Loading...
R-2022-012 - 1/13/2022 RESOLUTION NO. R-2022-012 WHEREAS, the City of Round Rock ("City") desires to purchase certain deliverables, specifically equipment, repair parts, and repair services for fire apparatus service vehicles, and for related goods and services; and WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local governments to participate in cooperative purchasing programs with other local governments; and WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative purchasing program administered by the Texas Association of School Boards for the purpose of procuring goods and services for its members; and WHEREAS,the City is a member of Buy Board; and WHEREAS, Siddons-Martin Emergency Group, LLC is an approved vendor of Buy Board; and WHEREAS, the City desires to purchase said goods and services from Siddons-Martin Emergency Group, LLC through Buy Board Cooperative Contract No. 651-21,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Fire Service Apparatus Vehicle Parts with Siddons-Martin Emergency Group, LLC, a copy of said Agreement being attached hereto as Exhibit"A"and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551,Texas Government Code,as amended. 0112.20222;48944852-1736 RESOLVED this 13th day of.January, 2022._ C RA1Ca Moi .GA,N, ayor City of Row Rock, 'ryas ATTEST ��n fi-.e AA.,� MEAGAN SJ' S, C:it C"Jcrk. 2 EXHIBIT "Ali, CITY OF ROUND ROCK AGREEMENT FOR FOR FIRE SERVICE APPARATUS VEHICLE PARTS WITH SIDDONS-MARTIN EMERGENCY GROUP, LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the purchase of fire service apparatus vehicle parts, and for related goods and services(referred to herein as the "Agreement'), is made and entered into on this the day of the month of , 2021 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and SIDDONS- MARTIN EMERGENCY GROUP, LLC, whose offices are located at 1362 E. Richey Road, Houston,Texas 77073 (referred to herein as"Vendor"). RECITALS: WHEREAS, City desires to purchase certain deliverables, specifically equipment, repair parts,and repair services for fire apparatus service vehicles,and City desires to procure same from Vendor;and WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program ("Buy Board")and Vendor is an approved Buy Board vendor through Buy Board Contract#651-21;and WHEREAS,City desires to purchase certain goods and services from Vendor through Buy Board as set forth herein;and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties,and obligations; NOW,THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 4879-3526-5798?ss2 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and services and Vendor is obligated to sell said goods and services B. City means the City of Round Rock,Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances acts of the public enemy, orders of any kind from the government of the United States or th State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides,li htning,earthquakes,fires,hurricanes,storms,floods,restraint of the government and the people,c ivil disturbances,explosions,or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials,commodities,or equipment. F. Services mean work performed to meet a demand or effort by Vendor to comply with promised delivery dates,specifications,and technical assistance specified. 2.01 EFFECTIVE DATE,TERM, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party h reto,and shall remain in full force and effect unless and until it expires by operation of the term i idicated herein,or is terminated or extended as provided herein. B. This Agreement shall terminate September 30,2024. C. City reserves the right to review the relationship with Vendor at any time,and may elect to term nate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS The goods and services which are the subject matter of this Agreement are described in Exhibit "A' and, together with this Agreement, comprise the Contract Documents. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference to the terms and cc editions set forth in pages one(1)through nine(9)of this Agreement. 4.01 ITEMS A. The goods which are the subject matter of this Agreement are described generally in the attached Exhibit"A." B. This Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals,correspondence or discussions. C. Vendor shall satisfactorily provide all deliverables described in Exhibit"A"within the contract term specified. A change in the Scope of Services or any term of this Agreement, including bonding requirements,must be negotiated and agreed to in all relevant details,and must be embodied in a valid Supplemental Agreement as described herein. 5.01 COSTS A. City agrees to pay for goods and/or services during the term of this Agreement at the pricing set forth in the Vendor's catalog and as set forth in Exhibit"A." Vendor specifically acknowledged and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if,and when needed by City,the costs listed on Exhibit"A"shall be the basis of any charges collected by Vendor. B. In consideration for the deliverables and services related to the deliverables, the City agrees to pay Vendor an amount not to exceed Six Hundred Thousand and No/100 Dollars ($600,000.00)for the term of this Agreement. 6.01 INVOICES All invoices shall include,at a minimum,the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided;and D. Delivery or performance dates. 7.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 8.01 PROMPT PAYMENT POLICY In ac ordance with Chapter 2251,V.T.C.A.,Texas Government Code,payment to Vendor will be made within thirty(30)days of the day on which City receives the performance, supplies, materials, ec uipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete,or within thirty(30)days of the day on which City receives a correct inv ice for the performance and/or deliverables or services,whichever is later. Vendor may charge interest on an overdue payment at the"rate in effect"on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A.,Texas Government Code, Section 2251.025(b);however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor,a contractor,subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late;or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds;or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late;or D. Invoices are not mailed to City in strict accordance with instructions,if any,on the purchase order or the Agreement or other such contractual agreement. 