Loading...
Contract - Freightliner of Austin - 12/7/2017 RESOLUTION NO. R-2017-5011 WHEREAS, the City of Round Rock ("City") desires to purchase a Vactor 2100 Plus Combination Sewer Cleaner, and WHEREAS, the City is a member of the Texas Government Statewide Purchasing Cooperative ("Buy Board"), and WHEREAS, Freightliner of Austin is an approved vendor of the Buy Board, and WHEREAS, the City wishes to issue a purchase order to Freightliner of Austin, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the City Manager is hereby authorized and directed to issue a purchase order to Freightliner of Austin for the purchase of a Vactor 2100 Plus Combination Sewer Cleaner. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 7th day of December, 2017. CRAIGORGANP, Texas ayor City of ound Roc ATTEST: *k,- (A aycF SARA L. WHITE, City Clerk 01 12.1704;00390817 FREIGHTLINER OF AUSTIN j, 1701 Smith Rd.ftwy.183 So.) Bus:512-389-0000 Austin,Texas 78721 FAX:512-389-2663 INV. Wats:1-800-395-2005 DATE_q_29-29 PURCHASNG CITY OF ROUND ROCK 512-218-5571 ADDRESS CITY STATE ZIP CODE LUTHER PETERSON PLACE ROUND ROCK TX 178664 e Hereby Purchase from You, n er the erms and Conditions SpecAfied, e o owing: YEAR W14XE M y VIN LICENSE LATE 2018 FREIGHTLINER 114SD ORDER A documentary fee is not an official fee,a documentary f MILEAGE: is not required by law but may be charged to buyers handling documents and performing services relating to tl BUY BOARD 1-16 the closing of a sale.Buyers may avoid payment of the fe to the seller by handling the documents and performing t services relating to the closing of the sale.A documents HASSIS SELLING PRICE 103,99T-0-0 fee may not exceed$50.00.This notice is required by law VACTOR 2100 PLUS COMBINATION SEWER CLEANER 272,341.00 El cobra documental no es un cobra ofrcial. El co documental no es un requisito baja fa ley,Pero se le puer- BUY BOARD FEE $400.00 cobrar.Al comprador por el rendimiento de los servicios relacionados con la completacion de la venta y por completar los documentos.El comprador puede evitar el page al vendedor de este costo si el comprador mismo s encarga de mandejar los documentos y de los servicios necesarios para la completacion de la yenta.El cobry documental no puede sobrepasar los 350.00(U.S.) Este aviso es requerido bajo la ley. Disclaimer of Warranties Any warranties on the products sold hereby are those made the factory. The Seller,Freightliner of Austin, hereby expressly disclaims all warranties,either expressed or impl including any implied warranty of merchantability or fitness for a particular purpose,and Freightliner of Austin,neither assumes nor authorizes any other person to assume for it liability in connection with the sale of this vehicle. CUSTOMER SIGNATURE SALESMAN SIGNATURE KEVIN KRIEG CONTRACTUAL DISCLOSURE STATEMENT FOR USED VEHICLE ONLY.'The infcmiabon you see on the window farm for itvs v©hido is part of this ccm-aa Information on the window form overrieds any contrary provis;ons in Vw c MILEAGE: TRADE-IN YEAR FAAK M b u ODY _TIN LI WENSE PLATE MILEAGE: Y R MAY MODELIBODY VIN LICENSC PLATE TOTAL 376,738.00 PAYOFF TO: Trade Allowance N/A ADDRESS: Trading Difference N/A TELEPHONE: /FAX: Sales Tax N/A GOOD UNTIL: Vehicle Inventory Tax N/A QUOTED BY: License Fee N/A SHOW LIEN TO: Body Type: Documentary Fee N/A ADDRESS: License Wt.: Federal Excise Tax N/A State Insp.: TOTAL SALE PRICE 376,738.00 DATED: LIEN AMOUNT$ License. Payoff on Trade DRAFT FOR$ Title: Ext.Service Agreo"nt DRAFT THRU: Transfer, Less Deposit ADDRESS: Total Balance Due 376,738.00 Full disclosure requirod try federal regulation T,The Consumer Prof oa;on Art and Tho Taus Con=rner Credit Code.will be made prior to ccmurr"lon cr a credit sale This wneen order comprises are errire aeraamart panalniN to Lha put--hase and no other agroartwnt or any kind,verbal understanding or promise whatsoever.will be remgntzod.It is exproasly AGreed Nat tl'A purchaser"uires no rlpht.Ice or intere!i In or to the proporty Mi h he agrees a purchssa hereunder until such property is dory"to hkrvhor and ektxr the fun Price is paid In cash or satisfactory dafenod payment agreemem Is executed by the paNes hereto,the farm of which:hall thereaner bo owtronirtg,and a clear We is furnMod to dealer for the used cars or bvcks invohred,If arty THIS IS NOT A CONDITIONAL SALES CONTRACT,BUT IS A Buy:FrS ORDER.Ali new veh{dcs tarty fha mwdsrd factory vnrranty.n is understood them Is no QuarwAea on the above describer]n--w r other than appears on the Buyer's Order.M;eem if used vahlde medal is not Quararttoed and a verbal agreement by the Saiasn=wX not ba considered binding w the Setter.it Is agreed thele nekher Frei,,raner ct Austln north*mann liable for fakum to effect delivery.This order is net binding on the dealer until approvod by an oiTctr of Fre;gWrw or Azlin at its offico In Austin.Texas 4'_�)'4' { I (1 .I PCI C _Dj ]2. . �1'�-� t�1 III /, R Presents a Proposal Summary of the 2100 Plus Combination Single Engine Sewer Cleaner with Positive Displacement Vacuum System Mounted on a Heavy Duty Truck Chassis fo r Round Rock storm PRODUCT DESCRIPTION •2100 PLUS with Roots 82I-15"Hg.Blower, 15 Yard Debris body, 1500 Gallons of Fresh Water STANDARD FEATURES •48"x 22"x 24"Curb Side Aluminum Toolbox •Aluminum Fenders •Mud Flaps •Electric/Hydraulic Four Way Boom •Color Coded Sealed Electrical System •Remote Pendant Control w/35'Cord •Vansco-Electronic Package •Double Acting Dump Hoist Cylinder •Handgun Assy.w/1/2"x 35'Hose w/Quick Disconnects •3"Y-Strainer at Water Pump Inlet •Ex-Ten Steel Cylindrical Debris Tank •Flexible Hose Guide •30 Deg.Sand Nozzle w/Carbide Inserts •30 Deg.Sanitary Nozzle w/Carbide Inserts • 15 Deg.Penetrator Nozzle w/Carbide Inserts •Nozzle Storage Rack •Vacuum Tube Storage:Curbside(2)Pipe,Rear Door(2)Pipe • I"NozzIe • 10'Leader Hose •Flat Rear Door w/Hydraulic Locks and Door Power-up/Down,Open/Close Feature Dual 10"Stainless Steel Float Shut Off System/Rear Mounted •Debris Body Vacuum Relief System •Debris Deflector Plate •60"Dump Height • Water Sight Gauge DS/PS •Liquid Float Level Indicator •Roots 821-15"Hg.Blower •Boom Transport Post Storage •3"Y-Strainer @ Water Pump w/3"Drain Valve •Performance Package:(Hyd Variable Flow,Dual PTO's.Dual Hyd.Pumps) • 1"Water Relief Valve for Vactor Water Pump •Stainless Steel Microstrainer • Blower Air Shift Controls •Hydraulic Cooling Package •Midship Handgun Coupling •Side Mounted Water Pump •Hose Wind Guide(Dual Roller) • Hose Footage Counter-Mechanical •Hose Reel Manual Hyd.Extend/Retract •Hose Reel Chain Cover(Full) •Tachometer/Chassis Engine W/Hourmeter •Circuit Breakers •LED Lights.Clearance,Back-Up,Stop,Tail&Turn •Tow Hooks,Front and Rear •Electronic Back-Up Alarm •Hydraulic Tank Shutoff Valves • 8"Vacuum Pipe Package •Emergency Flare Kit Fire Extinguisher 5 Lbs. • Water Pump Hour Meter •PTO Hour Meter •Camera System,Rear Only •Vactor 2100 Plus Body Decal-Multi-Colored Chassis Modifications Vactor Manual,Partial Manual and USB Version- 1+Dealer ADDITIONAL FEATURES 3"Y-Strainer W25'Fill Hose 180 Degree Rotation, 10 Ft.Hydraulic Telescoping Boom,Front Loading 8"Suction Hose 80 GPM Variable FIow Water System •2500 PSI Water Pressure • 1"x 800'Piranha Sewer Hose,2500 PSI Hydraulic Extending/Rotating 15"Hose Reel(I"x 800')Capacity •Module Paint,Dupont Imron Elite-Sanded Primer Base •Debris Body Flush Out System •Externally Mounted Trash Pump w/Screen •Pump Off Plumbing to Back of Cab • Centrifugal Separators •Folding Pipe Rack,Curbside •Rear Door Splash Shield •Lube Manifold •Plastic Lube Chart •Low Water Light w/Alarm and Water Pump Flow Indicator •Air Purge •Hot Shift Blower Drive •Front Joystick Boom Control •Cold Weather Recirculator,PTO Driven,25 GPM • Rodder System Accumulator-Jack Hammer ontoffcontrol w/manual valve •Hydro Excavation Kit/Retract Reel w/1/2"X 50'Hose and Nozzle •Automatic Hose Levet Wind Guide,Indexing •Rodder Hose Guard-Lexan •Hose Reel Manual Rewind •Handgun Hose Reel w/Spring Retract •Lateral Cleaning Kit w/150'Hose and Nozzle,25 GPM/2000 PSI Rodder Pump Drain Valves Hydraulic Oil Temp Alarm Rear Directional Control,Signal Master LED Arrow Stick,8 Lights Front Directional Control,Signal Master LED Arrow Stick,8 Lights Hand Light w/Bumper Plug Strobe Light,Rear,Federal Signal US-5 Series,Amber Rear Beacon Limb Guard Debris Body-Up Alann Worklights(2), LED,Telescoping Boom Worklights(2),LED, Rear Door Worklight,LED,Operators Station Worklight,LED,Hose Reel Manhole Worklight,LED,Curb Side Toolbox,Front Bumper Mounted, 16 x 12 x 18 Nv/(2)LED Side Markers Toolbox,Behind Cab Toolbox,Driver Side Chassis Frame,24w x 24h x 24d Toolbox,Driver Side Subiz•ame, 18w x 24h x 24d Safety Cone Storage Rack-Post Style Water Cooler Storage Rack Blower High Temperature Safety Shutdown (2)8"x T-6"Aluminum Vacuum Tube (2)8"Quick Clamp Assembly I"x 10'Leader Hose Assembly (2)Flexible Hose Guides ,-Chassis Source-Customer Supplied -------- --- -------- ----- -Module Paint Match Cab-Yes 1-Module Paint Color-White _Cab Color-White Door Stripe Color-None j Chassis Axle-Tandem — - -- - -� Certified Unit Weight Required_No Factory Total;� Price valid for 30-Days from-date of 9/8/2017-j Product Model:2100PLUS I`Product Model:2100PLUS - `"Pro osal D 918/2017 ;pade, � " x _Quote Number:2017-2014S Price List Date: 1/1/2017 P.O.Number: I Payment Terms: E , Proposal Notes: L- ----- __ ___.... --.....____.._. _._._.. _...._._......_......._........... ._ ._.............. �......i 1. Multiple unit orders will be identical to signed proposal.Changes or deviations to any unit of a multiple unit order will require a new signed proposal. 2. 2. Chassis specifications and data codes for customer supplied chassis must be submitted to and approved by Vactor Manufacturing prior to submittal of customer purchase order 3. 3. All prices quoted are in US Dollars unless othenvise noted. SIGNED BY: Date: LIMITED WARRANTY Limited Warranty.Each machine manufactured by VACTOR/GUZZLER MANUFACTURING(or,"the Company")is warranted against defects in material and workmanship for a period of 12 months, E provided the machine is used in a normal and reasonable manner and in accordance with all operating instructions.In addition,certain machines and components of certain machines have extended warranties as set forth below.If sold to an end user,the applicable warranty period commences from the date of delivery to the end user.If used for rental purposes,the applicable warranty period commences from the date the machine is first made available for rental by the Company or its representative.This limited warranty may be enforced by any subsequent transferee during the warranty period.This limited warranty is the sole and exclusive warranty given by the Company._ STANDARD EXTENDED WARRANTIES(Total Warranty Duration 2100 Series,F=,Series and Jetters 10 years against water tank leakage due to corrosion.Nonmetallic water tanks are covered for 5 yrs.against any factory defect in material or workmanship. 2100 Series and HXX only 5 years against leakage of debris tank,centrifugal cgrppress_or or housing due to rust-through. 