Pierce Manufacturer #: I Pierce 31 R 1154 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and Page 56 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5. Name, Title, and Signature of Authorized Official from Manufacturer. 3 2 PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". F-550 12' Rescue Section IV: Rescue Vehicles. Non -Walk -In Stvle 2-Dr. Cab, 84" Cab to Axle, A/C — Non -Walk -In 12' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 12500# GVW, 250 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2-door cab with bench seat, mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No B/d Manufacturer: No response Manufacturer #: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and Page 57 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 58 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Alternate 1 3 3 EVI FDrd F-550 ESU Unit Quantity: 1 UOM: Each Price: $396.00 1 Total: $396.00 1 Manufacturer: EVI Manufacturer #: EVI ESU-10-SC Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Emergency Service Unit (ESU) Section V: Rescue Vehicles. Walk -In Stvle 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Manufacturer: I No response Manufacturer #: I No response No Bid Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been Page 59 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 4 discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Alternate 1 EVI 16' Walk-in Quantity: 1 UOM: Each Price: $572,689.00 1 Total: Manufacturer: I EVI - Freighliner Manufacturer #: I EVI W119-2D Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 16-Ft Walk -In Rescue / Freight $572,689.00 1 Section V: Rescue Vehicles. Walk -In Stvle 4-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C - Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 4-door with individual air ride driver seat, SCBA high back officer seat, 3 SCBA high back crew seats with SCBA brackets west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity Manufacturer: UOM: Each Price: $1,210,566.00 1 Total: Pierce $1,210,566.00 I� I Page 60 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer #: I Pierce 34R 1156 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 61 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Enforcer NWI Rescue PUC 3 Section V: Rescue Vehicles. Walk -In Stvle 5 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C, Raised Roof - Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,084,175.00 1 Total: $1,084,175.00 Manufacturer: Pierce Manufacturer #: Pierce 35R 1157 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 62 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 6 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity HDR Walk-in Body Section V: Rescue Vehicles. Walk -In Stvle Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C, Raised Roof - Walk -In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,185,495.00 1 Total: $1,185,495.00 Manufacturer: I Pierce Manufacturer #: I Pierce 36R 1158 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 63 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 7 Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Velocity Tandem Walk-in HDR Section V: Rescue Vehicles. Walk -In Stvle 2-Dr. Cab, 84" cab to axle, A/C - Walk -In 12' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 15,000# GVW, 250 HP diesel engine, heavy duty cooling, duel 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2-door cab with bench seat, mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer #: l No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and Page 64 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Alternate 1 EVI TACT VAN Quantity: 1 UOM: Each Manufacturer: I EVI - Ford Price: 1 $177,484.00 1 Total: 1 $177,484.00 1 Manufacturer #: I EVI Ford TACT VAN Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Tactical Unit / Ford Transit 3 3 I Section V: Rescue Vehicles. Walk -In Stvle 8 2-Dr. Cab, 170" cab to axle, A/C - Walk -In 14' Light Duty rescue, maximum compartment space, 5Kw Page 65 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps generator, roll up doors, 4 shelves, 2 roll out trays, 20,000# GVW, diesel 240 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, 170" cab to axle, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt -telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $589,071.00 1 Total: $589,071.00 Manufacturer: EVI 18 TRAILER Manufacturer #: EVI 18 Trailer Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COM LETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a Page 66 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 3 9 "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 18-Ft Mobile Command Vehicle / Alternate 1 EVI 14 CREW14 2DR