9.01 GRATUITIES AND BRIBES City rnay, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is deterniined by City that gratuities or bribes in the form of entertainment,gifts,or otherwise were offered or given by Vendor or its agents or representatives to any City officer,employee or elected representative with respect to the performance of this Agreement. In addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 10.01 TAXES City s exempt from Federal Excise and State Sales Tax;therefore,tax shall not be included in Vendor's barges. 11.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified,City reserves the right and option to obtain the products from another supplier or suppliers. 12.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Chad McDowell General Services Director 212 Commerce Cove Round Rock,Texas 78664 (512)341-3191 cmcdowel l�`,roundrocktexas.gov 13.01 INSURANCE Vendor shall meet all City of Round Rock Insurance Requirements as set forth at: ht2://www.roundrocktexas.&2y/wg-contenttugloads/2014/12/Corr insurance 07.20112,pf. 14.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made,then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere,Vendor agrees that it may be charged the difference in cost,if any,and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; B. Faits to provide adequate assurance of performance under the "Right to Assurance"section herein;or C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 16.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without -.ause,at any time upon thirty(30)days' written notice to Vendor. B. In the event of any default by Vendor,City has the right to terminate this Agreement for cause,ur on ten(10)days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of material and substantial breach by City,or by mutual agreement to terminate evidenced in writing b and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the followings all apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue I1 services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable t this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undispute . The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 17.01 INDEMNIFICATION Vencor shall defend (at the option of City), indemnify, and hold City, its successors, assigns,officers,employees and elected officials harmless from and against all suits,actions,legal proceedings claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fee arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's ag nts, employees or subcontractors, in the performance of Vendor's obligations under this Agreem nt,no matter how,or to whom,such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 18.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended,and with all applicable rules and regulations promulgated by local,state and national boards,bore&us and agencies. B. In accordance with Chapter 2271,Texas Government Code,a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verif cation from the company that it: (1)does not boycott Israel;and (2)will not boycott Israel during the term of a contract. The signatory executing this Agreement on behalf of Vendor verifies that Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with 2274,Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars($100,000.00)unless the contract has provision in the contract verifying 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.The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association,and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. in accordance with 2274,Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00)unless the contract has provision in the contract verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement.The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 19.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves,their successors,assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three(3)days after being deposited in the United States mail,with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Siddons-Martin Emergency Group, LLC 1362 East Richey Road Houston,Texas 77073 Notice to City: City Manager Stephan L. Sheets,City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 Noth ng contained herein shall be construed to restrict the transmission of routine communicat ons between representatives of City and Vendor. 21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either pa ly with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County,Texas.This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing,duly authorized by action of the City Manager or City Council. 23.01 DIS UTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, ncluding without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 24.01 SEVERABILITY The nvalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence c f any event rendering any portion or provision of this Agreement void shall in no way affect the va idity or enforceability of any other portion or provision of this Agreement. Any void provision sh itl be deemed severed from this Agreement, and the balance of this Agreement shall be construe and enforced as if this Agreement did not contain the particular portion or provision held to be vc id.The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision w iich is of the essence of this Agreement be determined void. 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained,experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services,responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together,shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock,Texas Siddons-Martin Emergency Group, LLC By: --- By: Printed Name: Prin a Name: Kathryn Williams Title: Title: Vice President&General Counsel Date Signed: Date Signed: 12/10/2021 Attest: By: _ Meagan Spinks,City Clerk For City,Approved as to Form: By: Stephan L. Sheets,City Attorney txmit -A" Siddons-Martir Apparatus and Equipment Fire Apps information Address: 14233 In erddve West Houston,TX 77032 Phone: (281)44 -6806 Fax: (281) 442-0850 By submitting your response, you certify that you are authorized to represent and bind your company. Jeffrey A. Doran jdoran@siddons-martin.com Signature Email Submitted at 412912021 1:38:11 AM Requested Attachments BuyBoard Proposal Invitation No. 651-21 for Fire Service Apparatus proposal-no-651-21 edit jad.pdf Vehicles REQUIRED- In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Catalog/Pricelist All options lists with pricing.pdf REQUIRED- In PDF format, upload catalog/pricelist in proposal invitation instructions. File size must not exceed 100MB.