2100 Series and Jetters 2 years-Vactor Rodder Pump on all unit serial numbers starting with 13##V#####. Exclusive Remedy.Should any warranted product fail during the warranty period,the Company will cause to be repaired or replaced,as the Company may elect,any part or parts of such machine that the Company's examination discloses to be defective in material or factory workmanship.Repairs or replacements are to be made at the selling Vactor/Guzzler distributor's location or at other locations approved by the Company.In lieu of repair or replacement,the Company may elect,at its sole discretion,to refund the purchase price of any product deemed defective.The foregoing remedies shall be the sole and exclusive remedies of any party making a valid warranty claim. This Limited Warranty shall not apply to(and the Company shall not be responsible for): 1.Major components or trade accessories that have a separate warranty from their original manufacturer,such as, but not limited to,trucks,engines,hydraulic pumps and motors,tires and batteries. 2.Normal adjustments and maintenance services. 3.Normal wear parts such as,but not Iimited to,oils,fluids,vacuum hose,light bulbs,fuses,gaskets. 4.Failures resulting from the machine being operated in a manner or for a purpose not recommended by the Company. 5.Repairs,modifications or alterations without the express written consent of the Company,which in the Company's sole judgment,have adversely affected the machine's stability,operation or reliability as originally designed and manufactured. 6.Items subject to misuse,negligence,accident or improper maintenance. *NOTE*The use in the product of any part other than parts approved by the Company may invalidate this warranty. The Company reserves the right to determine,in its sole discretion,if the use of non-approved parts operates to invalidate the warranty.Nothing contained in this warranty shall make the Company liable for loss,injury,or damage of any kind to any person or entity resulting from any defect or failure in the machine. THIS WARRANTY SHALL BE IN LIEU OF ALL OTHER WARRANTIES,EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION,ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE,ALL OF WHICH ARE DISCLAIMED. This warranty is in lieu of all other obligations or liabilities,contractual and otherwise,on the part of the Company. For the avoidance of doubt,the Company shall not be liable for any indirect,special,incidental or consequential damages,including,but not limited to,loss of use or lost profits,The Company makes no representation that the machine has the capacity to perform any functions other than as contained in the Company's written literature, catalogs or specifications accompanying delivery of the machine.No person or affiliated company representative is authorized to alter the terms of this warranty,to give any other warranties or to assume any other liability on behalf of the Company in connection with the sale,servicing or repair of any machine manufactured by the Company.Any legal action based hereon must be commenced within eighteen(18)months of the event or facts giving rise to such action. The Company reserves the right to make design changes or improvements in its products without imposing any obligation upon itself to change or improve previously manufactured products. VACTOR/GUZZLER MANUFACTURING 1621 S.Illinois Street Streator,IL 61364 ORDERS: All orders are subject to acceptance by Vactor Manufacturing,Inc.or Guzzler Manufacturing,Inc. (hereafter referred to as Vactor). Orders for products not normally carried in stock or requiring special engineering or manufacturing is in every case subject to approval by Vactor's Management. PRICES: All orders are subject to current prices in effect at the time of order acknowledgement. F.O.B.Point: Unless otherwise stated,all prices listed are F.O.B.factory. PAYMENT TERMS: The company's payment terms are due upon receipt,unless otherwise stated. However, until such time as Vactor receives full payment,Vactor shall maintain a purchase money security interest in the product. CANCELLATION: Orders regularly entered cannot be cancelled except upon terms that-will compensate Vactor for any loss or damage sustained. Such loss will be a minimum of 10%of the purchase price. SHIPMENT: All proposals are based on continuous and uninterrupted delivery of the order upon completion, unless specifications distinctly state otherwise. In the event that agreement is reached for Vactor to store completed items,they will be immediately invoiced to the customer and become due and payable. Storage shall be at the risk of the customer and Vactor shall be liable only for ordinary care of the property. STORAGE CHARGES: Vactor shall charge the customer at current rates for handling and storing customer's property(e.g.truck chassis)held for more than thirty(30)days after notification of availability for shipment. All customer's property,or third party's property,that is stored by Vactor is at the customer's or other party's risk. Vactor is not liable for any loss or damage thereto caused by fire,water,corrosion,theft,negligence,or any caused beyond its reasonable control. PERFORMANCE: Vactor shall not be liable for failure to complete the contract in accordance with its terms if failure is due to wars,strikes,fins,floods,accidents,delays in transportation or other causes beyond its reasonable control. EXPERIMENTAL WORK: Work performed at customer's request such as sketches,drawings,design,testing, fabrication and materials shall be charged at current rates. SKETCHES,ENGINEERING DRAWINGS,MODELS and all preparatory work created or furnished by Vactor, shall remain its exclusive property;and no use of same shall be made nor may ideas obtained therefrom be used except with the consent of and on terms acceptable to Vactor. TAXES: The pricing attached does not include Federal,State or local taxes which are the buyer's responsibility. However,Vactor/Guzzler Manufacturing,Inc.shall be responsible for Federal Excise Tax(F.E.T.) unless it is separately stated on the invoice and added to the selling price. If F.E.T.is not separately stated on the invoice it has not been included in the price and Vactor/Guzzler will pay any F.E.T.due itself and bear the cost of the tax. Any refunds or adjustments to the F.E.T.in such cases belong to Vactor/Guzzler. PRODUCT IMPROVEMENTS:Vactor reserves the right to change manufacturing specifications and procedure in accordance with its product improvement policy. MOUNTING PRICES: Mounting prices assume normally factory installation on a truck chassis suitable for the unit purchased. Relocation of batteries,fuel tanks,mufflers,air tanks,etc.will be an additional charge,billed at the standard factory labor rate. WARRANTY:Vactor warrants its products to be free from defects in material and workmanship,subject to the limitations and conditions set forth in its current published warranty. Other than those expressly stated herein. THERE ARE NOT OTHER WARRANTIES OF ANY KIND EXPRESS OR IMPLIED,AND SPECIFICALLY EXCLUDED BUT NOT BY WAY OF LIMITATION,ARE THE IMPLIED WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE AND MECHANTABILITY. IT IS UNDERSTOOD AND AGREED THE SELLER'S LIABILITY WHETHER IN CONTRACT,IN TORT,UNDER ANY WARRANTY IN NEGLIGENCE OR OTHERWISE SHALL NOT EXCCEED THE RETURN.OF THE AMOUNT OF THE PURCHASE PRICE PAID BY THE PURCHASER AND UNDER NO CIRCUMSTANCES SHALL SELLER BE LIABLE FOR SPECIAL,INDIRECT,INCIDENTAL OR CONSEQUENTIAL DAMAGES. THE PRICES STATED FOR THE EQUIPMENT IS A CONSIDERATION IN LIMITING SELLER'S LIABILITY. NO ACTION REGARDLESS OF FORM, ARISING OUT OF THE TRANSACTION OF THE AGREEMENT MAY BE BROUGHT BY PURCHASER MORE THAN ONE YEAR AFTER THE CAUSE OF ACTION HAS ACCURED. SELLER'S MAXIMUM LIABILITY SHALL NOT EXCEED AND BUYER'S REMEDY IS LIMITED TO EITHER(I)REPAIR OR REPLACEMENT OF THE DEFECTIVE PART OF PRODUCT,OR AT SELLER'S OPTION(II)RETURN OF THE PRODUCT AND REFUND OF THE PURCHASE PRICE AND SUCH REMEDY SHALL BE BUYER'S ENTIRE AND EXCLUSIVE REMEDY. This agreement shall be construed according to the laws of the State of Illinois. Failure at anytime by Vactor to exercise any right of the Company may have under this agreement shall not constitute a waiver-thereof nor prejudice Vactor's right to enforce it thereafter. This order,including the above terms and conditions,contains the complete and final agreement between the parties hereto and no other agreement in any way modifying any of said terms and conditions will be binding on Vactor unless in writing and agreed to by an authorized representative of Vactor. I agree with the above terms and conditions: Date: Index Phone: .. oardFax: 800.211.5454 .{rl NFC!00,PMtJyV Purchasinginfo@buyboard.com 1, ,! Off ��f'r rn PurchaseOrder ShoppingCart Help •• Vendor Contract Information Searches: Vendor Name: Freightliner of Austin Search by Vendor Address: 1701 Smith Road Browse Contracts Austin,TX 78721 Phone Number: (512)389-0000 Email: carlton@ftll.com Search: Website: http:/h,NAi.freightlinerofaustin.com Federal ID: 26-1564219 � All Contact: Carlton Hempel Vendor Discounts Only Accepts RFQs: Yes O Catalog Pricing Only Minority Owned: No Women Owned: No Refine Your Search: Service-Disabled Veteran Owned: No Vendors EDGAR: Yes Freightliner ofAustin[X] Contract Name: Vehicles,Heavy Duty Trucks,Police Motorcycles,Parts,and Service Labor Price Range Show all prices Contract Description: Compact,mid-size and full size sedans;crossovers;sport utility SUVs;midsize,full-size& Category heavy duty pickups;passenger&cargo vans;law enforcement vehicles&motorcycle;cab None Selected chassis trucks;heavy duty trucks&tractors;program vehicles;repair parts/service Contract Contract#: 521-16 None selected Effective Date: 12/01/2016 Expiration Date: 11/30/2019 Service Fee: Vehicles purchase orders are subject to a S400 service fee Payment Terms: Net 30 days Delivery Days: 60 Shipping Terms: Pre-paid and added to invoice Additional Resources Freight Terms: FOB Destination Ship Via: Common Carrier Region Served: All Texas Regions States Served: All States Contract Exceptions: The term"program vehicle"refers to a factory owned vehicle that has been used for demonstration and test drive purposes throughout the year the vehicle was released and is considered a used vehicle.Program vehicles do not maintain the Manufacturers Certificate Origin(MCO)as that only applies new vehicles.Program vehicles also include vehicles purchased from car rental agencies,again considered used vehicles,and are usually one old lease returns with a years'worth of mileage(maximum of 25,000 miles). Additional Info: NOTE:As per the specifications for BuyBoard Proposal 521-16,and except for delivery fee explained below,all vehicle fees(i.e.pre-deliver inspection,make ready,State of Texas inspection,manufacturer destination fees,etc.)charged for any purchase from this contrac included in the awarded vehicle base price(s).Vehicle fees not included in the base price(s not allowed and should not appear on the awarded dealer's quote for a vehicle offered for purchase under the contract.The Cooperative service fee is not a vehicle fee and is not included in the base pricing.Only those vendors whose awarded pricing is stated on the BuyBoard on a per mile basis may charge a vehicle delivery fee.The above information ha been communicated to Cooperative members.EDGAR Vendor Certification Form(relating CFR Part 200&Appendix II)is included in the Vendor response document,and can be fou the Vendor Proposal File link near the bottom of the page. Quote Reference Number: 521-16 Page 1 of 2 Index Return Policy: No returns Contract Documents EDGAR Notice: Click to view EDGAR Notice Proposal Documents: Click to view BuyBoard Proposal Documents Regulatory Notice: Click to view Bonding Regulatory Notice Proposal Files: Click to view Vendor Proposal Files Documents Contact us 800.695.2919 Page 2 of 2 9WHdard V___U Caoperativa Purchasing P.O.Box 400 Austin, TX 78767-0400 800.695.2919/ 512.467.0222 / Fax.600.211.5454 buyboard.com October 19, 2016 Sent Via E-mail: carlton@ftll,com Carlton Hempel Freightliner of Austin 1701 Smith Rd. Austin,TX 78721 Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number:Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts and Service Labor Proposal No. 521-16 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 12/1/2016 through 11/30/2017, 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. 