Loading...
Contract - Siddons Martin Emergency Group, LLC - 6/12/2025 AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND SIDDONS MARTIN EMERGENCY GROUP,LLC FOR THE PURCHASE OF FIRE SERVICE APPARATUS VEHICLE PARTS THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement for the purchase of fire service apparatus vehicle parts (the "Agreement") is made and entered into this the 12 " day of Tv , 2025, (the "Effective Date") by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and SIDDONS MARTIN EMERGENCY GROUP, LLC, whose offices are located at 1362 East Richey, Houston, TX 77073 referred to herein as "Vendor." RECITALS: WHEREAS, City desires to purchase fire service apparatus vehicle parts (the "Goods and Services") defined herein; and WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program (the "Buy Board") and Vendor is an approved Buy Board vendor through Buy Board Contract # 746-24; and WHEREAS, City desires to purchase the 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, in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.0 DEFINITIONS A. Agreement means this binding legal contract between City and Vendor whereby City agrees to purchase specified Goods and Services and Vendor is obligated to sell same. The 4900-5469-3699 ,./ Agreement includes any exhibits, addenda, and/or amendments thereto. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date set out in the introductory paragraph above. D. Goods and Services mean the specified services, supplies, materials, commodities, or equipment described herein and referenced in "Exhibit"A." E. Vendor means Siddons Martin Emergency Group, LLC, or any successors or assigns. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall remain in full force and effect until it expires as indicated herein or is terminated in accordance with Section 14.0. B. The term of this Agreement shall begin with the Effective Date and end on the 30th day of September, 2027. 3.0 SCOPE OF WORK A. The goods and related services which are the subject matter of this Agreement are described generally herein and referenced in in the attached Exhibit "A," incorporated herein by reference for all purposes 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 and services described herein and referenced 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. 4.0 COSTS A. In consideration for the Goods and Services to be provided by Vendor, City agrees to pay Vendor the amounts set forth in Exhibit"A." B. The City is authorized to pay the Vendor an amount not-to-exceed $1,350,000.00, for the term of this Agreement. 5.0 INVOICES All invoices shall include, at a minimum, the following information: 2 1. Name and address of Vendor; 2. Purchase Order Number; 3. Description and quantity of items received; and 4. Delivery dates. 6.0 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 if the governing body of City does not appropriate funds sufficient to purchase the Goods and Services as determined by City's budget for the fiscal year in question. City may affect such termination by giving the Vendor written notice of termination. 7.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives Goods and Services under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the Goods and 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). This Prompt Payment Policy does not apply to payments made by City in the event: 1. 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 2. 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 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 8.0 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined 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, 3 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. 9.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 10.0 INSURANCE Vendor shall meet all City insurance requirements set forth on the City's website at: http://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf. 11.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Chad McDowell Director, General Services Department 212 Commerce Boulevard Round Rock, TX 78664 (512) 341-3191 cmcdowell@roundrocktexas.gov 12.0 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other parry'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. 13.0 DEFAULT If Vendor abandons or defaults under this Agreement, Vendor shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within thirty (30) days of receipt of written notice: 1. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States and is unable to perform its material obligations under the Agreement. 4 14.0 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon written notice to Vendor, the "Date of Termination." B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon 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 a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all 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 to this Agreement. Within thirty (30) days after the Date of Termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement up to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. 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. 15.0 INDEMNIFICATION Vendor 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 fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, 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. 16.0 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, bureaus 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 or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and(2) will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott 5 Israel during the term of this Agreement. C. In accordance with Chapter 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 a provision 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 Chapter 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 a provision 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. 17.0 ASSIGNMENT AND DELEGATION The parties 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. 18.0 NOTICES A. 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 recipient's physical or email address as stated below; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated below. Notice to Vendor: Vendor: Siddons Martin Emergency Group, LLC Address: 1362 East Richey Houston, TX Email: jdoranAsiddons-martin.com 6 Notice to City: City Manager Stephanie L. Sandre, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 19.0 APPLICABLE LAW, ENFORCEMENT, AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party 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. 