(Please DO JOT password protect uploaded files.) Company Profile Siddons Sales and Service info.pdf 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 in luded with your company profile on the BuyBoard website. Submit your company profile in a separate file, in War, format,with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the Buy 3oard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion,with or wi hout prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irreleant to the Contract, inaccurate, or misleading.) Detailed Information and Exceptions Related to Base Model Pricng Buy Board 651-21 2021-04-29 Final.pdf Discount and/or Hourly Labor Rate In PDF format, define the services that are proposed to be provided and attach detailed information including exceptions to pricing Dr discount percentage, NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) Manufacturer Authorization Letter(s) Pierce Dealership Contacts 2021-04-28.pdf REQUIRED - Uploac Manufacturer Authorization Letter(s)in PDF format. Manufacturers responding to this proposal invitation, in lieu of a ri authorization letter, must submit a response on company letterhead explaining that the company is a manuf cturer of products proposed. Dealers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment ma be sold. Dealer Certificate(s) and/or License(s) Licenses.pdf In PDF format, uplo 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,t1 ie applicable dealer license(s)for such state(s). IRS Form W-9 Requ 3st for Taxpayer Identification Number and Certification SMEG 2021 W-9.pdf REQUIRED- In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Page 3 of 54 pages vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps txnat Response Attachments Licenses.pdf License Base Model Pricng Buy Board 651-212021-04-29 Finai.xlsx Base in Excel Option list for Buy Board 651-21 Final 2021-04-29.xlsx Options in Excel Bid Lines Section 1: Commercial Class"A" PumRtrs 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 HIP engine, heavy duty cooling, 270 amp alternator, Allison MID 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, LPG, etc.) Ouantity: 1 UOM: Each Price: $230�,64100 Total: $230,641.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE i:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s).Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Freightliner Page 4 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps ltXnlI2It -A- 2 Section 1: Commejrcial Class W'Pumpprs and Tankers-2-Dr.Cab,35000#GVW, 350 HP Automatic,AJC - 1500 GPM Pump, 50 gallon poly tank, 100 cu.ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's sta dard equipment, Diesel 350 HP engine, heavy duty cooling, 270 amp alternator, Allison HD series automatic tr rismission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallo 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 optioris to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each Price: $285,026.00 1 Total: $285,026.00 Manufacturer: I F'erce Manufacturer#: FF'erce Item Notes: rdcomVendors should propose direct replacement models if a model type specified below has ply scontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All fees to be charged for any purchase from this contract with the exception of delivery . pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" arid is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit ari approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. N TE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T xas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of for Vehicles or, if vendor proposes to serve states outside of the State of Texas,the applicable dialer license(s) for such state(s). Item Attributes 1. State Brand of Chassis and Body Freightliner Page 5 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps x It 3 Section 1: 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, LPG,etc.) Quantity: 1 UOM: Each Price: $311,149.00 Total: $311,149.00 Manufacturer: Pierce Manufacturer#: I Pierce Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready,applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. TE : An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE : Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body LJ Freightliner Page 6 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 hOt -'H" 4 Section I:comma rcial Class"A"Pumpers andT -2-Dr.Cab,54000#GVW,350 HP Automatic,AJC-1500 GPM Pump,2500 gallon pol t tank, 100 cu.ft.compartment space,side mount pump panel,rear Newton electric dump, NFPA 1901,all manufacturer's stands d equipment,diesel 350 HP engine,heavy duty cooling,270 amp alternator,Allison HD series automatic transmission,full air bi akes, 12.0 compressor,steel channel frame,chrome front bumper,minimum 45 gallon fuel tank,2-door with bench seat,west coas mirrors,air conditioner,tilt-telescoping steering wheel,full gauge package,tires to match axle GVW rating, steel ten hole disc wh4 iels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG,LPG,etc.) Quantity: 1 UC M: Each Price: $338,180.00 Total: $338,180.00 Manufacturer: Fpierce Manufacturer#: Fpierce Item Notes: N TE 1:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed ar d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.. All vt hicle fees to be charged for any purchase from this contract with the exception of delivery fe 3s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the b se price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" a d is not to be included in the base pricing. N PM: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit ari approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. Tx E : Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from as Department of Motor Vehicles and Manufacturer certificate from the Texas Department of for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable ler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Freightliner Page 7 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps tx It .. - 5 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.Include separate sheet with upgrade options to include all manufacturer options including altemative fuel choice equipment(CNG,LPG,etc.) Quantity: 1 UOM: Each Price: $287,631.00 1 Total: F $287,631.