521-16 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: • Vendor Quick Reference Sheet ■ Electronic Catalog Format Instructions is 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. Per proposal specifications,awarded vendors will have 30 days or sooner to submit their electronic catalog including pricing. If the electronic data is not provided within 30 days or sooner of notice of award, we reserve the right to inactivate any company's award information from the BuyBoard until such time the electronic data is received. 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 BuyBoard Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas BuyBoard Procurement Director v.12.15 933 14II� The Local Gowr,trant Purchasirr Coo C, rs er-)Uorsed y t;e � `'hooI Bo:�rds `�' 1 b texas Ass e�Sc,, !gid `� Ter3s Alun.,ipa,Lea 1'r.Texas Assoc!�i on of Ccuntigs,and U e Texas Assvciation of School Admiristretois. R_��,N-iriorial School Endcrsed by M ' Board;A,;ueiatuun October 19, 2016 Sent Via E-mail: carlton@ftll.com Carlton Hempel Freightliner of Austin 1701 Smith Rd. Austin,TX 78721 Re: Notice of National Purchasing Cooperative Piggy-Back Aolard Proposal Name and Number:Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts and Service Labor Proposal No. 521-16 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 12/1/2016 through 11/30/2017,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. Per proposal specifications, awarded vendors will have 30 days or sooner to submit their electronic catalog including pricing. If the electronic data is not provided within 30 days or sooner of notice of award, we reserve the right to inactivate any company's award information from the BuyBoard until such time the electronic data is received. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact BuyBoard Procurement Staff at 800-695-2919. Sincerely, BuyBoard Procurement Director h, e Z y,Y rF v P.O.Box 400,Austin, Texas 78767-0400 800.695.2919•buyboard.com 0 - DwCooperatIve ir Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919• FAX:800-211-5454•www.buyboard.com PROPOSER'S AGREEMENT AND SIGNATURE Proposal Name:Vehicles, Heavy Duty Trucks, Proposal Opening Date and Time: Police Motorcycles,Parts, and Service Labor August 24,2016 at 2.00 PM Location-of Proposal Opening: Texas Association of School Boards,Inc. BuyBoard Department Proposal Number: 521-16 12007 Research Blvd. Austin,TX 78759 Anti dpp_Wd Cooperative Board Meeting Da e: Contract Time Period: December 1,2016 October 2016 through November 30,2017 with two(2) possible one-year renewals, Freightliner of Austin Name of Proposing Company Date 1701 Smith Rd. Street Address 651gnre of Authorized tompany Official Austin, TX 78721 Carlton Hempel City,State,Zip Printed Name of Authorized Company Official 512-389-0000 Vice President Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 512-389-2663 26-1564219 Fax Number of Authorized Company Official Federal ID Number 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, General Terms and Conditions, Attachments/Forms, Item Specifications,and Line Items (collectively"Requirements'; 2. By your response ("Proposal's to this Proposal Invitation, you propose to supply the products or services submitted at the 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; FORM A-PAGE 1 COMM..V.11.18.15 M78 vary W LJ Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919'FAX:800-211-5454'www.buyboard.com l 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), 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, 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 for posting on the BuyBoard as a prerequisite to activation of your contract; S. You have clearly identified 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. FORM A--PAGE 2 cOMM.V.11.18.15 Cooperative Purchasing 12007 Research Boulevard'Austin,Texas 78759-2439 PH:800-695-2919.FAX: 800-211-5454'www.buyboard.com VENDOR PURCHASE ORDERf REQUEST FOR QUOTES AND INVOICE RECEIPT OPTIONS Company: Freightliner of Austin General Contact Name: Carlton Hempel Purchase Order$: Purchase orders from Cooperative members will be available through the Intemet or by facsimile. Option_i.: 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. Qption 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: Carl ton@FTL1 .corn Internet Contact: Carlton Hempel Phone: 512-389-0000 Alternate E-mail Address: Jay@FTL1 .com Alternate Internet Contact:Jay Hendrix Phone: 512-389-0000 ❑ I will receive purchase orders via FAQ. Fax Number: Fax Contact: Phone: Beau _ for Quotes("RFQ`�: Cooperative members will send RFQs to you by a-mail. Please provide e-mail addresses for the receipt of RFQs: E-mail Address: Carlton@FTL1 corn Alternate E-mail Address: Jay@FTL1 .com 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: Mailing address: 1701 Smith Ed. Department: City: Austin State: mx Zip Code: 78721 Contact Name: Scott Miller Phone: 512-389-0000 Fax: 512-389-2663 E-mail Address: Co -fi 4- Lam- GoiotJ Alternative E-mail Address: FORM B COMM.V.11.18.15 Cooperative Parc haging 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919•FAX:800-211-5454'www.buyboard.com FELONY CONyicrION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSUR-E Subsedfon (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(4)one of the following: ❑ My company is a publidy-held corporation.(Advance notice requirement does not apply to pubfi*-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 o 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. Freightliner of Austin Company Name Carlton Hempel (210ture 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. 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. _Frei htli er of Austin Company Name Carlton Hempel Signa of Authorizecrtompany Official Printed Name FORM C COMM.V.11.18.15 17ard 6%%,.7; Cvoperat1va Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919 ' FAX: 800-211-5454 'www.buyboard.com RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a "resident"proposer is a person whose principal place of business Is in Texas, including a person 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 c eck(4)one of the following. Q 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 (t) 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(4)one of the following. ❑ Yes [XI No By signature below,I certify that the information in Sections 1(1?es1de,7VNontes1de17t arfrfrcadon)and 2 (Vendor&W0j#77e17t at6ffceho17)above is true, complete and accurate and that I am authorized by my company to make this certification. Freightliner of Austin Company Name Carlton Hempel (!S1!9n7atuof Authorize Company Official Printed Name FORM D COMM.V.11.18.15 I 7ard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919• FAX:800-211-5454,www.buyboard.com 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(4)all that appiy ❑ 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 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. Freightliner of AusAtin Company t; �� ignature uthorized Com any Official Carlton Hempel Printed Name FORM E COMPIN.11.18.15 DwCoaperaUve Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919• FAX: 800-211-5454.www.buyboard.com AFFIRMATION REGARDING CONSTRUCTION-RELATED GOODS AND SERVICES A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard.As explained in the BuyBoard 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, attached to this Form F, 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. By signature below, the undersigned affirms that Proposer has read and understands the Advisory attached to this Form F 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 goal 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. Freightliner of Austin Company Name Carlton Hempel Sig re of Authorized Company Official Printed Name Date FORM F-PAGE 1 COMM.V.11.18.15 AVC00perative Parch Ong 12007 Research Boulevard-Austin,Texas 78759-2439 PH: 800-695-2919• FAX:800.211-5454'www.buyboard.com BUYBOARD PROCUREMENT AND CONSTRUCTION-RELATED GOODS AND SERVICES ADVISORY FOR TEXAS MEMBERS Wily make purchases using BuyBoard? Purchasing through a cooperative or"interlocal contract" satisfies the requirement of local governments to seek competitive procurement for the purchase of goods or services.' Therefore, you may purchase goods and services from a vendor through BuyBoard without having to conduct your own competitive procurement. If, however, you are procuring construction-related services through a BuyBoard Job Order Contract(30C)or contract for the installation of equipment or materials (e.g., athletic fields and surfaces, kitchen equipment, HVAC, playground equipment,or modular buildings),you may,as explained in this Advisory,need to procure certain aspects of these services using a separate procurement process outside of the BuyBoard and should consult your procurement officer and/or legal advisor for specific advice. What is BuyBoard's Procurement Process? The BuyBoard uses a competitive procurement process to award contracts to vendors for goads and services that the BuyBoard determines, based on an evaluation of multiple aiteria,represents the best value for its members. How does BuyBoard award a contract to a vendor? As a condition of being awarded a BuyBoard contract, a vendor is bound by and must agree to comply with all the berms of the BuyBoard's proposal Invitation (or specifications), the vendor's proposal response, and any additional contract terms negotiated with the BuyBoard member. Among other things, the vendor must honor the pricing submitted in the vendor's proposal. THE PRICE YOU PAY FOR THE GOODS AND SERVICES COVERED BY THE BUYBOARD CONTRACT MAY BE LESS THAN THE AWARDED PRICING, BUT CANNOT BE MORE. Additionally,the vendor must comply with the BuyBoard contract's general terms and conditions,and any additional terns and conditions that apply to the specific BuyBoard contract, as set out in the proposal Invitation. How does a BuyBoard member make purchases through the BuyBoard contract? You utilize the awarded BuyBoard contract by issuing a signed purchase order through the BuyBoard online application to procure the selected goods or services. Although BuyBoard must receive a copy of the signed purchase order, BuyBoard does not review or approve the purchase order or other supplemental agreement that you obtain — this Is a matter between you and the vendor. If construction-related services are procured through the BuyBoard, additional contracts with professionals and the contractor may be required, depending on the nature and scope of the services. As stated above, you should consult your procurement officer and/or legal advisor for specific advice. How do I know that my entity has made a purchase through the BuyBoard? BuyBoard must have a copy of the purchase order in order for the purchase to be considered a BuyBoard procurement To ensure that your entity has satisfied state law requirements for competitive procurement, make sure that the BuyBoard has your purchase order. Do not rely on the vendor to submit the purchase order on your behalf, it is your responsibility to make