Quantity: 1 UOM: Each Price: $525,560.00 1 Total: $525,560.00 Manufacturer: I EVI Ford Manufacturer #: I EVI -Ford CREW14-2D Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 14-Ft Crew -Body Rescue / Ford Alternate 2 EVI Trailer Unit Walk-in Command Quantity: 1 UOM: Each Price: $1,276,117.00 1 Total: $1,276,117.00 1 Manufacturer: EVI Manufacturer #: EVI USAR 424DT Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 42-Ft USAR Trailer Section VI: Quick Attack and Brush Tvae Vehicles 2-Dr. Cab, 4x2, 60" C/A, A/C, 15,000# GVW - Aluminum body, maximum compartment space, 300-340 gallon poly tank, booster reel with hose, 26HP diesel powered pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $279,458.00 1 Total: $279,458.00 Manufacturer: BME Manufacturer #: BME McCall Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Page 67 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Dodge, Type 6, 300 Gallon Page 68 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Alternate 1 4 0 BME McCall TvDe 6 Quantity: 1 UOM: Each Price: $279,458.00 1 Total: $279,458.00 Manufacturer: BME Dodge Manufacturer #: BME Dodge Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Dodge, Type 6, 300 Gallon Wate Alternate 2 BME Sawtooth Quantity: 1 UOM: Each Price: $312,604.00 1 Total: $312,604.00 Manufacturer: I BME Type 6 Manufacturer #: I BME Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Type 6, 300 Gallon Water Section VI: Quick Attack and Brush Tvne Vehicles 2-Dr. Cab, 4x4, 60" C/A, A/C, 15,000# GVW - Aluminum body, maximum compartment space, 300-340 gallon poly tank, booster reel with hose, 26HP diesel powered pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: Manufacturer #: No response No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. Page 69 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 1 PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Section VI: Quick Attack and Brush Tvae Vehicles 2-Dr. Cab, 4x4, 60" C/A, A/C, 15,000# GVW - Aluminum Body, 500 gallon poly tank, booster reel with hose, 100 gpm pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer #: l No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer Page 70 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Alternate 1 BME Navistar Cascade Quantity: 1 UOM: Each Manufacturer: I BME Manufacturer #: I BME Navistar Price: 1 $524,877.00 1 Total: $524,877.00 I� I Page 71 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 13000 Gallon Water Tender 4 Section VI: Quick Attack and Brush Tvae Vehicles 2 2-Dr. Cab, 4x2, 17500# GVW, 275 HP Diesel - Aluminum Body, 500 gallon poly tank, booster reel with hose, 100 gpm pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer #: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 72 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 3 PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Section VI: Quick Attack and Brush Tvae Vehicles 4-Dr. Cab, 4x4, 17500# GVW, 275 HP Diesel, Manual Transmission - Aluminum Body, maximum compartment space, 250 gallon poly tank, 500 gpm PTO pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $360,255.00 1 Total: $360,255.00 Manufacturer: I Pierce Manufacturer #: j Pierce 43W 1159 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government Page 73 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 4 pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Ford F550 4 door - 4 x 4 Wildl Section VI: Quick Attack and Brush Tvae Vehicles 2-Dr. Cab, 4x4, 17500# GVW, 275 HP Diesel, Manual Transmission - Aluminum body, maximum compartment space, 300 gallon poly tank, 500 gpm pump. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $569,610.00 1 Total: $569,610.00 Manufacturer: I Pierce Manufacturer #: j Pierce 44W 1160 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be acceDted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates Page 74 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 5 or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". International 4x4 BX3 Wildland Alternate 1 BME Navistar Summit Quantity: 1 UOM: Each Price: $517,400.00 1 Total: Manufacturer: I BME Summit Manufacturer #: I BME Summit 1-BME Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 4-Door, Model 34, 1000 GPM Pum $517,400.00 1 Section VI: Quick Attack and Brush Tvae Vehicles 2-Dr. Cab, 4x2, 300 HP Automatic, A/C - Aluminum Body, maximum compartment space, 500 gallon poly tank, 50 gallon foam, booster reel with hose, 400 gpm diesel driven pump with FoamPro 2100 system or equal. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: 1 $472,922.00 1 Total: 1 $472,922.00 1 Page 75 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer: Pierce Manufacturer #: Pierce 45W 1161 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization aareements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre -delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line -item price on individual quotes for any potential Cooperative member purchase. Page 76 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 4 6 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". International 4x4 Wildland WUI Alternate 1 BME Navistar WUI Quantity: 1 UOM: Each Price: $576,334.00 1 Total: $576,334.00 Manufacturer: I BME Navistar Manufacturer #: I BME Navistar WUI Big Horn 8 - BME Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". l Wildland Urban Interface, 750 Section VII: OPTIONS AND EQUIPMENT Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. Total: 0% 1 Item Notes: PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Zero off list Page 77 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 7 Section VII: OPTIONS AND EQUIPMENT Discount (%) off Third Party (not OEM) and Unpublished Options and Equipment. Third Party (not OEM) specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. Total: 1 0% 1 Item Notes: PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10% Off list Page 78 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 8 Section VII: OPTIONS AND EQUIPMENT Discount (%) off Original Equipment Manufacturer (OEM) Parts. Total: 0% 1 Item Notes: PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 0% off parts list Page 79 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 4 9 Section VII: OPTIONS AND EQUIPMENT Discount (%) off Extended Service Maintenance Agreements. Total: 0% 1 Item Notes: PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10% Off list Page 80 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5 Section VII: OPTIONS AND EQUIPMENT 0 Discount (%) off Floor Plan Insurance and Lot Insurance (dealer inventory ambulance and upfitting vehicles). Total: 1 0% Item Notes: PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog (s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 0% off list 5 Section VIII: Fire Service Apparatus Delivery Fees and Labor Rate for Installation and Repair Service 1 Hourly Labor Rate for Installation/Repair Service of Fire Service Apparatus Equipment and Products - Not to Exceed Hourly Labor Rate for Installation/Repair Service of Fire Service Apparatus Equipment and Products. Quantity: 1 UOM: Hourly Labor Rate Price: $240.00 1 Total: $240.00 5 Section VIII: Fire Service Apparatus Delivery Fees and Labor Rate for Installation and Repair Service 2 Hourly Labor Rate for Paint and Body Repair of Fire Service Apparatus - Not to Exceed Hourly Labor Rate for Paint and Body Repair of Fire Service Apparatus. Quantity: 1 UOM: Hourly Labor Rate Price: $240.00 1 Total: $240.00 5 Section VIII: Fire Service Apparatus Delivery Fees and Labor Rate for Installation and Repair Service 3 Hourly Labor Rate for Per Mile Delivery Fee for Fire Service Apparatus - Not to Exceed Per Mile Delivery Fee for Fire Service Apparatus. Quantity: 1 UOM: Hourly Labor Rate Price: $240.00 1 Total: $240.00 1 Page 81 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5 Section IX: Fleet Mobile Maintenance Services for Fire Service AoDaratus Vehicles 4 Discount (%) off Fleet Mobile Maintenance Services. Total: 0% 1 Item Notes: Vendors shall submit catalog (s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/price list per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/price list proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/price list listed Item Attributes 1. State Name of Manufacturer Catalog or Product Price list Proposed with Discount Percentage NOTE: Do not reference SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10% Off list Response Total: $34,721,510.00 Page 82 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps FRANCHISED MOTOR VEHICLE DEALER Texas 1).e anent LICENSE NO: B115890 of Mc)tor Xle-hiclef> GENERAL DISTINGUISHING NUMBER: MOTOR VEHICLE DIVISION P115891 Motor Vehicle Siddons Martin Emergency Group, LLC 1362 E RICHEY RD HOUSTON, TEXAS HARRIS 77073-3505 P148795X Utility Trailer/Semi-Trailer EXPIRES: 12-31-2025 PHYSICAL LOCATION: 3500 SHELBY LN DENTON, TEXAS DENTON 76207-4711 THIS DEALERSHIP IS LICENSED TO ONLY SELL THE FOLLOWING LINE(S) OF NEW MOTOR VEHICLES: BME : FT -Fire Truck, WHEELED COACH : AB -Ambulance, PIERCE FIRE TRUCKS : FT -Fire Truck, Road Rescue : AB -Ambulance, CRESTLINE : AB - Ambulance, Demers Ambulance : AB -Ambulance, Carter Ambulance : AB -Ambulance, BRAUN AMBULANCE (TYPE I, III) : AB -Ambulance ADDITIONAL LOCATION(S): For used vehicle sales only HAVING SATISFIED THE APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF THE TEXAS OCCUPATIONS CODE, CHAPTER 503 OF THE TEXAS TRANSPORTATION