Loading...
Siddons- Martin Proposal-No-571- 18 3-21-18July 19, 2018 Welcome to BuyBoard! Re:Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Fire Service Apparatus Vehicles, Proposal Number 571-18 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 10/1/2018 through 9/30/2019, with two possible one-year renewals. The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 571-18 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1.Vendor Quick Reference Sheet 2. Vendor Billing Procedures You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative. Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by fax (1-800-211-5454) any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800‐695‐2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 July 19, 2018 Welcome to BuyBoard! Re: N otice of National Purchasing Cooperative Piggy-Back Award Proposal Name and Number: Fire Service Apparatus Vehicles, Proposal Number 571-18 Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. As provided for in the Proposal and your National Purchasing Cooperative Vendor Award Agreement, you are authorized to sell the goods and services awarded under the Proposal to National Cooperative members in states other than Texas through the BuyBoard. The contract is effective 10/1/2018 through 9/30/2019, with two possible one-year renewals. The National Cooperative membership list is available at our website www.buyboard.com/vendor. The list identifies the current members that may purchase awarded goods and services under your National Cooperative BuyBoard contract. You are advised that receipt of a purchase order directly from a National Cooperative member is not within BuyBoard guidelines. Accepting purchase orders directly from Cooperative members may result in a violation of applicable competitive procurement law and termination of this National Cooperative BuyBoard contract. Therefore, all purchase orders from National Cooperative members must be processed through the BuyBoard. Please forward by fax (1-800-211-5454) any order received directly from a National Cooperative member. If you inadvertently process a purchase order sent directly to you by a National Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Department Director, Cooperative Procurement v.6.5 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 PROPOSER’S AGREEMENT AND SIGNATURE Proposal Name: Fire Service Apparatus Vehicles Proposal Due Date/Opening Date and Time: March 22, 2018 at 4:00 PM Proposal Number: 571-18 Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: Contract Time Period: October 1, 2018 through September 30, 2019 with two (2) possible one-year renewals. July 2018 Name of Proposing Company Date _________________________________ Street Address Signature of Authorized Company Official City, State, Zip Printed Name of Authorized Company Official Telephone Number of Authorized Company Official Position or Title of Authorized Company Official _________________________________________ Fax Number of Authorized Company Official Federal ID Number Page 9 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 The proposing company (“you” or “your”) hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all Cooperative information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachments/forms, item specifications, and line items (collectively “Requirements”); 2. By your response (“Proposal”) to this Proposal Invitation, you propose to supply the products or services submitted at the prices quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. Any and all deviations and exceptions to the Requirements have been noted in your Proposal and no others will be claimed; 4. If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products or services at the prices quoted and in strict compliance with the Requirements (unless specific exceptions are noted in the Proposal and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similar customers; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy-back contract by another governmental entity or nonprofit entity, in which event you will offer the awarded goods and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your contract; 5. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under a Texas Public Information Act request or similar public information law; 6. The individual signing this Agreement is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 7. You have carefully reviewed your Proposal, and certify that all information provided is true, complete and accurate, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 8. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, may disqualify you from consideration for a contract award under this Proposal Invitation or result in termination of an award or any other remedy or action provided for in the General Terms and Conditions or by law. Page 10 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 VENDOR CONTACT INFORMATION Company: ___________________________________________________________________________________________ Vendor Contact Name and Mailing Address for Notices: _______________________________________________________ Company Website: ____________________________________________________________________________________ Purchase Orders: Purchase orders from Cooperative members will be available through the Internet or by facsimile. Option 1: Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to vendors that choose this option to assist them with retrieving their orders. Option 2: Fax. Vendors need a designated fax line available at all times to receive purchase orders. Please choose only one (1) of the following options for receipt of purchase orders and provide the requested information: I will use the INTERNET to receive purchase orders. E-mail Address: ________________________________________________________________________ Internet Contact: _____________________________________ Phone: ___________________________ Alternate E-mail Address: ________________________________________________________________ Alternate Internet Contact: ______________________________ Phone: __________________________ I will receive purchase orders via FAX. Fax Number: __________________________________________________________________________ Fax Contact: __________________________________________ Phone: __________________________ Purchase orders may be received by any Designated Dealer identified on my company’s Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Request for Quotes (“RFQ”): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: E-mail