sure that the BuyBoard has the signed purchase order.You may log In to www, uybQard.cprn using your member I.D.and password to view the Purchase Order Status Report to confirm that the purchase order Is in the BuyBoard system. What should BuyBoard members consider when using BuyBoard for construction-related purchases? While purchasing goods and services through BuyBoard satisfies your legal requirement to competitively procure a good or service, as a general matter you must keep in mind other legal requirements that may relate to the purchase, especially when using BuyBoard for construction-related procurement FORM F-PAGE 2 COMM.V.11.18.15 DUBoard aW Cooperative Purciraslag 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919.FAX:800.211-5454-www.buyboard.com When malting construction-related purchases through a BuyBoard contract, BuyBoard members must consider the following: ❑ Best value determination. In compliance with Texas law and any local policy, your entity must first determine that purchasing through an interlocal contract or purchasing cooperative Is the procurement method that will provide best value.' This Is done by the governing body(e.g., board of bvstees, council, commissioners'court, etc.) or may be delegated by the governing body to an Individual or committee,with written notice. ❑ Products or services not covered by the BuyBoard contract. The BuyBoard contract covers only the specific goods and services awarded by the BuyBoard. If you want to purchase from a BuyBoard vendor goods or services from a BuyBoard vendor that are not covered by the vendor's BuyBoard contract; such as architectural, design, or engineering services, you must procure them separately in accordance with stag law and local policy. c Architectural or Engineering and Independent Testing services. If your procurement Includes a construction component that requires architectural or engineering services, you must procure those services separately.YOU MAY NOT PROCURE ARCHITECTURAL OR ENGINEERING SERVICES THROUGH A BUYBOARD CONTRACT.Texas law requires architectural and engineering services to be obtained In accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and prohibits them from being procured through a purchasing cooperative.l' o Architecture.A new building owned by a political subdivision having construction costs exceeding $100,000 or an alteration or addition to an existing building having construction costs exceeding $50,000-must have architectural plans and specifications prepared by an architect" (An "alteration" or "addition" for purposes of this requirement requires the removal,relocation,or addition of a wall or partition or the alteration or addition of an exit:.) o Engineering. If the goods or services procured through the BuyBoard will Involve engineering in which the public health,welfare,or safety is involved,the plans for structural, mechanical,electrical, electronic, fire suppression, geotechnical systems, foundation design, surface water drainage, plumbing and certain roof modifications and associated estimates must be prepared by an engineer, and the engineering construction must be performed under the direct supervision of an engineer." The Engineering Practice Act provides two exceptions to this rule — no engineer Is required If (1) the project Involves mechanical or electrical engineering and will cost $8,000 or less, or (2) the project does not require mechanical or electrical engineering and will cost$20,000 or less.%' o Independent Testing. If acceptance of a facility by a public entity Involves Independent testing of construction materials engineering and/or verification testing services, the testing services should be procured under the Professional Services Procurement Act,and may not be procured under a BuyBoard contract o Written Certification. Effective 09/01/2013, a local govemmental entity purchasing construction-related goods and services through a cooperative in an amount that exceeds $50,000 must designate a person to certify in writing that the project does not require the preparation of plans or specifications by an architect or engineer OR that an architect or engineer has prepared the plans or specifications'u FORM F-PAGE 3 OQMMM.11.18.15 I r Board Coaperative Purchasing 12007 Research Boulevard-Austin,Texas 78759-2439 PH:800-695-2919- FAX:800-211-5454.www.buyboard.com ❑ Bonds. You must also consider whether the vendor is required to provide a payment or performance band. A payment bond Is required for contracts that exceed $25,000 to protect subcontractors who supply labor or materials for the project. A performance bond is required for a contract that exceeds $100,000, to protect the local government If a contractor fails to complete the project.vm Without payment and performance bonds,if the contractor falls to pay Its subcontractors or to complete the project, the public entity that entered the contract can be held responsible for payment claims or costs to complete. ❑ Construction Contract. Even though the procurement of construction or construction-related services may be through the BuyBoard,your construction contract is between your entity and the contractor. The BuyBoard contract's general terms and conditions, standing alone, are not sufficient to document your entity's specific transaction. THEREFORE, YOU SHOULD USE AN APPROPRIATE FORM OF CONSTRUCTION CONTRACT JUST AS YOU WOULD DO IF YOU PROCURED CONSTRUCTION SERVICES INDEPENDENTLY, USING COMPETITIVE SEALED PROPOSALS. The contract must contain provisions required by state law Including: performance and payment bonds, requirements for payment of prevailing wages to all construction workers, workers' compensation coverage for all workers and, on projects where contractor employees may have direct contact with students, criminal history record checks. Other provisions which should be considered in the construction contract are retainage,contingency, liquidated damages and dispute resolution, among others. By supplementing the BuyBoard contract with an appropriate form of construction contract, you ensure that your entiYs unique Interests are addressed and that your entity can enforce the contract directly. ❑ Legal advice. Because of the variety of laws that relate to construction-related purchasing and the potential risk of high exposure, you are well-advised to consult with your entity's legal counsel before procuring construction-related goods and services under any procurement method,including a purchasing cooperative. This Advisory is provided for educational purposes only to facilitate a general understanding of the law.This Advisory is neither an exhaustive tr+eatment.on the subject nor is It intended to substitute for the advice of an attorney. For more information about BuyBoard,contact us at 800-695-2919. L Tex.GoA Code§791.025 and Tex.local Govt code§271.102. U. Tex.Ed.Code§44.031(a)(school dLcbicts);Tex.local Govt Code§252.043(a)(mcmicipar ies)and§262.022(5-a)and §262.027(counties) In. Tex.Govt Code§2254.004 and§791.011(h) tv. Tex.Occ.Code§1051.703 V. Tex.Ooc.Code§1001.0031(c) A. Tex.Oac.Code§1001.053 W. Tex.Govt Code§791.011(j),effective September 1,2013 W. Tex.Govt Code§2253.021(a) IMed ARM6 3L 2014 FORM F-PAGE 4 COMM.V.11.18.15 &778oard eacperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919• FAX:800-211-5454.www.buyboard.com DEVIATION AND COMPLIANCE SIGNATURE FORM If your company intends to deviate from the General Terms and Conditions, Item 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, an attachment to this form, or elsewhere in your Proposal. (If you do not provide the information on or as an attachment to this form, the information must be clearly identified in your Proposal.)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,Item Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. ® NO; Deviations ❑ YeS; Deviations List and fully explain any deviations you are submitting: PLEASE PROVIDE THE FOLLOWING INFORMATION: 1.Shipping Via: ❑ Common Carrier N 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: 6 0+ ARO 4.Vendor Reference/Quote Number: Buy Board Trucks 5.State your return policy: No returns 6. Are electronic payments acceptable? NYes ❑ No 7.Are credit card payments acceptable?❑Yes @ No Freightliner of Austin Compan e 6 :5Carlton Hempel Signa of Authoriz dCompany Official Printed NameG COMM.V.11.18.15 I ard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919•FAX:800-211-5454-www.buyboard.com DEALERSHIP LISTINGS If you have more than one location that will service a contract awarded under this Proposal Invitation, please list each location below. If additional sheets are required,please duplicate this form as necessary. Freightliner of Austin Company Name 1701 Smith Rd. Address Austin TX 78721 City State Zip 512-389-0000 512-389-2663 Phone Number Fax Number Carlton Hempel Contact Person Company Name Address City State Zip Phone Number Fax Number Contact Person FORM H COMM.V.11.18.15 y � poard vooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2939 PH: 800-695-2919 ' FAX: 800-211-5959 'wm�i.buyboard.com TEXAS REGIONAL SERVICE DESIGNATION Unless you designate otherwise on this form, you agree to service members of The Local Government Purchasing Cooperative statewide! The Cooperative (referred to as ''Tetras 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. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you 0,'Al service only states other than Texas), you must so indicate on this form. Regional Education Service Centers x I will service Texas Cooperative members -- statewide, I will not service Texas - Cooperative members _��'.r `i.•^ statewide. I will only service members in the i-0 regions checked below: Region Headguarters Ir--+ i-h -I. ;•• - - -.t�-;_�ti.�':., _� 1 Edinburg -14- -'- - I- I- �• �' -` = ; 7; == 2 Corpus Christi I .I'_:l_ -. r 3 Victoria 9 - - lw _ �ti�- - �: , i 4 Houston '%. $�R, _ 1 il, 'r�',o.iT: .�, 5 Beaumont -'_�/ /3...•, 'K'' _ l 6 Huntsville 7 Kilgore •I" x 2: 8 Mount Pleasant ``� ' �:• .. ` - -1 9 Wichita Falls ` f �-" �2Q. �" ...:j-`3•-=�' - � 10 Richardson j ` '� _7 11 Fort Worth 12 Waco 13 Austin • �( 14 Abilene 15 San Angelo ` •—= 16 Amarillo _ 17 Lubbock oer of Austin 18 Midland Company Name 19 EI Paso e 20 San Antonio Sig ure of Authorized Company Official Sarlton Hempel .i I will not service members Printed Name of the Texas Cooperative. FORM I COMIM V.11.18.15 DCooperative Purchasing 12007 Research Boulevard-Austin,Texas 78759-2439 PH:800-695-2919• FAX:800-211-5454•www.buyboard.com 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. (Dote: 0 you plan to service 7ekas Cboperatrpe rnen7bers, be sure that you con7plete the ?Pleas f?egional Service DeS19170017 form.) ® 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 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. Fre' htl'ner of Austin pet".I..z Company Name Carlton Hempel Sign re of Authors ed Company Official Printed Name FORM 3 COMM.V.11.18.15 PFCapperative Purchasing 12007 Research Boulevard a Austln,Texas 78759-2439 PH: 800-695-2919 •FAX:800-211-5454•www.buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation,a contract awarded under this Proposal Invitation may be "piggy-backed" by another governmental entity. The National Purchasing Cooperative Is an Intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve Its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative,you agree to the following terns 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's 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(nNational 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 interilneattons 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(Le., 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. FORM K-PAGE 1 comm.V.11.18.15 r i 78oard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919• FAX:800-211-5454•www.buyboard.com 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions,are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily Inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily Inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement,and that nothing In this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. 