CODE, AND THE RULES OF THE BOARD, THE PERSON NAMED ABOVE IS HEREBY LICENSED WITH THE TEXAS DEPARTMENT OF MOTOR VEHICLES, MOTOR VEHICLE DIVISION. Monique Johnston, Director Texas Department of Motor Vehicles Motor Vehicle Division WARNING: PENAL CODE SECTION 37.10, PROVIDES THAT TAMPERING WITH A GOVERNMENTAL RECORD IS AN OFFENSE PUNISHABLE AS A SECOND-DEGREE FELONY. SUPPLIMIENTAL LICENSE INFORMATION o Texas E ae tment FRANCHISED MOTOR VEHICLE DEALER of Motor Xle-hicicS LICENSE NO: B115890 MOTOR VEHICLE DIVISI6JF4NERAL DISTINGUISHING NUMBER: Siddons Martin Emergency Group, LLC 1362 E RICHEY RD HOUSTON, TEXAS HARRIS 77073-3505 ADDITIONAL LOCATION(S): For used vehicle sales only P115891 P148795X Motor Vehicle Utility Trailer/Semi-Trailer EXPIRES: 12-31-2025 PHYSICAL LOCATION: 3500 SHELBY LN DENTON, TEXAS DENTON 76207-4711 HAVING SATISFIED THE APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF THE TEXAS OCCUPATIONS CODE, CHAPTER 503 OF THE TEXAS TRANSPORTATION CODE, AND THE RULES OF THE BOARD, THE PERSON NAMED ABOVE IS HEREBY LICENSED WITH THE TEXAS DEPARTMENT OF MOTOR VEHICLES, MOTOR VEHICLE DIVISION. Monique Johnston, Director Texas Department of Motor Vehicles Motor Vehicle Division WARNING: PENAL CODE SECTION 37.10, PROVIDES THAT TAMPERING WITH A GOVERNMENTAL RECORD IS AN OFFENSE PUNISHABLE AS A SECOND-DEGREE FELONY. Texas Department of M or Vehicles MOTOR VEHICLE DIVISION PIERCE MANUFACTURING INC. 120 S CENTRAL AVE STE 350 CLAYTON, MISSOURI SAINT LOUIS 63105-1705 MOTOR VEHICLE MANUFACTURER LICENSE NO: 0320 EXPIRES: 1/31/2024 12:00:00 AM PHYSICAL LOCATION: 2600 AMERICAN DR APPLETON, WISCONSIN NOT IN TEXAS 54914-9010 THE PERSON NAMED ABOVE IS LICENSED AS A MOTOR VEHICLE MANUFACTURER FOR THE FOLLOWING LINES(S): PIERCE FIRE TRUCKS : FT -Fire Truck HAVING SATISFIED THE APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF THE TEXAS OCCUPATIONS CODE, CHAPTER 503 OF THE TEXAS TRANSPORTATION CODE, AND THE RULES OF THE BOARD, THE PERSON NAMED ABOVE IS HEREBY LICENSED WITH THE TEXAS DEPARTMENT OF MOTOR VEHICLES, MOTOR VEHICLE DIVISION. Monique Johnston, Director Texas Department of Motor Vehicles Motor Vehicle Division WARNING: PENAL CODE SECTION 37.10, PROVIDES THAT TAMPERING WITH A GOVERNMENTAL RECORD IS AN OFFENSE PUNISHABLE AS A SECOND-DEGREE FELONY. ■moo Wolters Kluwer CT Corporation GRC CT Pierce Manufacturing Inc. (OshKosh) 120 South Central Avenue Suite 350 Clayton, MO 63105 USA www.wolterskiuwer.com November 09, 2022 Re: Correspondence Received: Hello, Please find enclosed the following items received by CT. Please note that any licenses enclosed have a digital copy uploaded into your license record database. 0 State of Texas Sincerely, BLMS Team CT Corporation i 1 1 P.O. Box 400, Austin, Texas 78767 800.695.2919 - bidsa:buyboard.com - buyboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO. 1 Proposal Invitation No. 746-24 Fire Service Apparatus Vehicles The following addendum is issued to Proposal Invitation No. 746-24, Fire Service Apparatus Vehicles and shall become a permanent part of the Proposal Invitation document. PROPOSAL SPEICIFICATION SUMMARY The Proposal Specification Summary has been amended to include Section IX for Fleet Mobile Maintenance Services. In addition, the corresponding line item in the electronic proposal submission system has been added and modified to align with the Proposal Specification Summary. Please sign and return one copy of this Addendum with your proposal as verification of your receipt and compliance with the information contained in this Addendum. Company Name: Address: Signature of Authorized '`� Company Official: G� L� U .4. Tau.' 281-543-7031 Telephone Number: Title: Director - Order Managem Date: April 18-2024 ADDENDUM NO. 1, PROPOSAL INVITATION NO. 746-24 Oshkosh Corporation Classification - Restricted PIERCE MANUFACTURING INC. AN OSHKOSH CORPORATION BUSINESS • ISO 9001 CERTIFIED 2600 AMERICAN DRIVE POST OFFICE BOX 2017 APPLETON, WISCONSIN 54912-2017 920-832-3000 • FAX 920-832-3208 www.plercemfg.com April 4, 2025 Via Email Onlv: Pat.siddons(a,siddons-martin.com, irmartin(a),siddons-martin.com Siddons-Martin Emergency Group c/o Pat Siddons and Leon Martin Jr. 1362 East Richey Road Houston, TX 77073 RE: May 2025 price increase Dear Pat and Leon: As the licensed dealer in Arkansas, Louisiana, Nevada, New Mexico, Texas, Tennessee and Utah for Pierce Manufacturing Inc. on both H-GAC Contract Bid FS 12-23, and Buy Board Contract 746-24, this letter is to inform you that there will be a price increase of approximately three-quarters percent (0.75%), effective May 16, 2025, on Pierce Manufacturing Inc., and Frontline Communications base model products and option content. Frontline C-20 and CRU product pricing