Address: ________________________________________________________ Alternate E-mail Address: ________________________________________________ Page 11 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 Invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee invoices and related communications: Please choose only one (1) of the following options for receipt of invoices and provide the requested information: Service fee invoices and related communications should be provided directly to my company at: Mailing address: ____________________________________ Department: ________________________ City: _____________________________ State: __________________ Zip Code: ___________________ Contact Name: _____________________________________ Phone: _____________________________ Fax: ________________ E-mail Address: ___________________________________________________ Alternative E-mail Address: ______________________________________________________________ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent**: Mailing address: ____________________________________ Department: ________________________ City: _____________________________ State: __________________ Zip Code: ___________________ Contact Name: _____________________________________ Phone: _____________________________ Fax: ________________ E-mail Address: ___________________________________________________ Alternative E-mail Address: ______________________________________________________________ In lieu of my company, I request and authorize service fee invoices to be provided to the Designated Dealer(s) receiving the purchase order(s) to which the invoiced service fees relate at the address and contact information designated on my company’s Dealer Designation form as provided to the Cooperative administrator.** ** If Vendor authorizes a billing agent or Designated Dealer(s) to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Page 12 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 FELONY CONVICTION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: “A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Section 44.034 further states in Subsection (b): “A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” Please check (√) one of the following: My company is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.) My company is not owned or operated by anyone who has been convicted of a felony. My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): _____________________________________________________________________________________ Details of Conviction(s):________________________________________________________________________________ ____________________________________________________________________________________________________ By signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________________ Company Name _________________________________________ ________________________________________ Signature of Authorized Company Official Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, “Debarment and Suspension,” as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ _______________________________________ Signature of Authorized Company Official Printed Name Page 13 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a “resident” proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A “nonresident” proposer is a person who is not a Texas resident. Please indicate the status of your company as a “resident” proposer or a “nonresident” proposer under these definitions. Please check (√) one of the following: I certify that my company is a Resident Proposer. I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company’s principal place of business is located): ______________________________________________ _______________________________________________ Company Name Address ______________________________________________ _____________ ___________________________ City State Zip Code A.Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? Yes No B.What is the prescribed amount or percentage? $_______________ or ______________% VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor’s ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (√) one of the following: Yes No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification) and 2 (Vendor Employment Certification) above is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name Page 14 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, a Texas governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. GOV’T CODE Ch. 2270) “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. TEX. GOV’T CODE §808.001(1). By signature below, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization – specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller’s list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name Page 15 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or “MWBE” and all referred to in this form as a “HUB”) is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Please check (√) all that apply: I certify that my company has been certified as a HUB in the following categories: Minority Owned Business Women Owned Business Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service-connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: ____________________________________________________ Name of Certifying Agency: ____________________________________________________ My company has NOT been certified as a HUB. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. ___________________________________________________________ Company Name ___________________________________________________________ Printed Name ___________________________________________________________ Signature of Authorized Company Official Page 16 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members (“Advisory”), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buyboard.com/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member’s procurement of construction or construction-related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. By signature below, the undersigned affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction-related goods or services to a Cooperative member under a BuyBoard contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before executing a Member Construction Contract with the member or accepting the member’s purchase order for construction-related goods or services, whichever comes first. _______________________________________________ Company Name _______________________________________ ______________________________________ Signature