7. This Agreement shall be governed and construed in accordance with the laws of the State of 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 Freightliner of Austin Name of Vendor Proposal Invitation Number Carlton Hempel Sig re of Author zed Company Official Printed Name of Authorized Company Official Date FORM K-PAGE 2 COMM.V.11.18.15 &jp 578oard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919. FAX:800-211-5454'www.buyboard.com FEDERAL AND STATE/PURCHASING COOPERATIVE DISCOUNT COMPARMN FORM The Cooperative strives to provide its members with the best services and products at the best prices available. The Cooperative determines whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with prices/discounts you offer federal and state entities and other interlocal purchasing cooperatives (001lectivvely referred to as"purchasing cooperative"in this form). 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-m nth period or a last fiscal year: $ /e95;Z,1o Do. o a (The period of the 12 month period is �'' 7 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. Based on your written discounting policies are the discounts you offer the Cooperative equal to or better than the best price you offer other purchasing cooperatives acquiring the same items regardless of quantity or terms and conditions? YESeNO❑ 3. Based on your written discounting policies, provide the information requested below for other purchasing cooperatives, either in the chart below or in an equivalent format. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUP DISCOUNT(%) QUANTITY/VOLUME FOBTERM 1. Federal General Services Adm. 2.T PASS 3. U.S. Communities Purchasing Alliance 4.The Cooperative Purchasing Network 5. Houston-Galveston Area Council 6. Other E�'MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARQ VENDORS If you are a current BuyBoard vendor, 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(%): 3 E nation: 'Tkc- A!v•i Z--,rer�etse.o-e 4�;y ,�e eS` " 1-r.% 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. �Freiqhtliner of iTl_____._ Company Name Z__� X�/� _ Carlton Hempel (_,Vgnre of Autho "zed Company official Printed Name COMM.V.11.18.15 1 jp 0780ard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919•FAX:800-211-5454.www.buyboard.com GOVERNMENTAL REFERENCES AND PRICE/DISCOUNT INFORMATION For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. Provide the Information requested below,Including the existing price/discounts you offer each customer. The Cooperative determines 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# Discount Volume FOB Term 1.-LORA Troy Fulmar 512-482-6247 0% 1 Net 30 2.-Travis Co. Mike Joyce 512-854-4658 0% 3 Net 30 3.BastrOP Co. Melissa Jackson 512-332-7210 0% 1 Net 30 4.�,icy of Austin Will O'Connor 512-927-3297 0% 1 Net 30 5. Williamson Co. Randy Rogers 512-943-3362 0% 1 Net 30 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❑X 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. Freightliner of Austi Compan Name Signat a of Authorize Company Official Carlton Hempel. Printed Name FORM M COMM.V.11.18.15 o U"rd Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2139 PH: 800-695-2919 ' FAX: 800-211-5451 'wwmbuyboard.com 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. ( P: Hoar your -kj//ilRiallY iwbrth C000erat&e %nefibers of J,,oUr BuysoalV Cnhttilt and holo;you coil/continue to support the suvacard for the duratroh of the corltract,aeMOCI Attach additional pages if necessary. G•o-7 5 S r'-t.(_ (I i�J K !J e- Ct'7 �2q_ v-L ����1ti.�S— C�• S_ `��'- f.-'J// C'n•t�-cam �. 'Y'� _IA Lt� O`er r- 4— 4e."4 t -LI_=_y__A7-~ e.ri.aX �[�( S'�5 c.., ,' `t. 7 Z- c�� $ !t''1c� n�'�c� �.f-ta/1.�t-�w'`-Yo--[(.. !i/�-- (✓J/� /�«L / ?Z Freightliner of Austin Company Name C�Situr if Authorized Comp ny Official _Carlton Hempel Printed Name FORM N COFifh.V.11.18.I5 PFiar %J ooperativee Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919•FAX 8OG-211-5454•www.buyboard.com CONFIDENTIAL/PROPRIETARY-INFORMATION FORM A.Ublic pisda-ut+e+_L_aws All Proposals,forms,documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et.atq.)or similar disclosure law. Proposer must dearly identify on this form any information In its Proposal (induding forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer falls to properly Identify the information, the Cooperative shall have no obligation to 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(4)one of the foilowfna: ® 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 suffldent to make the Information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer's failure to dearly 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 lnformadon has been Identified herein as Information the vendor considers confidential or proprietary. Confidential/Proprietary Information: (Attach aovf fwsheets 'needed.} FORM G-PAGE 1 COMM.V.11.18.15 ' -yard Cooperative Parchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919•FAX:800-211-5454•www.buyboard.com B.Copyright Information Does your Proposal (including forms,documentation,or other materials submitted with the Proposal)contain copyright information? 20e***'N0,r 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: (AKacf ad/bbr I sft &Ifr?eeded.) C.Consent to Release Canfidentia!/Proprietary/Copydght Infvrmatian to Buyt3oard 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. 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. Freightliner of Austin Cama Name __ e S' tune of Authorized Company Official Carlton Hemioel Printed Name Date FORM O-PAGE 2 COMM.V.11.18.15 DWBoard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919•FAX:800-211-5454•www.buyboard.com VENDOR BUSINESS NAME FORM 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. Austin Trucks & Bgmpmmt LTD DSA Name of Proposing Company: Freightliner of Austin (Ust me Legai name or the company seeking to contract►vlth bye Cboperabve Do&2r list an assumed name dbcz akar etc. here. Such lnfwwtfan maybe provided below. If you are submWto a joint proposal h*another entity to provide Gee same proposed goods or senlm eaO subm/ffing artily slwuld complete a sewrate vendor In>am7atim form. Separately operabng legal basin=entlbes; even if amliated entities,Which propose to provide goads orSIEWC S separately mustsubMit their own Proposals) Please check(41 one of the following: Zvae of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership _ X Other If other,identify State of Incorporation(if applicable): Federal Employer Identification Number: d'-G (Vendor bust Include a completed IRS*9 fl rM With theirmPwal) List the Name(s)by which Vendor, if awarded,wishes to be identified on the BuyBoard: (Note: Irctmtent than Me Name or Aropostng Company/lsted abow,only valid trade names(dba aka etc.)of the Proposing Company may be used and a copy of vourAssumed Name Cvtiflrate(s),ifapplfcable,mwstbe eaoW.) Freightliner of Austin FORM P COMM.V.11.18.15 Form w=9 Request for Taxpayer Give Form to the (Rev.August 2013) requester.Do not I3rapartrrxmieftheTroasury Identification Number and Certification send to the IRS. trrtemal Rsrc,rwe service Name(as shown on your income tax return) AUSTIN TRUCK&EQUIPMENT,LTD. N Business nama/dlsregarded entity name,if different from above a, FREIGHTLINER OF AUSTIN c Check appropriate box for federal tax classification: Exemptions(see Instructions): c ❑Indtviduaysote proprietor ❑ C Corporation ❑S Corporation ❑ Partnership ❑Trust/estate o Exempt payee code Of any) t ❑ Umited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► P Exemption from FATCA reporting code Of any) ac ❑ Othor(seo lnstructlons)► 55 Address(number,street,and apt.or suite no.) Requester's name and address(optional 1701 SMITH RD. City,state,and ZIP code AUSTIN,TX 78721 Ust account number(s)hero(optlonal) somas Taxpayer Identification Number(TIN) Enter your TiN in the appropriate box.The TiN provided must match the name given on the"Name"line Social security number to avoid backup withholding.For Individuals,this Is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other - - entities,it Is your employer identification number(EIN).If you do not have a number,see How to get a 77N on page 3. Note.If the account is In more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. M26 - 7 1 5 1 6 1 4 1 2 1 9 Certification Under penalties of perjury,I certify that: 1. The number shown on this form Is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)1 am exempt from backup withholding,or(b)i have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all Interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. 1 am a U.S.dozen or other U.S.person(defined below),and 4.The FATCA code(s)entered on this form(if any)Indicating that I am exempt from FATCA reporting Is correct CertNication Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report aU interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonV en of secured property,cancellation of debt,contributions to an Individual retirement arrangement ORA),and generally,payments other than Interdst d dividends,Tre not required to sign the certification,but you must provide your correct T1N.Seethe Instructions on page 3. Sign signature of �KLq Here U.S.person IN,, Date 111- (0 General Instructions withholding tax on foreign partners'sham of effectively connected Income,and Section references are to the Internal Revenue Coda unless otherwise noted. 