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Freightliner Alternate 1 Section I: Commercial Class "A"Pumpers and Tankers-2-Dr.Cab.35000#GVW,300 HP Automatic,AIC- 1250 GPM Pump. 750 gallon Poly tank. 100_cu._ft. compartment space. side mount oumo panel. NFPA 1901. all manufacturer's standard eouioment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice aguinment(CNG.LPG.etc.l Quantity: 1 UOM: Each Price: $268,780.00 Total: $268,780.00 Manufacturer: Skeeter Manufacturer#: Skeeter Page:8 of 54 pages Vendor:Siddotu-Martin ApparatusandEquipment Fire 651-2I CXhlplt "H" Item Attributes 1, State Brand of Dhassis and Body Freightliner 6 Section 1: Comm rcial Class"A"Pumpers 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,LPG etc,) Quantity: 1 U : Each Price: $299,372.00 1 Total: $299,372.00 Manufacturer: FPierce Manufacturer#: [-Pierce Item Notes: N TI:Vendors should propose direct replacement models if a model type specified below has en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed ar d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All ve hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.) are to be Included in the base price(s). Vehicle fees not included in the b se price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" arid is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit art approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. TE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from JT xas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable d aler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Freightliner Page 9 of 54 pages Vendor-Siddons•Manin Apparatus and Equipment Fire 651-21 Apps xn I 7 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, 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, LPG, etc.) Quantity: 1 UOM: Each Price: $485,861.00 1 Total: $485,881.00 Manufacturer: Pierce Manufacturer#: i Pierce Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NPIE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization tetters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Saber Vendor Siddons-Martin Apparatus and Equipment Fire Page 10 of S4 pages 651-2 Apps tnion 8 Section 11: Custor i Cab Class W'Pumpgrs and Tanker -Custom LFD tilt,4-Dr.Cab,400 HP Automatic, AJC- 1500 GPM P imp, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901,all manufact rer's standard equipment. Include separate sheet with upgrade options to include all manufacturer optic ns including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each Price: F $548,895.00 Total: 548,895.00 Manufacturer; EF ierce Manufacturer#: FF ierce Item Notes: TE 1:Vendors should propose direct replacement models if a model type specified below has bi en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed at d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" a d is not to be included in the base pricing. N : An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit ap approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T xas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of M for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable do ialer license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Enforcer Page I 1 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps txnat 9 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, LPG, etc.) Quantity: 1 UOM: Each Price: $500,061.00 1 Total: $500,061.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. T 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Saber Page 12 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 1 Section Il: Cus i Cab Class" 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 1801, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) --�� Quantity: 1 U M: Each Price: 661,389.00 Total: $661,389.001 Manufacturer: FP fierce Manufacturer#: Fpierce Item Notes. NOTE_11:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All v hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" arid is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit ari approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. E : Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of M for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable df aler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 13 of 54 pages Vendor.Siddons-Marlin Apparatus and Equipment Fire 651-21 Apps xnl 1 1 Section II: Custom Cab Class W' 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, LPG, etc.) Quantity: 1 uOM: Each Price: $524,607.00 1 Total: $524,607.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NQJE,3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Saber Vendor:Siddons-Martin Apparatus and Equipment Fire Page 14 orifi pages 651-21 Apps nl It "H" 1 2 Section 11: Custo s"A"Pumors and Tankers -Custom LFD tilt,4-Dr.Cab,400 NP Automatic, AIC- 1500 GPM P imp, 1500 gallon poly tank, 100 cu.ft.compartment space,side mount pump panel, NFPA 1901, all manufact irers standard equipment. Include separate sheet with upgrade options to include all manufacturer optic s including alternative fuel choice equipment(CNG, LPG,etc.) Quantity: 1 UC M: Each Price: 1 $657,193.00 Total: $657,193.00 Manufacturer: I F ierce Manufacturer#: EF ierce Item Notes: E 1:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed ar id comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All ve hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s).Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T xas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable d aler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 15 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps 1 3 Section 11: 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, LPG,etc.) Quantity: 1 UOM: Each Price: F $630,935.00 1 Total: $630,935.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: TE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 16 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 xrtltJ 1 4 Section II: Custoi n Cab Class"N'Puml2ers and Tankers-Custom LFD tilt,4-Dr.Cab,400 HP Automatic, AIC- 1500 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufact rev's standard equipment. Include separate sheet with upgrade options to include all manufacturer optic ns including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 LICK Each Price: $688,452.00 1 Total: $688,452.00 Item Notes: NOTE :Vendors should propose direct replacement models if a model type specified below has been discont nued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charge for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspect on, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be include in the base price(s).Vehicle fees not included in the base price(s)will not be allowed. The Coope ative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NOTE : An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand c f equipment submitted. Proposers responding to this Proposal Invitation should submit an approv if tetter from each manufacturer. Manufacturer authorization letters must include the regions and/or 3tates in which equipment may be sold. NOTE 1: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Texas Depart nent of Motor Vehicles and Manufacturer certificate from the Texas Department of Motor