20.0 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. 21.0 DISPUTE 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, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 22.0 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. 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 which is of the essence of this Agreement be determined void. 23.0 MISCELLANEOUS PROVISIONS A. 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 7 generally accepted industry practices. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Vendor's failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties' respective heirs, executors, administrators, successors and assigns. D. 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. [Signatures on the following page.] 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. Siddons Martin Emergency Group, LLC J By: Prince K. ame: Kathryn Williams Title: Chief Legal Officer Date Signed: 5/16/2025 City of Rou Rock,Tex By: 0 Craig Mo gan, or Date Signed: 4 //2/25 For City,Attest: By: � ly ,6 Ann Franklin, City Clerk For City,Approved as to Form: By: teph ie L. San re, 1ty Attorney 9 EXHIBIT "A" io compressor, steel channel frarr hrome front bumper, minimum 45 ga fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $386,139.00 Total: $386,139.00 Manufacturer: Pierce Manufacturer#: 1 P - 1129 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled Page 20 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps for upfitting by sealer. These Floor Plan and Lot Insu e fees shall not be included in the price of a vehicm Jur the purpose of this proposal but must De listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". 1 P-11129 2 - Dr Freightliner 2 Section I: Commercial Class "A" Pumpers and Tankers 2-Dr. Cab, 35000#GVW, 350 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, Diesel 350 HP engine, heavy duty cooling, 270 amp alternator, Allison HD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $471,103.00 Total: $471,103.00 Manufacturer: 2P - 1130 Pierce -Freightliner M2-106 Pumper 1250 pump - 750 tank Manufacturer#: Pierce Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of Page 21 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps any awarded c 3ct, and available for purchase by mei 's separately and independently from associated base price items. Vendors shall submit manutacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU,Reference Numbers,Websites,and/or"See Attached/Enclosed". Pierce 2P 1130 3 Section I: Commercial Class "A" Pumpers and Tankers 2-Dr. Cab, 40000#GVW, 300 HP Automatic, A/C - 1250 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, Diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2 door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $513,015.00 Total: $513,015.00 Manufacturer: Pierce Manufacturer#: 3P -1132 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Page 22 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Texas Departn of Motor Vehicles. If Vendor proposes .rve states other than Texas, Vendor must have any dlIU all licenses or certificates, including francnise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". M2-106 Pumper 1250 pump - 750 4 Section I: Commercial Class "A" Pumpers and Tankers 2-Dr. Cab, 54000#GVW, 350 HP Automatic, A/C - 1500 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, rear Newton electric dump, NFPA 1901, all manufacturer's standard equipment, diesel 350 HP engine, heavy duty cooling, 270 amp alternator, Allison HD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $523,603.00 Total: $523,603.00 Manufacturer: Pierce Manufacturer#: 4P - 1131 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Page 23 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturers )onding directly to this proposal invitat in lieu of an authorization letter, shall submit a written Aplanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". 4 Door Freighliner BTO Pumper 5 Section I: Commercial 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, Electric, Hybrid, LPG, etc.) Page 24 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Quantity: 1 UOM: Each Price: $4 20.00 Total: $492,220.00 Manufacturer: Pierce Manufacturer#: Pierce 5P - 1133 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 25 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". 4 door Freightliner Pumper 125 6 Section I: Commercial Class "A" Pumpers and Tankers 4-Dr. Cab, 35000#GVW, 350 HP Automatic, A/C -1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $529,260.00 Total: $529,260.00 Manufacturer: Pierce Manufacturer#: Pierce 6P - 1134 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 26 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N...._4: All vehicle ancillary fees to be cha.y. for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". 4 Door Freighliner BTO Pumper 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, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $857,590.00 Total: $857,590.00 Manufacturer: Pierce Manufacturer#: Pierce Saber 7P- 1135 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 27 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip I is not to be listed in a base price sins tons will be selected by the Cooperative m� uer at time of quote/order. All options al c LU be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Saber Custom 4 Door 1500 pump- 8 Section II: Custom Cab Class "A" Pumpers and Tankers Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $929,064.00 Total: $929,064.00 Manufacturer: Pierce Manufacturer#: Pierce 8P - 1136 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Page 28 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Mot chicle Dealer Certificate and/or other se/certificate as required by the Texas Departri=IL of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer Custom 4 Door 1500 Pu 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, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $951,679.00 Total: $951,679.00 Manufacturer: Pierce Manufacturer#: Pierce 9P - 1137 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. Page 29 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufactu.S., authorization letters must include the f„nuvring. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer 4 Door HDRP 1500-750 1 Section II: Custom Cab Class "A" Pumpers and Tankers 0 Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 750 gallon poly tank, 200 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $997,105.00 Total: $997,105.00 Manufacturer: Pierce Page 30 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: I Pierce P10 - 1 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 31 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Velocity 4 Door PUC 1500 Pump 1 Section II: Custom Cab Class "A" Pumpers and Tankers 1 Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $856,671.00 Total: T $856,671.00 Manufacturer: Pierce Manufacturer#: Pierce P11-1139 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 32 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL Nw 4:All vehicle ancillary fees to be char yuu for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Saber Pumper 1500 Tank- 1500 1 Section II: Custom Cab Class "A" Pumpers and Tankers 2 Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 1500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $986,413.00 Total: $986,413.00 Manufacturer: Pierce Manufacturer#: Pierce P-12 1140 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 33 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip t is not to be listed in a base price sin( )tions will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity 4 DR Pumper 1500-1500 1 Section II: Custom Cab Class "A" Pumpers and Tankers 3 Custom MFD tilt 4-Dr. Cab, 330 HP Automatic, A/C - 1250 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $950,445.00 Total: $950,445.00 Manufacturer: Pierce Manufacturer#: Pierce P-13 1141 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Page 34 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Mot .hicle Dealer Certificate and/or other I se/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes tw serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Saber P-T 2500 Tank-1500 PumP 1 Section II: Custom Cab Class "A" Pumpers and Tankers 4 Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 2500 gallon poly tank, 100 cu. ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,069,792.00 Total: $1,069,792.00 Manufacturer: Pierce Manufacturer#: Pierce P-14 1142 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. Page 35 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufactu,_ authorization letters must include the f(,,. iing. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity 4 Dr P-T 2500 - 1500 1 Section II: Custom Cab Class "A" Pumpers and Tankers 5 Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 3000 gallon elliptical tank, 60 cu. ft. compartment space, side mount pump panel, (2) side and (1) rear Newton electric dump, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Page 36 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: I No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 37 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response 1 Section III: Aerial Ladder and Aerial Platform Devices 6 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,386,416.00 Total: $1,386,416.00 Manufacturer: Pierce Manufacturer#: Pierce 16A 1143 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 38 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N..._ 4: All vehicle ancillary fees to be chary_ for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer75' Single Axle Aerial 1 Section III: Aerial Ladder and Aerial Platform Devices 7 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,574,846.00 Total: $1,574,846.00 Manufacturer: Pierce Manufacturer#: Pierce 17A 1144 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 39 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip t is not to be listed in a base price sins itions will be selected by the Cooperative meilluer at time of quote/order. All options aims .0 be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Velocity Tandem 100' Aerial 1 Section III: Aerial Ladder and Aerial Platform Devices 8 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100' aerial ladder rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,621,814.00 Total: $1,621,814.00 Manufacturer: Pierce Manufacturer#: Pierce 18A 1145 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Page 40 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Mot chicle Dealer Certificate and/or other I se/certificate as required by the Texas Departn IL of Motor Vehicles. If Vendor proposes «, nerve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity Tandem 100' Aerial 1 Section III: Aerial Ladder and Aerial Platform Devices 9 Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 85' to 95' aerial ladder platform rear mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,571,160.00 Total: $1,571,160.00 Manufacturer: Pierce Manufacturer#: Pierce 19A 1146 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. Page 41 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufactu— authorization letters must include the fu,,.,.ring. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity 105 Tandem Aerial 2 Section III: Aerial Ladder and Aerial Platform Devices 0 Custom MFD tilt 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100'+ aerial ladder platform rear mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,837,652.00 Total: $1,837,652.00 Manufacturer: Pierce Page 42 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: I Pierce 20A Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 43 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Enforcer 100' Rear Platform 2 Section III: Aerial Ladder and Aerial Platform Devices 1 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 200 gallon poly tank, maximum compartment space, tandem axle, 100'+ aerial platform articulating style, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,919,924.00 Total: $1,919,924.00 Manufacturer: Pierce Manufacturer#: Pierce 21A 1148 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 44 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N..