4.Certify that FATCA code(s)entered on this farm Of arrA In that you are exempt from the FATCA reporting,is coned. Future developments.The IRS has created a page on IRS.gov for information Note.K you are a U.S.person and a requester gives about Form W-9,at wives hs.govAv9.Information about any future developments eq P e1 9 you a form other than Form affecting Form W-9(such as legislation enacted after we release it)will be posted W-B to request your TIN,you must use the requester's farm K ft!s substantially on that page. similar to this Form W-9. Definition of a U.S.person.For federal tax purposes,you are considered a U.S. Purpose of Form person if you are: A person who is required to file an Information return with the IRS must obtain your 'An Individual who Is a U.S.citizen or U.S,resident alien, correct taxpayer Identificaticn number(TiN)to report,for example,income pald to •A partnership,corporation,company,or association created or organtzed in the you,payments made to you In settlement of payment card and third party network United States or under the Laws of the United States, transactions,real estate transactions,mortgage interest you paid,acquisition or .An estate(other than a foreign estate),or abandonment of secured property,cancellation of debt,or contributions you made to an IRA. •A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only If you are a U.S.person(including a resident alien},to Special rules for partnerships.Partnerships that conduct a trade or business In provide your correct TIN to the person requesting It(the requester)and,when the United States are generally required to pay a withholding tax under section applicable,to. 1446 on any foreign partners'share of effedlvely connected taxable Income from such 1.Certify that the TiN you are giving is correct(or you are waging for a number the rules business.Further, section 446 require partnershiptoprusuma that W-9 has nota partner Is een ads to be lssued), foreign person,and pay the section 1446 withholding tax.Therefore,if you are a 2.Certify that you are not subject to backup withholding,or U.S.person that Is a partner In a partnership conducting a trade or business In the 3.Claim exemption from backup withholding if you are a U.S.exempt payee.if United States,provide Form W-9 to the partnership to establish your U.S.status applicable,you are also certifying that as a U.S,person,your allocable share of and avoid section 1446 withholding on your share of partnership income. any partnership Income from a U.S.trade or business Is not subject to the Cat.No.10231X Form W-9(Rev.8-2013) 9tWAguard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919. FAX:800-211-5454.www.buyboard.com EDGAR VENDOR CERTIFICATION FORM (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 Incudes, 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. Pot-Barb of the hears beloty, Vendor should certify vendor's agreentent and ability to comply, where app/lob/e, by hatring Vendors authorized tepresentative check and initial the applicable boxes and sign the acknowledgment at the end of this tbrm. If you tail to complete any item h7 this tomk the Cooperetive Will cojWcrer and ntay list the lrendors response on the Buyeoat#as "Na"'the Vendor is unable or untyilling 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. Vendor Certification,Item 1(Vendor Viola ' or Breach of Contract Terms) ® YES, I agree to the above. (Initial: ❑ NO,I do M agree to the above. (Initial: } FORM Q-PAGE 1 COMM.V.11.18.15 m DuCapperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH: 800-695-2919•FAX:800-211-5454•www.buyboard.com 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: Tile Cooperative member may terminate or cancel any purchase order under this Contract at any times With or W ffiout cause, byprovlding seven(7)business days advance WHUV7 n0MCE0 to the (vendor. If this Agreement is terminated in acroro'anae With.this Paragraph, the Cooperative member shall only be required to pay!vendor rot-goods or services delrlered to the Cboperative 177en?ber prior to the termination and not otherwise retuMed/n acmordanoe with Irendor's rearm policy. If the Cbopemt&e member has paid Vendor for goods orservices not yet provided as of the date of termination, Vendor shall imrnediately reUcf such pament(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 hall control. Vendor Certification,Item 2(Termination f ause or Convenience): ® YES,I agree to the above. (Initial: ❑ NO,I do NOT agree to the above. (Initial: 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. Vendor Certification,Item 3 (Equal Emplo m Opportunity): ® YES,I agree to the above. (Initial: ❑ NO,I do Nff agree to the above. (Initial: } FORM Q-PAGE 2 COMM.V.11.18.15 • m AP __ 78oard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919• FAX: 800-211-5454'www.buyboard.com 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 www.wdol.aov. 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 enti ed. Vendor Certification,Item 4(Davis-Baso ): ® YES,I agog to the above. (Initial: ❑ NO,I do NOT agree to the above. (Initial: 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. Vendor Certification,Item 5 (Contract Work rs and Safety Standards Act): RI: YES,I agree to the above. (Initial: ❑ NO,I do j 4f agree to the above. (Initial: ) FORM Q—PAGE 3 COMM.V.11.18.15 m PCapperative ar Purchasing 12007 Research Boulevard'Austin,Texas 78759-2439 PH: 800-695-2919• FAX:800-211-5454.www.buyboard.com 6. Right to Inventions Made Under a Contractor 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 require is when applicable. Vendor Certification, Item 6(Right to Inv t ons Made Under a Contract or Agreement): ® YES,I sagr e,to the above. (Inida. ) ❑ NO,Ido NOT agree to the above. Initial:_� 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 ollution Control Act. Vendor Certification, Item 7(Clean Air Act Federal Water Pollution Control Act): FX YES,I agree to the above. (Initial: ❑ NO,I do NOT agree to the above. (Initial:_a 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. FORM Q—PAGE 4 COMM.V.11.18.15 s m ard Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919' FAX:800-211-5454,www.buyboard.com 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. Vendor Certification,Item 8(Debarment and Suspe on): ® YES,I agree/certify to the above. (Initial: ❑ NO,I do NOT agree/certify to the above. (Initial:-J 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(31USC 352). Vendor Certification,Item 9(Byrd Anti-Lo y ng Amendment): [A YES,I agree to the above. (Initial: ❑ NO,Ido NOT agree to the above. (Initial: 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. FORM Q—PAGE 5 COMM.V.11.18.15 i I Vlar %Jcoperative Purchasing 12007 Research Boulevard Q Ausdn,Texas 78759-2439 PH:800-695-2919.FAX:800-211-5454.www.buyboard.com Vendor Certification, Item 10(Procureme of Recovered Materials): YES, I agree to the above. (Initial: ❑ NO,I do N-0j agree to the above. (Initial:_} 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. Se.,,:, 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. Vendor Certification,Item 11(Profit as rate Element of Price): YES,I ire_to the above. (Initial: ❑ NO,I do NOT agree to the above. (Initial:_) 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 goad 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 12 (General omplianee and Cooperation with Cooperative Members): YES,I is_recce to the above. (Initial: ❑ NO,I do NO agree to the above. (Initial:- 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. Freicfhtliner of Austin Com an Name Sign re of Auth rued Company Official Carlton Heel Printed Name FORM¢PAGE 6 COMM.V.11.18.15 m o lar Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 PH:800-695-2919•FAX:800-211-5454•www.buyboard.com REQUIRED FORMS CHECKLIST (Please dieck(4)the to)l Mm) CAmole : Proposer's Agreement and Signature(Form A) ® Cam lleWd:Vendor Purchase Order,Request for Quotes,and invoice Receipt Options(Form B) (� Completed: Felony Conviction Disclosure and Debarment Certification(Form C) ® Completed: Resident/Nonresident Certification(Form D) -Complete : Historically Underutilized Business(HUB)Certification(Farm E) ® Qm feted:Affirmation Regarding Construction Related Goods and Services(Form F) ® CC_m_ 1�: Deviation/Compliance Signature Form(Form G) ® -Completed: Dealership Listings(Form H) [� Completed:Texas Regional Service Designation(Form I) Completed:State Service Designation(Form 1) Completed: rational Purchasing Cooperative Vendor Award Agreement(Form In Completed: Federal and State/Purchasing Cooperative Discount Comparison Form(Form L) Com luted.:Governmental References and Price/Discount Information(Form M) ® -Completed: Marketing Strategy(Form N) ® -Completed: Confidential/Proprietary Information Form(Form 0) Completed:Vendor Business Name Form with IRS Form W-9(Form P) ® ComIR eked: EDGAR Vendor Certification Form(Form Q) _CQm_pleted: Forms Checklist(Form R) Ca le : Proposal Specification Form with Catalogs/Prieelists(Form S),Manufacturer Authorization Letbers,Franchise Motor Vehicle Dealer Certificate from Texas Dep@rbnent of Motor Vehicles A licable Dealer License and Options List FORM R OOMM.V.11.18.15 Board' Proposal Invitation No.521-16 Vehicles,Heavy Duty Trucks,Police Motorcyles, Parts,and Service Labor w-ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED NOTE is Vendors should propose direct replacement models If a vehicle/truck model specified below has been discontinued by the manufacturer. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees(i.e.pre dellveryinspectfon,make ready,applkable state Inspealon fe4 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 nota "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 In which equipment may be sold. NOTE 3: Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles.Manufacturer certificate from 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). Section, Freightifner Model'Vehicles Spetified Item Brand or short State Brand and No. Equal Description Full Description Base Model Price Model Vehicle Options Per section II you must attach a Freightliner Model M2-106-Cab and chassis, serperate sheet with upgrade Freightliner 18,0007 GAAV,Eaton 6 speed transmission,200 HP, a options to include all 166 Freightliner tdodel 1;12-106 front axle 6,000lbs,rear axle 13,000ibs,complete $ —1 manufacturer options for this model including altemative fuel with all manufachlrer's standard equipmentmodel equipment(CNG,LPG, Hybrid,etc.) �t`S tt 1 t"r'`' Per section II you must attach a Freightliner Model 108SD-Cab and chassis, serperate sheet with upgrade Freightliner 31,000-"GVW,Eaton 9 speed transmission,260 HP, [� b 6 S Q options to include all 167 Freighdiner Model 108SD front axle lO,OC�Jibs,rear axle 21,DOOIbs,complete manufacturer options for this v;ith all manufacturer's standard equipment. made!including chose equipment(CNG, LP fuel ,LPG, Hybrid,etc.) PROPOSAL NOTE: 1.'Detailed spedficadon sheets and a options priceilst must be submitted with proposal or the proposal will not considered. UPDATED 1 of 6 7/19/16 Board` Proposal Invitation No.521-16 Vehicles, Heavy Duty Trucks, Police Motorcyles,Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED ED OR PROPOSAL WILL NOT BE CONSIDERED Spedfled Item Brand or Short State Brand and No. Equal Description Full Description Base Model Price Model Vehicle Options F,,,�7(��� Per section H you must attach a Freightliner Model M2-112-Cab and chassis, serperate sheet with upgrade Freightliner 521000#GVW,Detroit DD13 370 HP at 1625 RPM, '! j4��� I I options to Induce all 168 Frelghtliner Model t,12-112 Eaton 10 speed transmission,front axle 12,000lbs, $ 7'a2 manufacturer options for this rear axle 40,000lbs,complete with all model including alternative fuel manufacturer's standard equipment, chose equipment(CNG,LPG, Hytrid,etc.) Freightliner Model Cascadia 125-Cab and Per section II you must attach a 0 chassis,52,00GVW Detroit DD15 455 HP at serperate sheet with upgrade g Freightliner 1625 RPM,Eaton FR-152108 10 speed 7�� �- I5— options to Include all 169 Frel htliner Model transmission,front axle 12,000lbs,rear axle $ manufacturer options for this Cascadia 125 40,000lbs,complete with all manufacturer's model including alternative fuel standard equipment. chose equipment(CNG,LPG, Hybrid,etc.) Per section II you must attach a Freightliner Model 122 SD-Cab and chassis, serperate sheet with upgrade Freightliner 52,000#GVW,Detroit OD15 455 HP at 1625 RPM, � options to Include all 170 Freightliner Model 122 SD Eaton FR15210B 10 sperm transmission,front axle $ ��3 6 manufacturer options for this 12,000lbs,rear axle 40,000lbs,complete with all model including alternative fuel manufacturer's standard equipment. chose equipment(CNG,LPG, Hybrid,etc.) [--,-.e—,7 U Per section II you must attach a Freightliner Model 114SD-Cab and chassis, serperate sheet with upgrade 52 000#GW! Detroit DD13 370 HP at 1625 RPht 171 Freightliner Freightliner Eaton FR15210B, ,rear ax .3 front axle 12,000lbs, �b `� options to include all Model 114SD $ ( jo manufacturer options for this 40,000lbs,complete with all manufacturer's model including alternative fuel standard equipment. chose equipment(CNG,LPG, Hybrid,etc.) PROPOSAL NOTE: 1.