will remain flat. There will be no increase on Oshkosh Airport base model product pricing in May. There is a correction in our February price communication on products built on commercial chassis. Given our base proposals still assume model year 2027 chassis, the eight percent (8.00%) increase that was applied to the chassis option cost in February will be removed from the May 16th published pricing, resulting in a lower published price. We anticipate a price change with the model year 2028 chassis and will communicate once final pricing is provided. If you have questions relative to this information, please contact me at (920) 832-3000. Respectfully, Dan Meyer Vice President, Sales Pierce Manufacturing Inc. May 15, 2025 Buy Board Ms. Connie Burkett 12007 Research Blvd. Austin, Texas 78759 May 2025 Price Increase Pierce Companies May 2025 Price Increase: As the franchised licensed dealer for Pierce Manufacturing, BME, and Frontline on Buy Board 746-24, please accept this letter as a formal request to implement an immediate price increase as follows: Pierce Products: Commercial Chassis decrease of 8% Option content increase of .75% The projected additional pricing and model number changes on several of our Commercial Chassis products has been pushed back to allow the Chassis Manufacturers to complete changes with the engines to meet new EPA Emission standards. With no official date in sight, we felt it best to remove the increase implemented in February 2025. The .75% increase covers the component manufactures' pricing increases to date. We are monitoring the raw materials pricing along with tariffs so there may be additional upcoming increase. Thank you for your consideration and action on this request. Please don't hesitate to contact me at 1-800-784-6806 or 281-543-7031 if you have any questions or need further information. Sincerely, Jeffrey A. Doran Director - Order Management Siddons-Martin Emergency Group, LLC 1362 East Richey Houston, TX 77073 1-800-784-6806 Exhibit C - Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. Siddons Martin Emergency Group, LLC J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F]Yes F1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A 61 ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J 9/2/2025 Signs i1�'of vendor o ni g business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 City of Fort Worth, Texas Mayor and Council Communication DATE: 06/13/23 M&C FILE NUMBER: M&C 23-0450 LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK SUBJECT (ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off -Road Vehicles, and Other Motorized Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and Interlocal Agreements for Three Years for the Property Management Department RECOMMENDATION: It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using multiple cooperative contracts and interlocal agreements for three years for the Property Management Department. DISCUSSION: The Property Management Department's Fleet Acquisitions Division is currently in the process of fulfilling a multi -year backlog of City vehicle and equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars. The City currently has contracts with the following vendors using cooperative contracts: VENDOR �Siddons Martin Emergency Group, LLC �Siddons Martin Emergency Group, LLC �JI­Iouston Holdings, LLC �Versalift Lake Country Chevrolet North Texas Trailers, LLC Silsbee Ford Associated Supply Company (ASCO) Rogue Jet Boatworks, Inc. Lenco Industries, Inc. Polaris Sales, Inc. Nationwide Trailers, LLC �Crafco, Inc. JKd01;J =I:7A 111V/ WI[r] =I2Iwo BuyBoard Houston -Galveston Area Council (HGAC) BuyBoard Sourcewel I The Interlocal Purchasing System (TIPS) Buyboard TIPS BuyBoard General Services Administration (GSA) HGAC Sourcewel I BuyBoard BuyBoard However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine additional vendors that are available through cooperatives. Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include purchases made using Interlocal Agreements with other governmental entities. Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs. COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the item. AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the City will seek additional authorization for any necessary contracts at that time. BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity. FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any vendor regarding minimum purchases. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note 2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Oriainatina Business Unit Head: Reginald Zeno 8517 Steve Cooke 5134 Additional Information Contact: Jo Ann Gunn 8525 Ashley Kadva 2047