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