•Detailed speaficaticn shears and a options pricelist must be submitted with proposal or the proposal vid not considered. UPDATED 2 of 6 7/19/16 wB©ard- Proposal Invitation No. 521-16 Vehicles,Heavy Duty Trucks,Police Motorcyles, Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL 4WLL NOT BE CONSIDERED Specified Item Brand or Short State Brand and No. Equal Description Full Description Base Model Price Model Vehicle Options I�GLJ't Per section II you must attach a Freightliner Model Cascadia 113-Cab andserperate sheet with upgrade 172 Freightliner Freightliner chassis,Detroit DD13 370 HP,Eaton FR152108, - -� C 7 3 options to include all g Cascadia 113 front axle 12000 lbs,rear axle 40000 lbs,complete $ U manufacturer options for this with all manufacturer's standard equipment. model Including alternative fuel chose equipment(CNG,LPG, Hybrid,etc.) Freightliner MT45-Van Chassis(cab and F--LC`)�t�) Per section 11 you must attach a chassis),14,990h GVW,for 10 ft.van body, f serperate sheet with upgrade Freightliner Cummins ISB-10 6.71-200 HP at 2300 RPM,Allison 45 options to include all 173 Freightliner W45 1000 HS automatic transmission(5 speed)with $ `t manufacturer options for this parking pawl,rear a)de 13,000 lbs,rear axle model including alternative fuel 12,000lbs,complete with all manufacturer's chose equipment(CNG,LPG, standard equipment. Hybrid,etc.) Freightliner MT55-Van Chassis(cab and Per section II you must attach a chassis),25,000;;GVV/,for 16 ft.van body, serperate sheet with upgrade Cummins ISB-10 6.71-200 HP at 2300 RN-1 Allison i i :;��' options to include all 174 Freightliner Freightliner 2200 HS automatic transmission(5 speed)with _ I � M1fT55 � manufacturer options for this parking pawl,front axle 8,000lbs,rear axle model including alternative fuel 13,500lbs,complete with all manufacturer's chose equipment(CNG,LPG, standard equipment. Hybrid,etc.) PROPOSAL NOTE: 1.•Detailed spedtication shevts and a options pricelist must be submitted Mth dope<wl or tj�e proposal will noc mnsiderd. UPDATED 3 of 6 7/19/16 Board' Proposal Invitation No.521-16 Vehicles,Heavy Duty Trucks, Police Motorcyles, Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Section II: iahtiiner Model Vehicles OPTIONS and EOUTPMENT_Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONSAND EQUIPMENT MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSALTO BE CONSIDERED! Specified State Percent(%) Item Brand or Short of Discount off State Name of No. Equal Description Full Description Catalog/Pricelist Catalog/PricelM Vehicle Options Discount(°o) F--4,-,Ii-) l•--L Per section U you must attach a Original off Original ,,L !�S ,�, serperate sheet with upgrade 175 Equipment Equipment Discount(%)off all Original Equipment options to include all ° Manufacturer Manufacturer Manufacturer(OEM)Options. i° manufacturer options for this (OEM)Options (OEM) model including alternative fuel Options chose equipment(CNG,LPG, Hybrid,etc.) Discount(%) I->(t.1 Per section F you must attach a Third Party(not off Third serperate sheet with upgrade 176 OEM)and Party(not Discount(%)off Third Party(not OEM)and v' '`' options to include all Unpublished OEIM)and Unpublished Options and Equipment �0/3 manufacturer options for this Options Unpublished C• _�`�� model including altemative fuel Options chose equipment(CNG,LPG, Hybrid,etc.) .0`� I Per section II you must attach a Discount C,L /_l.,SJ-L,t. serperate sheet with upgrade off Programm off for all Program Vehicles to include all 177 Vehicles Vehicles Discount(%)oes � VehVehicles (Lease and/or Pre-0Owned).es °` C.,,L � manufacturer options for this (Lease and/or . �° model Including alternative fuel Pre-Owned) chose equipment(CNG,LPG, Hybrid,etc.) PROPOSAL NOT L*Detailed spedficabcn sheet and a options pricelist must be submittal Mth proposal o.the proposal will not considered. UPDATED 4 o'° 7/19/16 WHoard' Proposal Invitation No.521-16 Vehicles, Heavy Duty Trucks, Police Motorcyles,Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified State Percent(%) Item Brand or Short of Discount off State Name of No. Equal Description Full Description Catalog/Prieelist Catalog/Pricelist Vehicle options Original ,tel 173 Equipment Discount(%) Discount(%)off Original Equipment Manufacutrer Manufacturer off OEM Parts (OEM)Parts. (OEM)Parts Floor Plan Discount(%) Discount(%)off Floor Plan Insurance(dea'er 1 179 off Floor Plan � % G•--•--u-+ Insurance Insurance inventory vehides and up5tting vehicles). l S Discount(°'o) Discount(%)off Lot Insurance(dealer inventory 180 Lot Insurance off Lot vehicles and upfitting vehicles). Insurance PROPOSAL NOTE: 1 •Detailed spedflcadon sheets and a options pricellst must be submitted with proposaa or tt,e proposal will not considered. UPDATED 5 of 6 7/19/16 Board' Proposal Invitation No.521-16 Vehicles, Heavy Duty Trucks, Police Motorcyles, Parts,and Service Labor "ALL COLUMNS MUST BE COliPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified State Percent(c/o) Ibern Brand or Short of Discount off State Narneof No. Equal Description Full Description Catalog/Pricelist Catalog/P/ricelist Vehicle Options Extended Discount(% a vS } � off Extendcd 181 Service o F Service Discount(/o)off Extended Service Maintenanced oio �•�L_,..r � � Maintenance nts. P•laintenance Agreements.Agreeme Agreements. Section III:FREIGHTLINER MODEL VEHICLES HOURLY LABOR RATE FOR REPAIR/SERVICE OF VEHICLES AND DELIVERY FEES Detailed Specified Information on Item Brand or Short Hourly Labor Rate Hourly Labor Rabe Exceptions to Hourly Labor No. Equal Description Full Description and Delivery Fee and Delivery Fee Rate and Delivery Fee Not to Exceed Hourly Labor Hourly Labor Rate for Repair/Service of 1_ 182 Repair/Service Rate for Vehicle-State the Not to Exceed hourly labor Repair/ rate for Instalation/Repair Service. Service r Per Mile Per Mile Delivery Fee for Vehicles-Mate the 183 Delivery Fees Delivery Fee per mile delivery fee for Vehicles. $ s /Per Mile for Vehicles PRQEQ5AL NOTE: 1.•Detailed spedficadon sheets and a options pricelist must be suta^titted with proposal or the proposal will not mnsidered. UPDATED 6 of 6 7/19/16 Board" Proposal Invitation No. 521-16 Vehicles,Heavy Duty Trucks,Police Motorcyles, Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED NOTE 1: Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. All vehicle fees to be charged for any purchase from this contract with the exception of delivery fees (Ze,pre cteYVeryi tion,rhake reacry,apWrceble state MADectrat fee,rna44fact jter oiestibaHbn 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 fetter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. NOTE 3: Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles.Manufacturer certificate from 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). Section I:Freightliner Sprinter Model Vehicles Specified Item Brand or Short State Brand and No. Equal Description Full Description Base Model Price Model Vehicle Options (=,-15Per section II you must attach a Freightliner Sprinter C2500- 144"BBC,8550 ��,�Jam, serperate sheet with upgrade Sprinter GVWR,Automatic transmission,2.1 I-4 engine, 5--oo options to include all 184 Freightliner C2500 conventional cab,tandem axle,complete with all $ °� Z manufacturer options for this manufacturer's standard equipment. model including alternative fuel chose equipment(CNG, LPG, Hybrid,etc.) Per section II you must attach a serperate sheet with upgrade Freightliner Sprinter C3500- 144 BBC,9990 �' 3 s p options to include all 185 Freightliner Sprinter GVWR,Automatic transmission,2.1 I-4 engine, 3 1 d.7 JI. manufacturer options for this C3500 conventional cab,tandem axle,complete with all manufacturer's standard equipment. model including alternative fuel chose equipment(CNG,LPG, Hybrid,etc.) PROPOSAL NOTE: I *Detailed specification sheets and a options pricelist must be submitted vrith proposal or the proposal will not considered. 1 of S Ffoard° Proposal Invitation No.521-16 Vehicles, Heavy Duty Trucks,Police Motorcyles, Parts,and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified. Item Brand or Short State Brand and No.. Equal Description' Full Description Base Model Price Model Vehicle Options >i'-�l Per section II you must attach a Freightliner Sprinter 3500 C/C- 144 serperate sheet with upgrade BBC, 3�oo C JC, options to include all 186 Freightliner Sprinter 3500 11,030 G"VR,Automatic transmission,2.11-1 o- y O p C/C engine,conventional cab,tandem axle,complete manufacturer options for this with all manufacturer's standard equipment. model Including alternative fuel chose equipment(CNG,LPG, Hybrid,etc.) ��ll, Per section II you must attach a Sprinter Freightliner Sprinter P2500 Passenger Van- - serperate sheet with upgrade P2500 144"BBC,8550 GVWR,Automatic transmission,2.1 12-5 vo options to include all 187 Freightliner I-4 engine,conventional cab,tandem axle, $ 3 �3 manufacturer options for this Passenger lete with all manufacturer's standard Van compmodel including alternative fuel equipment. chose equipment(CNG,LPG, Hybrid,etc.) Section TT.;:.. Sprinter Model Vehicles OPTIONS and EQUIPMENT-Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONS AND EQUIPMENT MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED! Specified State Percent(%) Item Brand or Short of Discount off State Name of No. Equal Description Full Description Catalog/Pricel ist Catalog/Pticelist Vehicle Options Discount(oo) {=-z �54d t Per section II you must attach a Original off Original �-�' �T =L serperate sheet with upgrade 188 Equipment Equipment Discount(%)off all Original Equipment ,( toS options to include all Manufacturer Manufacturer Manufacturer(OEM)Options. % �` R manufacturer options for this (OEM)Options (OEM) model including alternative fuel Options chose equipment(CNG,LPG, Hybrid,etc.) PROPOSAL NOTE: I.*Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered. 2of5 Board' Proposal Invitation No.521-16 Vehicles,Heavy Duty Trucks, Police Motorcyles, Parts,and Service Labor `BALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified State Percent(%) Item Brand or. Short of Discount off :State Name of No. Equal Description Full Description Catalog%Pricelist Catalog/Pricel ist Vehicle options Discount Per section II you must attach a Third Party(not off Third serperate sheet with upgrade 189 OEM)and Party(not Discount(%)off Third Party(not OEM)andoptions to include all Unpublished OEM)and Unpublished Options and Equipment. --% � manufacturer options for this Options Unpublished model including alternative fuel Options chose equipment(CNG,LPG, Hybrid,etc.) ,I�s I Per section II you must attach a Discount(%) " serperate sheet with upgrade g off Program L � options to include all Program Discount(°/°)off for all Program Vehicles �-:_ 190 Vehicles °;o Vehicles (Lease and/or Pre-Owned). manufacturer options for this (Lease and/or model including alternative fuel Pre-Owned) chose equipment(CNG,LPG, Hybrid,etc.) _L ,, Original 191 Equipment Discount(%) Discount(%)off Original Equipment Manufacutrer Manufacturer off OEM Parts (OEM)Parts. -- (OEM)Parts PROPOSAL NOTE: 1.*Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered. 3of5 Hoard v CNplrilM fYfflnlq Proposal Invitation No. 521-16 Vehicles, Heavy (Duty Trucks, Police Motorcyles, Parts, and Service Labor *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified, (% State Percent .item 13rarid'or Short` .