Vehicles or, if vi ndor proposes to serve states outside of the State of Texas,the applicable dealer license(s)for such s te(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 17 or 54 pages Vendor:Siadons-Martin Apparatus and Equipment Firc 651-21 Apps "A' 1 5 Section III: Custom Cab Class W' Pumpers and Tankers-Custom MFD tilt 4-Dr.Cab,400 HP Automatic, AIC- 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, LPG, etc.) _ Quantity: 1 UOM: Each Price: $674,574.00 Total: $674,574.00 Manufacturer: Pierce Manufacturer#: lPierce Item Notes: NO 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 18 of 54 pages Vendor.Siddons-Mtutin Apparatus and Equipment Fin; 651-21 C bl 1 $ Section 111: Aerial de rial Platform Devices -Custom MFD tilt,4-Dr. Cab, 334 HP Automatic, A/C- 1500 GPM P imp, 400 gallon poly tank, 150 cu.ft. compartment space, single axle body, 75'aerial ladder rear mount, pinned waterway, NFPA 1801, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each Price: $908,894.00 Total: F777T908.894.001 Manufacturer: I F fierce Manufacturer#: FF ierce Item Notes: Vendors should propose direct replacement models if a model type specified below has jen discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery f s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base pi ice(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NbIE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T xas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable d aler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 19 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps tZmat 1 7 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, LPG, etc.) Quantity: 1 UOM: Each Price: $958,981.001 Total: _ $958,981.00 Manufacturer: 1 Pierce Manufacturer#: JPierce Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Enforcer Vendor.Siddons-Martin Apparatus and Equipment Fire Page 20 of Sd pages 65 t-2{ Apps It 1 $ Section III: Arial Ladder and Aerial Platform-Devices-Custom MFD tilt,4-Dr. Cab,400 hHP Automatic, AIC- 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. Indude separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each Price: $1,150,756.001 Total: F $1,150,756.00 Manufacturer: rF ierce Manufacturer FF ierce Item Notes: E 1:Vendors should propose direct replacement models if a model type specified below has bo en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed at id comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fes(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NDTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T axas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of IV otor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable d aler license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 21 of 54 pages Vendor:Siddons-Marin Apparatus and Equipment Fire 651-21 Apps CxnlDlt -A" 1 9 Section III: Aerial Ladder and Aerial Platform Devices-Custom MF'D tilt 4-Dr.Cab,400 HP,Automatic, AIC- 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, LPG, etc.) Quantity: 1 UOM: Each Price: / $1,293,330.00 Total: $1,293,330.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTEA:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE :Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Velocity Vendor.Siddons-Martin Apparatus and Equipment Fire Page 22 of 54 pages 651-21 Apps txnlDlt "A*' 2 0 Section 111111: Aerial Ladder and AerialPlatform Devices-Custom MFD tilt 4-Dr.Cab,400 HP,Automatic, A/C- 1500 GPM Pimp, 300 gallon poly tank, 150 cu. ft.compartment space, tandem axle, 100'+ aerial ladder platform rear moa t, NFPA 1801, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 uC M: Each Price: $1,364,537.00 Total: $1,364,537.00 Manufacturer: F ierce Manufacturer#: ierce Item Notes: Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed arid comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices) will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. W : An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of M for Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable dealer license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 23 of 54 pages Vendor Siddons-Martin Apparatus and Equipment Fire 651-21 Apps 2 Section III: Aerial Ladder and Aerial Platform Devices -Custom MFD tilt,4-Dr. Cab,400 HP,Automatic, AIC-1500 GPM Pump, 200 gallon poly tank, maximum compartment space, tandem axle, 100'+ aerial platform articulating style, NFPA 1801,all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed.The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. MOTE:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Vendor:Siddons-Martin Apparatus and Equipment Fn Page 24 of 54 pages Apps 651-21 itxnat -8- 2 2 Section-ILadder and Aerial Platform i -Custom MFD tilt,4-Dr. Cab,400 HP Automatic, A/C- 1500 GPM Pimp, 400 gallon poly tank, 150 cu. ft. compartment space,single axle body, 75'aerial ladder mid-mount, pinned waterway, NEPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each No Bid Manufacturer: I to response Manufacturer#: Ft o response Item Notes: N TE :Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed at id comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fe s (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base pi ice(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m ay be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 25 of 54 pages Vendor.Siddotts-Martin Apparatus and Equipment Fire 651-21 Apps txnat "A" 2 3 Section 111: 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, LPG, etc.) Quantity: 1 UOM: Each Price: 1 $1,327,279.00 Total: $1,327,279.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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 licenses)for such state(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 26 of 54 pages vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 txnlbl ..H.. 2 4 Section III: Aerial Ladder and herial Platform Devices-Custom MFD tilt,4-Dr.Cab,400 HP, Automatic, AIC- 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space,single axle, 70-65`aerial ladder platform mid-mount, NFPA 1901,all manufacturer's standard equipment. Include separate sheet with upgrade options to include Il manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each No Bid Manufacturer: Ft o response Manufacturer#: o response Item Notes: N :Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed at id comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All v hicle fees to be charged for any purchase from this contract with the exception of delivery f es(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer d stination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices) will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is W to be included in the base pricing. N 3TE 2:An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit ap approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Tiwas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of IV otor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable dealer license(s) for such state(s). Item Attributes 1. State Brand of Chassis and Body No response Page 27 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fin 651-21 Apps txnl It H" 2 5 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 1801, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: INci response Item Notes: NATE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NATE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 28 of 54 pages Vendor Siddons-Martin Apparatus And Equipment Fire 651-21 tont 2 6 Section l: Aerial Ladder 11nd Aerial Platform Devices-Custom MFD tilt,4-Dr.Cab,400 HP Automatic, AIC- 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, LPG, etc.) Quantity: 1 UC M: Each Price: $1,357,391.00 Total: $1,357,391.00 Manufacturer: FF ierce Manufacturer#: FF ierce Item Notes: Vendors should propose direct replacement models if a model type specified below has jen discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery f s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base pi ice(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NDTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. E : Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from T nmas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of IV otor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable d Wer license(s)for such state(s). Item Attributes 1. State Brand of Chassis and Body Velocity Page 29 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps txnlDlt -A- 2 T Section IV: Rescue Vehicles, Non-Walk-In Style-2-Dr. Cab,35000#GVW, 300 HP Automatic,A1C-Non Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roil 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, LPG, etc.) Quantity: 1 UOM: Each Price: $264,821.00 Total: $264,821.00 Manufacturer: Pierce Manufacturer M Pierce Item Notes: NOTE 1.: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees,etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. TE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Freightliner Vendor.Siddons-Martin Apparatus and Equipment Fire Page 30 of 54 pages 65 I-2I Apps 2 B Sectio Vehicles, Non-Walk-in Slyle-4-Dr.Cab, 35000#GVW,300 HP,Automatic,AJC-Non Walk-in 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator,6000 watt light tower, 10 shelves, 4 roll out t ays, 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 S BA 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 includeall manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UC M: Each Price: $276,187.00 1 Total: $276,187.00 Manufacturer: FF ierce Manufacturer#: FF ierce Item Notes: N TE 1:Vendors should propose direct replacement models if a model type specified below has eI discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices)will not be allowed.The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of e uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from ez ch manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment m 3y be sold. N DTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Freightliner Page 31 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 6S1-21 Apps mnlDit X. 2 9 Section IV: Rescue Vehicles. Non-Walk-In Styl -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, LPG,etc.) Quantity: 1 UOM: Each Price: l $567,790.00 1 Total: $56?,790.00 Manufacturer: Pierce Manufacturer#: Pierce Item Notes: NOTE i,:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 32 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 3 0 ction IV: Resc a Vehicles. Non-Walk-In ftle-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 roil out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG,etc.) Quantity: 1 UC M: Each Price: $665,237.00 1 Total: F $665,237.00 Manufacturer: I F ierce Manufacturer#: FF ierce Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. hQTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from e ch manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m 3y be sold. hQTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Velocity Page 33 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fin: 651-21 Apps IzXnIDn 3 'f 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 Honda 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, LPG, etc.) Quantity: 1 UOM. Each Price: $176,304.00 Total: $176,304.00 Manufacturer: Pierce Manufacturer#: I Pierce Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s).Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted.Proposers responding to this Proposal invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NATE 3:Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Testas 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). Item Attributes 1. State Brand of Chassis and Body Ford Page 34 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 65f-21 Apps txnatH.. 3 2 Section IV: Rest e V -2-Dr. Cab,60"cab to axle,AIC—Non-Walk-In 10'Light Duty rescue, maxi um compartment space, 5Kw Honda generator, roll up doors, 4 shelves, 2 roll out trays, 12,500#GVW, 25 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front a d rear brakes, standard frame,chrome front bumper, minimum 30 gallon fuel tank, 2 door cab with bench seat, rrors,air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel isc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 U M: Each Price: $182,573.00 Total: $182,573.00 Manufacturer: FP ierce Manufacturer#: FF ierce Item Notes: lTE 1:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All v hicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready,applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ice(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. N TE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from ei ch manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment rn 3y be sold. hQTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Ford Page 35 or 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire Apps651-21 txnlDli ..H.. Alternate 1 Section IV: Rescue Vehicles Non Walk In Style- 2-0r Cab 60" cab to axle AIC —Non-Walk-In 10' Ligh Duty rescue maximum compartment space 5Kw Honda 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-telescol2ina steering wheel full gauge package tires to match axle GVW rating steel disc wheels Include separate sheet vA h upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG. LPG. etc.l Quantity: 1 UOM: Each Price: I $148,667.00 Total: $148,667.00 Manufacturer: Skeeter Manufacturer#: Skeeter Item Attributes 1. State Brand of Chassis and Body Ford Page 36 of 54 pages Vendor.Siddons-Martin Apps and Equipment Fire 651-21 txnat -A 3 3 Sectio Vehicles,Walk-in S -2-Dr. Cab,35000#GVW,300 HP Automatic,A1C -Walk-In 16' Heavy rescue bod , maximum compartment space, 8Kw PTC?generator, 6000 watt light tower, 10 shelves,4 roll out trays, diesel 30 HP engine, heavy duty cooling, 270 amp alternator,Allison MD series automatic transmission, Full it brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door w th bench seat,west coast mirrors, air conditioner,tilt-telescoping steering wheel, full gauge package, tires to IT atch axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include ll manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 UA Each No Bid Manufacturer: o response Manufacturer#: o response Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All Ore service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. NOTE :An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted. Proposers responding to this Proposal invitation should submit an approval letter from ee ch manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment rn ay be sold. N TE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 37 of 54 pages Vendor'Siddons-Martin Apparatus and Equipment Fire b51-21 Apps xn DI -A- 3 4 Section V: Rescue Vehicles.Walk-In Style-4-Dr.Cab,35000#GVW,300 HP,Automatic,A/C-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, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: INoresponse Manufacturer#: INoresponse Item Notes: NOTE1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a 'vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE :Vendors;must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 38 of 54 pages Vendor Siddons-Martin Apparatus and Equipment Fire 651-21 txn nit " 3 5 Section V: RescuVehicles, -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 a temative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 U M: Each Price: $575,007.t}0 Total: 1 $575,007 On Manufacturer: Fierce — Manufacturer#: Pierce Item Notes: N 1:Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All v hicle fees to be charged for any purchase from this contract with the exception of delivery f s (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. N :An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from eE ch manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m y be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Enforcer Page 39 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps xnlD .. 3 6 Section V: Rescue Vehicles,Walk-In Stvle-Custom LFD tilt,4-Dr.Cab,440 HP Automatic,AIC, 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, LPG, etc.) -- Quantity: 1 UOM: Each Price: $722,770.00 Total: $722,770.001 Manufacturer: I Pierce Manufacturer#: jPierce Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,Install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Velocity Page 40 or 54 pages Vendor:Siddons-Malin Apparatus and Equipment Fire 651-21 txnat 3 T Section V: Rescu Vehicles,Walk-In S le-2-Dr. Cab,84"cab to axle,A/C -Walk-In 12'Light Duty rescue, maximum compart ent space, 5Kw Honda generator, roll up doors, 4 shelves, 2 roll out trays, 15,000#GVW, 250 HP diesel eng e, heavy duty cooling, duel 110 amp alternator, automatic transmission, power disc front and rear brakes, stand rd frame, chrome front bumper, minimum 30 gallon fuel tank, 2-door cab with bench seat, mirrors, air conditi ner, 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, LPG, etc.) Quantity: 1 UC M: Each No Bid Manufacturer: Po response Manufacturer#: [yoresponse Item Notes: Vendors should propose direct replacement models if a model type specified below has 2b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed a d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees,etc.)are to be included in the base price(s).Vehicle fees not included in the base p ices)will not be allowed.The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. N :An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from ez ch manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m iy be sold. N DTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 41 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment l=ire 651-21 Apps 3 8 Section V: Rescue Vehicles,Walk-In Stile-2-Dr. Cab, 170"cab to axle,AIC -Walk-In 14'Light Duty rescue, maximum compartment space, 5Kw Honda 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, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer#: INoresponse Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. TE :Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Vendor:Siddons-Martin Apparatus and Equipment Fire Page 42 of 54 pages 651-21 Apps 3 9 SectioQuick Attack and Brush JyRe Vehicles-2-Dr. Cab,U2,60"C/A,A/C, 15,000#GVW-Aluminum body, maximum cc mpartment space, 300-340 gallon poly tank, booster reel with hose, 26HP diesel powered pump. Include sep rate sheet with upgrade options to include all manufacturer options including altemative fuel choice equipment i CNG, LPG, etc.) Quantity: 1 U M: Each No Bid Manufacturer: FAG response Manufacturer#: o response Item Notes: Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed at id comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vE hicle fees to be charged for any purchase from this contract with the exception of delivery fe as(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer d stination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m y be sold. Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 43 of 54 pages Vendor-Siddons-Martin Apparatus and Equipment Fire 651-21 Apps tX ID " 4 0 Section VI: Quick Attack and Brush Type Vehicles-2-Dr. Cab,U4,60"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, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer#: lNoresponse Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Alternate 1 Section VI: Quick Attack and Brush Typ-q Vehicles-2-Dr.Cab,U4,60"C/A A/C 15.000#GVW -Aluminum body. maximum cam ap rtment 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. LPG. etc. Quantity: 1 UOM: Each Price: $122,555.00 1 Total: $122,555.00 Manufacturer: Skeeter Manufacturer#: I Skeeter Page 44 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 txnlalt "H" Item Attributes 1. State Brand of Chassis and Body Ford 4 1 Section VI: Quick Attacks -2-Dr. Cab,U4,60"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, LPG, etc.) Quantity: 1 UC M: Each Price: $235,200.00 Total: $235,200.00 Manufacturer: EF ierce Manufacturer#: FF ierce Item Notes: Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed ai d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All v hicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m ay be sold. :Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Ford Alternate 1 Sectio VI' U4.60" A A/C 15,000#GVW -Aluminum Body, 500 gallon p DIV tank, booster reel with hose. 100 gl2m pumI2. Include separate sheetrade ogtions to include all manuacturer options includinge el choice eguipmentCNG L Quantity: 1 UC M: Each Price: $114,450.00 Total: $114,450.00 Manufacturer: keeter Manufacturer#: keeter Page 45 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps txnlDlt "A" Item Attributes 1. State Brand of Chassis and Body Ford 4 2 c and-Brush Upe Vehicles-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, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: I No response Manufacturer#: lNoresponse Item Notes: NOTE 1: Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base prices)will not be allowed.The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. OTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization tetters must include the regions and/or states in which equipment may be sold. NOTE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 46 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 p "'A" 4 3 Sectionr h Type V hicles-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 separatesheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 U : Each Price: $237,043.00 Total: $237,043.00 Manufacturer: F ierce Manufacturer#: FF ierce Item Notes: :Vendors should propose direct replacement models if a model type specified below has b en discontinued by the manufacturer. All All fire service apparatus vehicles must meet or e ceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS. Al vehicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection. make ready, applicable state inspection fee, manufacturer d(stination fees,etc.)are to be included in the base price(s). Vehicle fees not included in the base pr ce(s) will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is n t to be included in the base pricing. TE :An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from ee ch manufacturer. Manufacturer authorization letters must include the regions andfor states in which equipment rn 3y be sold. Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body Ford Page 47 or 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps I It "A" 4 4 Section VI: Quick Attack and Brush Type 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, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: NOTE 1:Vendors should propose direct replacement models if a model type specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed and comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base price(s)will not be allowed. The Cooperative service fee for vehicles is not a"vehicle fee"and is not to be included in the base pricing. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted.Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NATE 3:Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 48 of 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps tont -A 4 5 Section VI: Ouick Attackn Brush T -2-Dr. Cab,U2,300 HP,Automatic,A/C-Aluminum Body, maximum cc mpartment space, 500 gallon poly tank, 50 gallon foam, booster reel with hose, 400 gpm diesel driven pump with Foam Pro 2100 system or equal. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, LPG, etc.) Quantity: 1 U : Each No Bid Manufacturer: I A o response Manufacturer#: FA o response Item Notes: E 1: Vendors should propose direct replacement models if a model type specified below has be en discontinued by the manufacturer.All fire service apparatus vehicles must meet or exceed at d comply with all requirements of the Federal Motor Vehicle Safety Standards, FMVSS.All VE hicle fees to be charged for any purchase from this contract with the exception of delivery fe s(i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.)are to be included in the base price(s). Vehicle fees not included in the base p ices)will not be allowed. The Cooperative service fee for vehicles is not a "vehicle fee" and is not to be included in the base pricing. N TE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of ec uipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from ei ch manufacturer.Manufacturer authorization letters must include the regions and/or states in which equipment m y be sold. E 3.Vendors must provide a copy of their 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). Item Attributes 1. State Brand of Chassis and Body No response Page 49 or 54 pages Vendor.Siddons-Martin Apparatus and Equipment Fire 651-21 Apps I ' 4 6 Section VII: OPTIONAL.EQUIPMENT and PARTS-Discount(%)off catalog/pricelist for Original Equipment Manufacturer(OEM)Options.Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0°J° Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate." Item Attributes 1. State Name of Catalog/Pricelist 0%off list Pagc 50 of 54 pages Vendor:Siddons-Main Apparatus a tus and Equipnmit Fire 651-21 tX It -/-v 7 Section IPMENT and PARTS-Discount(%)off catalog/pricelist for Third Party(not OEM)and Unpublished Options and Equipment.Catalog/Pricelist MUST be included or proposal will not be considered. Total: 51% Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Vendom proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Nfendorjs must list one specific percentage discount for each Manufacturer listed. • dditional/Altemate Manufacturer lines must submitted by selecting "Add Alternate." Item Attributes 1. State Name of atalog/Pricelist All vendor Page 51 of 54 pages Vendor.Siddons-Martin Apparatus and Equipnwnl fire 651-21 txnat "A" 4 8 Section VII: OPTIONAL, EQUIPMENT and PARTS-Discount(%)off catalog/pricelist for Original Equipment Manufacturer(OEM)Parts.Catalog/Pricelist MUST be included or proposal will not be considered. Total: 5% Item Notes: Options will be selected by the Cooperative member at the time of order.A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate." Item Attributes 1. State Name of Catalog/Pricelist OEM 4 9 Section WI: OPTIONAL EQUIPMENT and PARTS Discount(%)off catalog/pricelist for Extended Service Maintenance Agreements,Catalog/Pricelist MUST be included or proposal will not be considered. Total: 5a/o Item Notes: Options will be selected by the Cooperative member at the time of order.A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate." Page 52 of 54 pages Vendor:Siddons-Martin Apparatus and Equipment Fire 651-21 Apps