of Authorized Company Official Printed Name ________________________________________ Date Page 17 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. The Cooperative will consider any deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a proposal based upon any submitted deviation. Please check (√) one of the following: No; Deviations Yes; Deviations List and fully explain any deviations you are submitting: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: Common Carrier Company Truck Prepaid and Add to Invoice Other: ____________________________________________________________________________________________________ 2. Payment Terms: Net 30 days 1% in 10/Net 30 days Other: ____________________________________________________________________________________________________ 3. Number of Days for Delivery: ________ARO 4. Vendor Reference/Quote Number: ___________________________ 5. State your return policy: _____________________________________________________________________________ ____________________________________________________________________________________________________ 6. Are electronic payments acceptable? Yes No 7. Are credit card payments acceptable? Yes No ______________________________________ Company Name ______________________________________ _____________________________________ Signature of Authorized Company Official Printed Name Page 18 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 L OCATION/AUTHORIZED S ELLER L ISTINGS If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. ____________________________________________________________________________________________________ Company Name ____________________________________________________________________________________________________ Address _____________________________________ _________________________ _________________ City State Zip _________________________________________ _______________________________________ Phone Number Fax Number ____________________________________________________________________________________________________ Contact Person ____________________________________________________________________________________________________ Company Name ____________________________________________________________________________________________________ Address _____________________________________ _________________________ _________________ City State Zip _________________________________________ _______________________________________ Phone Number Fax Number ____________________________________________________________________________________________________ Contact Person Page 19 of 75 Siddons-Martin Emergency Group Service Shop Locations Location Address Phones Fax County Manager Albuquerque 4214 2nd Street NW (505) 344-9041 (505) 344-9078 Bernalillo Mgr: Allen Witt (505) 639-0739 Albuquerque, NM 87107-2245 AM: Neal Reader (505) 206-2956 EVS 1364 East Richey Road (281) 219-1920 (281) 219-2560 Harris Mgr: Dan Aue (281) 702-0348 Houston, TX 77073 Brookshire 2261 FM 359 S (281) 934-2200 (888) 210-8139 Waller Mgr: Tonia Weatherford (832) 374-3877 Brookshire, TX 77423 AM: Patrick Gorden (832) 799-0269 Cedar Hill 1419 High Meadows Way (972) 576-1200 (972) 576-1202 Dallas Mgr: Ryan Barnett (972) 998-8689 Cedar Hill, TX 75104-8401 1-877-912-9991 AM: Robbin Tauch (682) 561-6089 Denton 3500 Shelby Lane (940) 382-9600 (940) 382-9605 Denton Mgr: Shaun Ramirez (817) 403-8221 Denton, TX 76207-4711 1-877-970-9600 AM: Joshua Freeman (940) 435-2085 Harvey 3200 Westbank Expy, Suite A (504) 340-6700 (504) 340-6070 Jefferson Parish Mgr: Alex Stierlen (318) 553-7931 Harvey, LA 70058-2642 AM: Farid Abad (504) 250-0716 Houston 14233 Interdrive West (281) 442-6806 (281) 442-9026 Harris Mgr: Doug Kasperlain (832) 795-7094 Houston, TX 77032-3323 1-800-784-6806 (281) 442-0850 AM: Steven Webb (281)706-2081 Kirby 5511 Binz Engleman Road (210) 661-3913 (210) 662-2930 Bexar Mgr: Javier Hernandez (210)823-8264 Kirby, TX 78219-2000 1-888-228-9335 AM: Ruben Herrada (210) 381-1134 La Marque 4903 FM 1765 (409) 655-3005 1-888-412-6085 Galveston Mgr: Todd Zacherl (832) 523-2890 La Marque, TX 77568-3025 AM: Steve Manis (832) 374-3403 Manor 12717 Beltex Drive (512) 272-8484 (512) 272-8489 Travis Mgr: Guy Myers (512) 461-5420 Manor, TX 78653-4565 1-800-334-0737 Alt: Adam Harsh (512) 937-7335 Odessa 2725 N Golder Avenue (432) 231-4570 Ector Mgr: Bryce Muller (210) 823-3214 Odessa, TX 79764 AM: Forrest Meadors (432) 703-7220 Pharr 104 Utility Drive None None Hidalgo Eric Phelps (940) 435-3026 Pharr, TX 78577-1722 Port Arthur 9645 Jade Avenue (409) 736-9077 (409) 736-9066 Jefferson Mgr: John Smith (409) 460-8271 Port Arthur, TX 77640-1368 AM: Bethany Schuff (409) 960-1504 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 M ANUFACTURER D EALER D ESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers (“Designated Dealers”) to receive Cooperative member Purchase Orders on Vendor’s behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor’s convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor’s Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor’s Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor’s behalf under the Contract. Further, the Cooperative’s administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. ____________________________________________________________________________________________________ Designated Dealer Name ____________________________________________________________________________________________________ Designated Dealer Address _____________________________________ _________________________ _________________ City State Zip _________________________________________ _______________________________________ Phone Number Fax Number _________________________________________ _____________________________________________________ Email address Designated Dealer Tax ID Number* (*attach W-9) ____________________________________________________________________________________________________ Designated Dealer Contact Person ________________________________________ ___________________________________________________ Your Company Name Signature of Authorized Company Official Page 20 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 TEXAS REGIONAL SERVICE DESIGNATION The Cooperative (referred to as “Texas Cooperative” in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. _____________________________________________________ Company Name _________________________________________________ Signature of Authorized Company Official _________________________________________________ Printed Name  I will service Texas Cooperative members statewide.  