——4: All vehicle ancillary fees to be chai you for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity 100'Aluminum Rear Mo 2 Section III: Aerial Ladder and Aerial Platform Devices 2 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 400 gallon poly tank, 150 cu. ft. compartment space, single axle body, 75' aerial ladder mid-mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 45 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip : is not to be listed in a base price sine )tions will be selected by the Cooperative mcinUer at time of quote/order. All options ale to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response 2 Section III: Aerial Ladder and Aerial Platform Devices 3 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100' aerial ladder mid-mount, pinned waterway, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $2,031,754.00 Total: $2,031,754.00 Manufacturer: Pierce Manufacturer#: Pierce 23A 1149 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitatioh, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Page 46 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Franchise Mot chicle Dealer Certificate and/or other I se/certificate as required by the Texas Departn!GI of Motor Vehicles. If Vendor proposes w serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer Mid-Mounted 100' 2 Section Ill: Aerial Ladder and Aerial Platform Devices 4 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, single axle, 70-85' aerial ladder platform mid-mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,245,117.00 Total: _ $1,245,117.00 Manufacturer: Pierce Manufacturer#: Pierce 24A 1151 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. Page 47 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps The manufactL, . authorization letters must include the f„„-„ring. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer Snozzle High Reach 2 Section Ill: Aerial Ladder and Aerial Platform Devices 5 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 85' to 95' aerial ladder platform mid-mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Page 48 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: I No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 49 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response 2 Section III: Aerial Ladder and Aerial Platform Devices 6 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C - 1500 GPM Pump, 300 gallon poly tank, 150 cu. ft. compartment space, tandem axle, 100'+ aerial ladder platform mid-mount, NFPA 1901, all manufacturer's standard equipment. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,998,134.00 Total: $1,998,134.00 Manufacturer: Pierce Manufacturer#: Pierce 26A 1150 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 50 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N_._ 4: All vehicle ancillary fees to be chary_ for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Enforcer 107 TDA 2 Section IV: Rescue Vehicles, Non-Walk-In Style 7 2-Dr. Cab, 35000#GVW, 300 HP Automatic, A/C - Non Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors Page 51 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps should propos( act replacement models if a vehicle/tri iodel specified below has been discontinued by Li id manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response Alternate 1 International MV6-7 15' Quantity: 1 UOM: Each Price: $721,577.00 Total: $721,577.00 Manufacturer: Emergency Vehicles Inc Manufacturer#: EVI -08 Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". 15-Ft Air/Light Unit/ Interna 2 Section IV: Rescue Vehicles, Non-Walk-In Style 8 4-Dr. Cab, 35000#GVW, 300 HP Automatic, A/C - Non Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 4-door with individual air ride driver seat, SCBA high back officer seat, 3 SCBA high back crew seats with SCBA brackets west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $944,495.00 Total: $944,495.00 Manufacturer: Pierce Page 52 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: Pierce 28R Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 53 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Enforcer Custom NWI-Rescue 2 Section IV: Rescue Vehicles, Non-Walk-In Style 9 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C, Raised Roof— Non-Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000-watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $967,596.00 Total: $967,596.00 Manufacturer: Pierce Manufacturer#: Pierce 29R 1153 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 54 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N—, 4: All vehicle ancillary fees to be cha.y,u for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Velocity Custom HDR NWI 3 Section IV: Rescue Vehicles, Non-Walk-In Style 0 Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C, Raised Roof- Non-Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000-watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,081,328.00 Total: _ $1,081,328.00 Manufacturer: Pierce Manufacturer#: Pierce 30R Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accented as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 55 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip t is not to be listed in a base price sini )tions will be selected by the Cooperative melt wer at time of quote/order. All options ale Lo be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Enforcer Tandem Combo Rescue 3 Section IV: Rescue Vehicles. Non-Walk-In Style 1 2-Dr. Cab, 60" Cab to Axle, A/C— Non-Walk-In 10' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 12,500#GVW, 250 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2 door cab with bench seat, mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $274,903.00 Total: $274,903.00 Manufacturer: Pierce Manufacturer#: Pierce 31R 1154 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and Page 56 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5. Name, Title, Signature of Authorized Official from I ifacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". F-550 12' Rescue 3 Section IV: Rescue Vehicles, Non-Walk-In Style 2 2-Dr. Cab, 84" Cab to Axle, A/C — Non-Walk-In 12' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 12500# GVW, 250 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2-door cab with bench seat, mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and Page 57 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2: A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". No response Page 58 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Alternate 1 EVI Fprd F-550 ESU Unit Quantity: 1 UOM: Each Price: $396.00 Total: $396.00 Manufacturer: EVI Manufacturer#: EVI ESU-10-SC Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Emergency Service Unit (ESU) 3 Section V: Rescue Vehicles, Walk-In Style 3 2-Dr. Cab, 35000#GVW, 300 HP Automatic,A/C - Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been Page 59 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps discontinued t manufacturer. All fire service appara vehicles must meet or exceed all requirements aiiu comply with or exceed all Federal Motu! vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response Alternate 1 EVI 16' Walk-in Quantity: 1 UOM: Each Price: $572,689.00 Total: $572,689.00 Manufacturer: EVI - Freighliner Manufacturer#: EVI W119-2D Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". 16-Ft Walk-In Rescue/ Freight 3 Section V: Rescue Vehicles, Walk-In Style 4 4-Dr. Cab, 35000#GVW, 300 HP Automatic, A/C - Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 4-door with individual air ride driver seat, SCBA high back officer seat, 3 SCBA high back crew seats with SCBA brackets west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,210,566.00 Total: $1,210,566.00 Manufacturer: Pierce Page 60 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Manufacturer#: I Pierce 34R 11 Item Notes: PROPOSAL. NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Page 61 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites, and/or"See Attached/Enclosed". Enforcer NWI Rescue PUC 3 Section V: Rescue Vehicles, Walk-In Style 5 Custom MFD tilt, 4-Dr. Cab, 330 HP Automatic, A/C, Raised Roof- Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,084,175.00 Total: r $1,084,175.00 Manufacturer: Pierce Manufacturer#: Pierce 35R 1157 Item Notes: PROPOSAL NOTE 1:Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Page 62 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps PROPOSAL N..., 4: All vehicle ancillary fees to be chai for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity HDR Walk-in Body 3 Section V: Rescue Vehicles. Walk-In Style 6 Custom LFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C, Raised Roof-Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw generator, 6000 watt light tower, 10 shelves, 4 roll out trays. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment(CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each Price: $1,185,495.00 Total: $1,185,495.00 Manufacturer: Pierce Manufacturer#: Pierce 36R 1158 Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and 5. Name, Title, and Signature of Authorized Official from Manufacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Page 63 of 82 pages Vendor: Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps Optional equip r is not to be listed in a base price sins tons will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4:All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE:Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Velocity Tandem Walk-in HDR 3 Section V: Rescue Vehicles, Walk-In Style 7 2-Dr. Cab, 84" cab to axle, A/C -Walk-In 12' Light Duty rescue, maximum compartment space, 5Kw generator, roll up doors, 4 shelves, 2 roll out trays, 15,000#GVW, 250 HP diesel engine, heavy duty cooling, duel 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome front bumper, minimum 30 gallon fuel tank, 2-door cab with bench seat, mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. Include separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, Electric, Hybrid, LPG, etc.) Quantity: 1 UOM: Each No Bid Manufacturer: No response Manufacturer#: No response Item Notes: PROPOSAL NOTE 1: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each manufacturer for each product line proposed. The requirement to provide an approval letter from the manufacturer applies to both seller and installers. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, shall submit a written explanation that the company is the manufacturer of the product line(s) proposed. Dealer authorization agreements will not be accepted as a substitute for the manufacturer authorization letter. The manufacturer authorization letters must include the following. 1. Composed on manufacturer letterhead (an email message is not a substitute for the letter), 2. Addressed to "The Local Government Purchasing Cooperative," 3. Dated within the current calendar year, 4. List the regions in Texas and states that Vendor is authorized to sell, install, and service product(s) proposed, and Page 64 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps 5. Name, Title, Signature of Authorized Official from I afacturer. PROPOSAL NOTE 2:A Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s). PROPOSAL NOTE 3: The Proposal Invitation seeks base model pricing for vehicles. Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All fire service apparatus vehicles must meet or exceed all requirements and comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order. All options are to be priced at standard government pricing. Vendors shall submit a COMPLETE catalog(s)/pricelist(s) OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment (CNG, Electric, Hybrid, LPG, etc.). Vendors shall submit catalog(s)/pricelist(s) in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in the base model price(s) will not be permitted. The Cooperative service fee for fire service apparatus vehicles is not a "vehicle fee" and is not to be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line-item price on individual quotes for any potential Cooperative member purchase. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". No response Alternate 1 EVI TACT VAN Quantity: 1 UOM: Each Price: $177,484.00 Total: $177,484.00 Manufacturer: EVI - Ford Manufacturer#: EVI Ford TACT VAN Item Attributes 1. State Brand of Chassis and Body NOTE: Do not reference SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed". Tactical Unit / Ford Transit 3 3 Section V: Rescue Vehicles, Walk-In Style 8 2-Dr. Cab, 170" cab to axle, A/C -Walk-In 14' Light Duty rescue, maximum compartment space, 5Kw Page 65 of 82 pages Vendor:Siddons-Martin Apparatus and 746-24 Addendum 1 Equipment Fire Apps