I will not service Texas Cooperative members statewide. I will only service members in the regions checked below: Region Headquarters  1 Edinburg  2 Corpus Christi  3 Victoria  4 Houston  5 Beaumont  6 Huntsville  7 Kilgore  8 Mount Pleasant  9 Wichita Falls  10 Richardson  11 Fort Worth  12 Waco  13 Austin  14 Abilene  15 San Angelo  16 Amarillo  17 Lubbock  18 Midland  19 El Paso  20 San Antonio  I will not service members of the Texas Cooperative. Page 21 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 22 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 STATE SERVICE DESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services included in your proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check (√) all that apply: I will service all states in the United States. I will not service all states in the United States. I will service only the states checked below: Alabama Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118 & 20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Montana Page 23 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 ___________________________________________________ Company Name ___________________________________________ ________________________________ Signature of Authorized Company Official Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: ________________________________________________________________________________________________ ________________________________________________________________________________________________ ________________________________________________________________________________________________ This form will be used to ensure that you can service other governmental entities throughout the United States as indicated. Your signature below confirms that you understand your service commitments during the term of a contract awarded under this proposal. Page 24 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be “piggy-backed” by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as “Vendor”) agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative (“Texas Cooperative”) awards Vendor a contract under this Proposal Invitation (“Underlying Award”), the National Purchasing Cooperative (“National Cooperative”) may - but is not required to - “piggy-back” on or re-award all or a portion of that Underlying Award (“Piggy-Back Award”). By signing this National Cooperative Vendor Award Agreement (“Agreement”), Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator (“BuyBoard Administrator”) will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor’s records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. Page 25 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria, Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy-Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. _______________________________________ ___________________________________________ Name of Vendor Proposal Invitation Number _______________________________________ ___________________________________________ Signature of Authorized Company Official Printed Name of Authorized Company Official __________________________________ Date Page 26 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $______________. (The period of the 12 month period is _________/_________). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUP CURRENT VENDOR? (Y/N) FORMER VENDOR (Y/N)? – IF YES, LIST YEARS AS VENDOR AWARDED COMMODITY CATEGORY(IES) 1. Federal General Services Administration 2. T-PASS (State of Texas) 3. U.S. Communities Purchasing Alliance 4. National IPA/TCPN 5. Houston-Galveston Area Council (HGAC) 6. National Joint Powers Alliance (NJPA) 7. E&I Cooperative 8. The Interlocal Purchasing System (TIPS) 9. Other MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%):_________________________ Proposed Discount (%):________________________ Explanation: _________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 27 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________________ Company Name _______________________________________ _____________________________________ Signature of Authorized Company Official Printed Name Page 28 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume______ 1._________________________________________________________________________________________________ 2.__________________________________________________________________________________________________ 3.__________________________________________________________________________________________________ 4.__________________________________________________________________________________________________ 5.__________________________________________________________________________________________________ Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower prices) than indicated? YES NO If YES, please explain: _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official ________________________________________________ Printed Name Page 29 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 MARKETING STRATEGY For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative members of your BuyBoard contract, and how you will continue to support the BuyBoard for the duration of the contract period.) Attach additional pages if necessary. _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official ________________________________________________ Printed Name Page 30 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check (√) one of the following: NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded “YES”, you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer’s failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential / Proprietary Information: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ (Attach additional sheets if needed.) Page 31 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 B. Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check (√) one of the following: NO, Proposal (including forms, documentation, or other materials submitted with the Proposal) does not contain copyright information. YES, Proposal (including forms, documentation, or other materials submitted with the Proposal) does contain copyright information. If you responded “YES”, identify below the specific documents or pages containing copyright information. Copyright Information: _________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ (Attach additional sheets if needed.) C. Consent to Release Confidential/Proprietary/Copyright Information to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publically release, including posting on the public BuyBoard website, a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non-award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. _______________________________________ Company Name _______________________________________ Signature of Authorized Company Official _______________________________________ Printed Name _______________________________________ Date Page 32 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 VENDOR BUSINESS NAME By submitting a Proposal, Proposer is seeking to enter into a legal contract with the Cooperative. As such, a Proposer must be an individual or legal business entity capable of entering into a binding contract. Proposers, must completely and accurately provide the information requested below or your Proposal may be deemed non-responsive. Name of Proposing Company: ____________________________________________________________ (List the legal name of the company seeking to contract with the Cooperative. Do NOT list an assumed name, dba, aka, etc. here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals.) Please check (√) one of the following: Type of Business: Individual/Sole Proprietor _____ Corporation _____ Limited Liability Company _____ Partnership _____ Other _____ If other, identify ________________________ ________________________ ________________________ State of Incorporation (if applicable): ___________________________ Federal Employer Identification Number: ___________________________ (Vendor must include a completed IRS W-9 form with their proposal) List the Name(s) by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of Proposing Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if applicable, must be attached.) ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 33 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the “Uniform Guidance” or new “EDGAR”). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor’s willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract’s general terms and conditions, to address the member’s specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor’s agreement and ability to comply, where applicable, by having Vendor’s authorized representative complete and initial the applicable boxes and sign the acknowledgment at the end of this form. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor’s response on the BuyBoard as “NO,” the Vendor is unable or unwilling to comply. A “NO” response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor’s return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member’s purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member’s provision shall control. Page 34 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR Part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor’s acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland “Anti-Kickback” Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member’s Federal award meets the definition of “funding agreement” under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Page 35 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended – Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) – A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of $150,000, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor’s Cooperative Contract. Page 36 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 12.General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification Item No. Vendor Certification: YES, I agree or NO, I do NOT agree Initial 1.Vendor Violation or Breach of Contract Terms 2.Termination for Cause or Convenience 3.Equal Employment Opportunity 4.Davis-Bacon Act 5.Contract Work Hours and Safety Standards Act 6.Right to Inventions Made Under a Contract or Agreement 7.Clean Air Act and Federal Water Pollution Control Act 8.Debarment and Suspension 9.Byrd Anti-Lobbying Amendment 10.Procurement of Recovered Materials 11.Profit as a Separate Element of Price 12.General Compliance and Cooperation with Cooperative Members By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. __________________________________________ Company Name __________________________________________ Signature of Authorized Company Official __________________________________________ Printed Name Page 37 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services (“Work”) under the BuyBoard contract contemplated by this Proposal Invitation (“Contract”). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where indicated below, and submit the signed questionnaire and your responses to all questions in one document with your Proposal. You must submit the signed questionnaire and responses with your Proposal or the Proposal will not be considered. 1.List the number of years Proposer has been in business and former business names (if applicable). Note whether yourcompany is currently for sale or involved in any transaction that would significantly alter its business or result inacquisition by another entity. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 2.Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work,including those who will be available to Cooperative members for assistance with project development, technical issues,and product selection for Work associated with this Contract. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 3.Describe Proposer’s financial capability to perform the Contract. State or describe the firm’s financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm’s past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, orinsolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or positionwith your firm. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 38 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 4.Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 5.List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 6.List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm’s past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ By signature below, I certify that the information contained in and/or attached to this Proposal Invitation Questionnaire in response to the above questions is true and correct and that I am authorized by my company to make this certification. ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official Page 39 of 75 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 R EQUIRED F ORMS C HECKLIST (Please check (√) the following) Completed: Proposer’s Agreement and Signature Completed: Vendor Contact Information Completed: Felony Conviction Disclosure and Debarment Certification Completed: Resident/Nonresident Certification Completed: No Israel Boycott Certification Completed: No Excluded Nation or Foreign Terrorist Organization Certification Completed: Historically Underutilized Business (HUB) Certification) Completed: Construction Related Goods and Services Affirmation Completed: Deviation/Compliance Completed: Location/Authorized Seller Listings Completed: Manufacturer Dealer Designation Completed: Texas Regional Service Designation Completed: State Service Designation Completed: National Purchasing Cooperative Vendor Award Agreement Completed: Federal and State/Purchasing Cooperative Experience Completed: Governmental References Completed: Marketing Strategy Completed: Confidential/Proprietary Information Completed: Vendor Business Name with IRS Form W-9 Completed: EDGAR Vendor Certification Completed: Proposal Invitation Questionnaire Completed: Required Forms Checklist Completed: Proposal Specification Form with Catalogs/Pricelists *Catalogs/Pricelists must be submitted with proposal response or response will not be considered. Page 40 of 75 Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Model Price State Brand and Model (include body, chassis and engine)Options 1 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C1250 GPM Pump, 750 gallon poly tank, 100 cu. Ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, full air brakes, 12.0 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. $ 233,801.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 2 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. $ 237,294.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section I: Commercial Class "A" Pumpers and Tankers NOTE 1: Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All trucks must comply with or exceed all Federal Motor Vehicle Safety Standards, FMVSS. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (i.e. pre delivery inspection, make ready, applicable state inspection fee, manufacturer destination fees, etc.) are to be included in the base price(s). Vehicle fees not included in the base price(s) will not be allowed. The Cooperative service fee is not a “vehicle fee” and is not to be included in the base pricing. NOTE 2: An awarded Vendor must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions and/or states in which equipment may be sold. NOTE 3: Vendors must provide a copy of their Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and Manufacturer certificate from the Texas Department of Motor Vehicles or, if vendor proposes to serve states outside of the State of Texas, the applicable dealer license(s) for such state(s). Page 41 of 75 2 Door Fl M2-106 35,000# 2 Door 1250 pump, 750 tank 100 cu ft 2 Door Fl M-2 106 35,000# 2 Door 1500 pump, 750 tank 100 cu ft Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 3 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 copressor, 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. $ 255,892.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 4 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. $ 303,168.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 5 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C 1250 GPM Pump, 750 gallon poly tank, 100 cu. Ft. compartment space, side mount pump panel, NFPA 1901, all manufacturer's standard equipment. $ 245,656.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 42 of 75 2 Door FL M2-106,40,000# 1250 pump, 1500 tank, 100 cu ft. 2 Door FL M2-106 54,600# 1500 Pump. 2500 tank 100 cu ft 2 Door FL M2-106 35,000# 1500 pump, 750 tank 200 cu ft Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 6 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. $ 254,277.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 7 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. $ 363,621.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 8 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. $ 412,937.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section II: Custom Cab Class "A" Pumpers and Tankers Page 43 of 75 2 Door FL M2-106 35,000# 1250 pump, 750 tank, 200 cu ft Saber 4 door Custom 37,000# 1250pump. 750 tank, 330 hp., 100 cu ft Enforcer 4 door Custom 42,000# 1500 pump, 750 tank, 400 hp, 100 cu ft Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 9 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. $ 371,177.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 10 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. $ 465,165.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 11 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. $ 405,057.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 12 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. $ 428,210.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 44 of 75 Saber 4 door Custom 37,000# 1250 pump 750 tank, 330 hp., 200 cu ft Velocity 4 Door Custom 46,500# 1500 pump, 750 tank 200 cu ft Saber 4 door Custom 45,000# 1250 pump, 1500 tank, 370 hp., 100 cu ft. Enforcer 4 Door Custom 39,000# 1500 pump, 1500 tank, 400 hp., 100 cu ft Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 13 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. $465,666.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 14 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. $ 515,373.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 15 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. $ 516,811.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 15a 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. $ 532,391.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section III: Aerial Ladder and Aerial Platform Devices Page 45 of 75 Saber 4 Door Custom Tandem 62,000# 1250 pump, 2500 tank, 400 hp. 100 cu ft Enforcer 4 Door Custom Tandem 66,000# 1500 pump, 2500 tank, 400 hp., 100 cu ft Saber 4 Door Custom Tandem 68,000# 1500 pump, 3000 elliptical tank, 400hp., 60 cu ft. Dash CF 4 Door Custom 49,800# 1500 pump, 750 tank, 400 hp, 221 cu ft Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 17 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. $ 752,793.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 18 Custom MFD tilt, 4-Dr. Cab, 400 hHP 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. $ 828,661.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 19 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. $ 986,338.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 20 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. $ 1,132,969.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 21 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. $ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 46 of 75 Enforcer 4 door Custom Aerial 55,500# 75' Aerial Single Axle 1500 pump, 400 tank,400 hp, Enforcer 4 Soor Custom Aerial 56,300# 107' Aerial Single Axle 1500 pump, 500 tank, 400 hp. Arrow 4 Door Custom 85' Platform, 81,000# 85' Rear Platform, 1500 pump, 300 tank, 400hp. Arrow 4 Door Custom 100' Platform 85,000# 100' platform, 1500 ppump, 300 tank Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 22 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. $ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 23 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. $ 1,003,420.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 24 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. $ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 25 Custom MFD tilt, 4-Dr. Cab, 400 HP Automatic, A/C 1500 GPM Pump, 300 gallon poly tank, 150 cu. Ft. compartment spae, tandem axle, 85' to 95' aerial ladder platform mid-mount, NFPA 1901, all manufacturer's standard equipment. $ 1,135,620.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 26 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 midmount, NFPA 1901, all manufacturer's standard equipment. $ 1,067,778.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 47 of 75 Arrow 4 Door Custom 100' Mid-mount Aerial Aerial, 1500 Pump, 300 Tank Arrow 4 Door Custom Tandem 1500 Pump, 300 Tank, 95' Mid-mount Platform Velocity 4 Door Custom Tractor Drawn Aerial Tractor Tiller 107' Aerial Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 27 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. $ 225,290.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 28 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. $235,551.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 29 Custom MFD tilt, 4-Dr. Cab, 330 HP, Automatic, A/C, Raised Roof Non Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays.$ 408,343.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section IV: Rescue Vehicles, Non-Walk-In Style Page 48 of 75 2 Door FL M-2 106 35,000# 16' Non walk-in 4 Door FL M2 106 35,000# 16' Non walk-in Enforcer 4 Door Custom 42,000# 16.5' HDR Non walk-in Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 30 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.$ 459,329.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 31 2-Dr. Cab, 60" cab to axle, A/C Non Walk-In 10' Light Duty rescue, maximum compartment space, 5Kw Honda generator,roll up doors, 4 shelves, 2 roll out trays, 12,500# GVW, 250 HP diesel engine, heavy duty cooling, dual 110 amp alternator, automatic transmission, power disc front and rear brakes, standard frame, chrome fromt 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. $ 141,930.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 32 2-Dr. Cab, 84" cab to axle, A/C Non Walk-In 12' Light Duty rescue, maximum compartment space, 5Kw Honda generator, roll up doors, 4 sheves, 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. $ 145,686.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 49 of 75 Velocity 4 Door Custom 43,500# 16.5' HDR Non walk-in 2 Door Commercial 60" CA 22,000# 10' Non-Walk-in Rescue 2 Door Commercial 84 CA 22,000# 12' non-walk-in Rescue Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 33 2-Dr. Cab, 35000# GVW, 300 HP Automatic, A/C Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 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. $ 303,428.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 34 4-Dr. Cab, 35000# GVW, 300 HP, Automatic, A/C Walk-In 16' Heavy rescue body, maximum compartment space, 8Kw PTO generator, 6000 watt light tower, 10 shelves, 4 roll out trays, diesel 300 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, chrome front bumper, minimum 45 gallon fuel tank, 4-door with individual air ride driver seat, SCBA high back officer seat, 3 SCBA high back crew seats with SCBA brackets west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel ten hole disc wheels. $ 313,932.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 35 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.$ 467,680.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 36 Custom LFD tilt, 4-Dr. Cab, 400 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.$ 524,537.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section V: Rescue Vehicles, Walk-In Style Page 50 of 75 2 Door Commercial 35,000# 16.5' Walk-in Rescue 4 Door Commercial 35,000# 16.5' Walk-in Rescue Enforcer 4 Door Custom 42,000# 16.5' Walk-in Rescue Velocity 4 Door Custom 43,500# 18.5' Walk-in Rescue Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 37 2-Dr. Cab, 84" cab to axle, A/C Walk-In 12' Light Duty rescue, maximum compartment space, 5Kw Honda 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. $ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 38 2-Dr. Cab, 170" cab to axle, A/C Walk-In 14' Light Duty rescue, maximum compartment space, 5Kw Honda generator, roll up doors, 4 shelves, 2 roll out trays, 20,000# GVW, diesel 240 HP engine, heavy duty cooling, 270 amp alternator, Allison MD series automatic transmission, Full air brakes, 12.0 compressor, steel channel frame, 170" cab to axle, chrome front bumper, minimum 45 gallon fuel tank, 2-door with bench seat, west coast mirrors, air conditioner, tilt-telescoping steering wheel, full gauge package, tires to match axle GVW rating, steel disc wheels. $ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 39 2-Dr. Cab, 4x2, 60" C/A, A/C, 15,000# GVW Aluminum body, maximum compartment space, 300-340 gallon poly tank, booster reel with hose, 26HP diesel powered pump.$ 150,185.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 40 2-Dr. Cab, 4x4, 60" C/A, A/C, 15,000# GVW Aluminum body, maximum compartment space, 300-340 gallon poly tank, booster reel with hose, 26HP diesel powered pump.$ 153,860.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Section VI: Quick Attack and Brush Type Vehicles Page 51 of 75 2 Door Commercial 60" CA 22,000# 4 x 2 Utility 300 Water w- Foam cell 2 Door Commercial 60 4 x 4 22,000# 4 X 4 Utility 300 Water w foam cell Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 41 2-Dr. Cab, 4x4, 60" C/A, A/C, 15,000# GVW Aluminum body, maximum compartment space, 300 gallon poly tank, booster reel with hose, 26HP diesel powered pump, CAFS foam system with FoamPro 1600 or equal, 20 gallon foam cell. $ 148,000.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 42 2-Dr. Cab, 4x2, 17500# GVW, 275 HP Diesel Aluminum Body, 500 gallon poly tank, booster reel with hose, 100 gpm pump.$ 132,600.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 43 4-Dr. Cab, 4x4, 17500# GVW, 275 HP Diesel, manual transmission Aluminum Body, maximum compartment space, 250 gallon poly tank, 500 gpm PTO pump.$ No Bid Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) 44 2-Dr. Cab, 4x4, 17500# GVW, 275 HP Diesel, manual transmission Aluminum body, maximum compartment space, 300 gallon poly tank, 500 gpm pump.$ 207,414.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Page 52 of 75 2 door F-550 4 X 2 Patrol 2 door F-550 4 X 4 Patrol 2 Door Commercial 4x 4 22,206 2 Door 4 x 4 Mini Pumper 750 Pump, 300 tank Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Base Price State Brand and Model (include body, chassis and engine)Options 45 2-Dr. Cab, 4x2, 300 HP, Automatic, A/c Aluminum Body, maximum compartment space, 500 gallon poly tank, 50 gallon foam, booster reel with hose, 400 gpm diesel driven pump with FoamPro 2100 system or equal. $ 292,900.00 Attach separate sheet with upgrade options to include all manufacturer options including alternative fuel choice equipment (CNG, LPG, etc.) Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelist¹ State Name of Catalog/Pricelist Exceptions to Discount 46 Discount (%) Off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options Please state the discount (%) off catalog/pricelist for all Original Equipment Manufacturer (OEM) Options. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 47 Discount (%) Off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options Please state the discount (%) off catalog/pricelist for all Third Party (not OEM) and Unpublished Options and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% Section VII: OPTIONAL EQUIPMENT and PARTS- Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Page 53 of 75 0 0 4 Door M2-106 4 X 4 35,000# Wildland 500 tank, 400 gpm diesel driven pump with foam Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelist¹ State Name of Catalog/Pricelist Exceptions to Discount 48 Discount (%) Off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Parts Please state the discount (%) off catalog/pricelist for all Original Equipment Manufacturer (OEM) Parts. Catalog/Pricelist MUST be included or proposal will not be considered. 49 Discount (%) Off Catalog/Pricelist for Extended Service Maintenance Agreements Please state the discount (%) off catalog/pricelist for all Extended Service Maintenance Agreements. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 50 Discount (%) Off Catalog/Pricelist for Floor Plan Insurance and Lot Insurance Please state the discount (%) off catalog/pricelist for Floor Plan Insurance and Lot Insurance (dealer inventory fire service apparatus vehicle). Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 51 Discount (%) Off Catalog/Pricelist for Other Fire Apparatus Products and Services Please state the discount (%) off catalog/pricelist for all Other Fire Apparatus Products and Services (refurbishing, modification, uplifting, remounting services and equipment). Catalog/Pricelist MUST be included or proposal will not be considered. Page 54 of 75 0% on Fire ApparatusCatalog parts pricing as follows: Whelen Lighting, 43% of current catalog Havis 32% off list______________%ProGard 25% off listGo Industries 25% off list Oshkosh Airport products 0% off list Pierce Parts 0% off list Up-fitting as specified in the option pricing included in proposal 0 0 Proposal Invitation No. 571-18-Fire Service Apparatus Vehicles (Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered.¹) PROPOSAL NOTE: 1. Detailed specification sheets and a options pricelist must be submitted with proposal.PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description Hourly Labor Rate and Delivery Fee Detailed Information on Hourly Labor Rate and Delivery Fee Exceptions to Hourly Labor Rate and Delivery Fee 52 Not to Exceed Hourly Labor Rate for Installation and Repair Service of Fire Apparatus Equipment and Products Hourly Labor Rate for Installation and Repair Service of Fire Apparatus Equipment and Products -- State the Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. $ ___________/Hour 53 Per Mile Delivery Fee for Fire Service Apparatus Vehicles Per Mile Delivery Fee for Fire Apparatus -- State the per mile delivery fee for fire service apparatus vehicles.$ ___________/Mile Section VIII: Delivery Fees and Labor Rate for Installation and Repair Service of Fire Service Apparatus Vehicles Page 55 of 75 New unit delivery is Included in selling price. FRANCHISED MOTOR VEHICLE DEALER LICENSE NO: A115890 GENERAL DISTINGUISHING NUMBER: P115891 Motor Vehicle Siddons Martin Emergency Group, LLC 1362 E RICHEY RD HOUSTON, TEXAS HARRIS 77073-3505 EXPIRES: 12-31-2019 PHYSICAL LOCATION: 3500 SHELBY LN DENTON, TEXAS DENTON 76207-4711 HAVING SATISFIED THE APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF THE TEXAS OCCUPATIONS CODE, CHAPTER 503 OF THE TEXAS TRANSPORTATION CODE, AND THE RULES OF THE BOARD, THE PERSON NAMED ABOVE IS HEREBY LICENSED WITH THE TEXAS DEPARTMENT OF MOTOR VEHICLES, MOTOR VEHICLE DIVISION. Daniel Avitia Daniel Avitia, Director Texas Department of Motor Vehicles Motor Vehicle Division WARNING: PENAL CODE SECTION 37.10, PROVIDES THAT TAMPERING WITH A GOVERNMENTAL RECORD IS AN OFFENSE PUNISHABLE AS A SECOND-DEGREE FELONY. MOTOR VEHICLE DIVISION THIS DEALERSHIP IS LICENSED TO ONLY SELL THE FOLLOWING LINE(S) OF NEW MOTOR VEHICLES: WHEELED COACH : AB-Ambulance, GOLDEN EAGLE : AB-Ambulance, Oshkosh : HT-Heavy Truck, PIERCE FIRE TRUCKS : FT-Fire Truck, Road Rescue : AB-Ambulance ADDITIONAL LOCATION(S): For used vehicle sales only FRANCHISED MOTOR VEHICLE DEALER LICENSE NO: S115895 GENERAL DISTINGUISHING NUMBER: Siddons Martin Emergency Group, LLC 1362 E RICHEY RD HOUSTON, TEXAS HARRIS 77073-3505 EXPIRES: 12-31-2019 PHYSICAL LOCATION: 14233 INTERDRIVE W HOUSTON, TEXAS HARRIS 77032-3323 HAVING SATISFIED THE APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF THE TEXAS OCCUPATIONS CODE, CHAPTER 503 OF THE TEXAS TRANSPORTATION CODE, AND THE RULES OF THE BOARD, THE PERSON NAMED ABOVE IS HEREBY LICENSED WITH THE TEXAS DEPARTMENT OF MOTOR VEHICLES, MOTOR VEHICLE DIVISION. Daniel Avitia Daniel Avitia, Director Texas Department of Motor Vehicles Motor Vehicle Division WARNING: PENAL CODE SECTION 37.10, PROVIDES THAT TAMPERING WITH A GOVERNMENTAL RECORD IS AN OFFENSE PUNISHABLE AS A SECOND-DEGREE FELONY. MOTOR VEHICLE DIVISION THIS DEALERSHIP IS LICENSED TO ONLY SERVICE THE FOLLOWING LINE(S) OF NEW MOTOR VEHICLES: PIERCE FIRE TRUCKS : FT-Fire Truck ADDITIONAL LOCATION(S): For used vehicle sales only