- of Discount off', State,.Name,of ,No. quaff ,,Description _ Full Description : CatalagJ,Priceljst: Catalog%Pricelist Vehicle"'Optio'ns Floor Plan Discount(%) Discount(%) off Floor Plan Insurance (dealer 192 Insurance off Floor Plan inventory vehicles and upftting vehicles). % Insurance Discount(%) Discount(%) off Lot Insurance(dealer inventory 193 Lot Insurance off Lot vehicles and upfitting vehicles). Insurance PROPOSAL NOTE: 1. *Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered. 4 of 5 p3oar&cprur Proposal Invitation No. 521-16 Vehicles, Heavy Duty Trucks, Police Motorcyles, Parts, and Service Labor :':ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED Specified State Percent(°lo) Item Brand or Short of Discount off State Name of No. Equal Description 'Full Description Catalog jPrice[lst Catalog/Pricelist Vehicle Options cL,.f. Extended Discount(%) off: �s f Ex 194 Service Service nded Discount(%) off Extended Service Maintenance Maintenance Agreements. �O S Agreements. Maintenance Agreements. Section_III: FREIGHTLINER SPRINTER MODEL VEHICLES HOURLY LABOR RATE FOR REPAIR/SERVICE OF VEHICLES AND DEUiVER.Y FEES Detailed Specified Information on Item Brand or Short Hourly Labor Rate Hourly Labor Rate Exceptions to Hourly Labor No. Equal Description Full Description and Delivery Fee and Delivery Fee Rate and Delivery Fee Not to Exceed Hourly Labor Hourly Labor Rate for Repair/Service of 195 Repair/Service Rate for Vehicle -State the Not to Exceed hourly labor $ Repair/ rate for Installation/Repair Service. Service Per Mile Per Mlle Delivery Fee for Vehicles -State the 196 Delivery Fees Delivery Fee r for Vehicles per mile delivery fee for Vehicles. Sfr� /Per Mile PROPOSAL NOTE: t. r Detailed specification sheets and a options pricelist must be submitted with proposal or the proposal will not considered. 5 of 5 MW,ffoard Coopyrdffiry Pirrub s Fing 12007 Research Boulevard-Austin,Texas 78759-2439 PH:800-695-2919 - FAX:800-211-5454,www.vendor.buyboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO. 1 Proposal Invitation No. 521-16 Vehides, Heaw Duty Trucks, Police Motorcycles, Parts and Service Labor The following information becomes a permanent part of the Proposal Invitation document: PROPOSER'S AGREEMENT AND SIGNATURE FORM: Contract Time Period: December 1, 2016 through November 30, 2017 with two (2) possible one-year renewals. SBI, �� iii Ml .* i�..ibe>~�,x,!2aXA:,at.2:4Q P.M. Anticipated Cooperative Board Meeting ate:October 2016 Please sign and return one copy of the addendum with proposal as verification of receipt and compliance with addendum information. Company Name: Freightliner of Austin Address: 1701 Smith .Rd. Austin 78721 Signature of Authoriz Company Official: Title: Telephone Number: 512-389-0000 Date: 25r- X1, ` f DWCR""rqaUV0 �ar ftminway 12007 Research Boulevard •AusUn,Texas 78759-2439 PH:800-695-2919 • FAX: 800-211-5454-www.vendor.buyboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO. 2 Proposal Invitation No. 521-16 Vehicles, Heavy Dift Trucks, Police Motorcycles, Parts and Service bor The following Information becomes a permanent part of the Proposal Invitation document. PROPOSAL SPECIFICATIONS: For the following manufacturers, the detailed specifications for base model vehicles have been revised and updated. ■ Chevrolet and GMC Detailed Specifications ■ Chrysler, Dodge and Jeep Detailed Specifications ■ Freightliner Detailed Specifications The above referenced detailed specifications are available and should be downloaded at www.buvboard.com/vendor. Please download theED U� '..=. " copy of the detailed specifications and disregard the previous version provided. Please sign and return one copy of the addendum with proposal as verification of receipt and compliance with addendum information. Company Name: Freightliner of Austin Address: 1701 Smith Rd. Austin, TX 78721 Signature of Authoriz Company Official: Title: �"/2. 3'a g cc�ob Telephone Number: Date: 46 &D7Hoard comwaftv P=C&Wj7g 12007 Research Boulevard•Austin,Tems78759-2439 PH:800-695-2919•FAX:800-211-5454•www.vendor.buybwrdxom THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO.3 Proposal Invitation No.521-16 Vehides.Heave Duty Trucks,Police Motorcy es,Parts,and Service Labor The following information becomes a permanent part of the Proposal Invitabon document PROPOSAL SP FCIFICA IONS: For the following manufacturers, the detailed specifications for base model vehicles have been revised and updated. 1. e e -detailed specifications have been revised to include line items No. 454,455,and 456.These line items are included on page 2 of Addendum No.3. 2. -Crane Carrier-detailed specifications are available and should be downloaded at www.buyboard.romjvendor. Please download the"UP 3A'1'»Ll" copy of the detailed specifications and disregard the previous version provided. Please sign and return one copy of the addendum with proposal as verification of receipt and compliance with addendum Information. Company Name: Freightliner Of Austin Address: 1701 Smith Rd. Austin, TX 78721 I/ Signature of AuthorizL�%�' . Company Official: Title: C� Telephone Number: .S"/2 37l octx> Date:_ � '�•f i Board' Proposal Invitation No.521-16 Vehicles, Heavy Duty Trucks,Police Motorcycles, Parts,and Service Labor Addendum No.3 *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED .Skgftion :Chevrolet Model Vehicles Specified Item Brand or Short Base Model State Brand No. Equal Description Full Description Price and Model Vehicle Options Per section N you Chevrolet Express(CG13405)Cargo must attach a separate Chevrolet Van-Chevrolet Express Cargo Van, sheet with upgrade options to include all 454 Express Cargo Cargo Van base fete i full size,front wheel drive, $ manufacturer options Van(CG13405) complete qui m manufacturer's for this model including standard equipment. alternative fuel chose equipment (CNG, LPG, Hybrid,etc) Per section IV you must attach a separate Chevrolet Chevrolet Express(CG23406) sheet with upgrade Passenger Van-Chevrolet Express options to include all 455 Express Passenger Van Passenger Van,base model,full size $ manufacturer options Passenger Van front wheel drive,complete with all for this model including {CG2340G) manufacturer's standard equipment alternative fuel chose equipment (CNG, LPG, Hybrid,etc.) Per section N you must attach a separate Chevrolet Bolt EV All Electric sheet with upgrade Chevrolet Bolt (1FB48)Compact sedan-Chevrolet options to include all 456 EV All Electric Compact Bolt 1FB48 base model complete with all $ manufacturer options (1FB48) Sedan manufacturer's standard equipment. for this model including alternative fuel chose equipment (CNG, LPG, Hybrid,etc) , f Board C. 0Ptrrrtive PuMftt$111g 12007 Research Boulevard•Ausbn,Texas 78759-2439 PH:800-695-2919•FAX 800-211-5454.www.vendor.buyboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO.4 Proposal Invitation No.521-16 Vehides.Heavy 13WyTrudcs.Polio Motomdes,Parts,and Seryl-c-e Labor The following information becomes a permanent part of the Proposal Invitation document. PROPOSAL SPKIFI TIONS: For the following manufacturers, the detailed specifications for base model vehicles have been revised and updated. 1. Too -detailed specifications have been revised to include line items No.469. This line item is Included on page 2 of Addendum No.4. Please sign and return one copy of the addendum with proposal as verification of receipt and compliance with addendum information. Company Name: Freightliner of Austin Address: 1701 Smith Rd. Austin TX 78721 Signature of Authoriz Company Official: 114?Tnlde: 01 Telephone Number: �- 3'8"3' Date: Board r Foo�rrr:tlrs lwctirty Proposal Invitation No.522-16 Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts,and Service Labor Addendum No.4 *ALL COLUMNS MUST BE COMPLETED OR PROPOSAL WILL NOT BE CONSIDERED i :Ta ota Model Vehicles Specified Item Brand or Short Base Model State Brand No. Equal Description Full Description Price and Model vehicle Options Per section P! you must attach a separate Hino 155,Low Cab over,14,500 lbs sheet with upgrade Hino 155 Hino Model GVW,Engine—Class 4,5-liter 305 options to include all 469 (Toyota) 155 series engine rated at 210 HP and 440 $ manufacturer options Ib.-ft.torque,complete witli all for this model including manufacturer's standard equipment alternative fuel chose equipment (CNG, LPG, Hybrid,etc.) -DA.IMLER Daimler Trucks North America Joan Georgoulis Manager Business Development August 24,2016 Mr.Carlton Hempel Sales Manager Freightliner of Austin 1701 Smith Road Austin,TX 78721 Mr.Hempel: This letter confirms that Freightliner of Austin, 1701 Smith Road,Austin,Texas is an authorized Freightliner Trucks Full Service dealer under a Freightliner Trucks dealer agreement. Please contact me if you have any questions regarding this letter. Sinc ly John Georgoulis Manager Business Development co: Jay Hendrix Rich Rewerts DalmlarTnicce Korth AmorIca LLC 9225 Indian Creak ParfcM Suke 120 913.906.5504 phone A Daimler Company 913.451.8652 Fax Jot>n.Genod:@Dahfer.com DEALERayy.•�_ j n 4�h. r"k' YYM,, r�'C>•_ � -"_�+,VYJ\iL:I'��/r������ •,•�•C 'l' •O. y hC�� K �•C••v� � ISTTG N 'P20265 Motor Vehicle Dealer MOTOR VEffiCL8 DIVISION P4247X Trailer/Semitrailer Dealer "> n , EQUIPMENT LTD EXPIRES: 10/31/2017 . st rz. OF AUSTIN PHYSICAL :-= •*;sS 17 l S R6 LOCATION: , .:: 1761$MITH RD ;a . AUSTIN,TX 78721-3544 AUSTI NiTX 78721-3544 THIS DEALERSHIP IS LICENSED TO ONLY SELL TH$FOLLOWING 3;E04S),OF NEW MOTOR VEHICLES: `'��nth.�igu�s-Err,�c�trtar8�-err.F�oxci.u�sR�'r,pmRorr nn�,.grr, :r, e�DI?TIIS .k• �•• �•f• . .. �A-::.I.�NiCATION(��For used vehicle sales only I�q�VIAf(i TB APPLICABLE REQUIREMENTS OF CHAPTER 2301 OF TIM TEXAS OCCUPATIONS CODE,CkAPTER 503 0 Si J :A DE,AND THE RULES OF THE BOARD,THE PERSON NAMED ABOVE IS HEREBY LICENSED W1TH TH$ � " `' ? D O OTOR VEHICLES,MOTOR VEHICLE DIVISION. TEx •4:; W�w •'%}i,! is>,2 3; { + �+f; �a�+ '�:v. 4:y A Ak SEi�hi 1 Daniel Avitla,Director Owl Texas Department of Motor Vehicles �;;ts, P A�E SECTION 37.10,PROVIDES `V� "x Motor Vehicle Division '� OND FELONY A^ VERI�IIvIENTAL RECORD IS AN OFFENSE '�' f' fYiW-200(REV.12/2012) tom' s ^w FREIGHTLINER of AUSTIN August 25. 2016 Parts pricing and availability is Vehicle Identification Number specific. `When we order parts from a manufacturer that we represent the VIN# of the existing truck is the basis for what the part number is and what the price is for the specific component. There is no catalog format since it is VINE specific. Freightliner of Austin will discount the price of repair parts 15% off of the list price for our BuyBoard customers. Sincerely; arlton Hempel Vice President Freightliner of Austin 512 389 0000 1701 Smith Rd. • Austin, Texas 78721 (512) 389-0000 Gvmfteightlinerofaustin.com Debarred Vendor List COMPTROLLER.TEXAS.00V Glenn Hegar Texas Comptroller of Public Accounts Purchasing Debarred Vendor List The following vendors shown below are debarred from doing business with the State of Texas, effective from the date of debarment for the length of time indicated. Whether they are listed below or not, the debarred vendors include the vendors' successors in interest as defined in Rule §20.102(b) (4). Vendor ID Number Vendor Name/Address Date of Debarment Length of Debarment 1562456928900 Smith Housewares and Re November 12, 2014 5 Years staurant Supplies 500 Erie Blvd. Syracuse, NY 13202 1 743261 31 5000 Walker's Electric Company August 28, 2012 5 Years 1520 Park St Beaumont TX 77701 Also: Walkers Electric Company Calvin G.Walker Stacy Walker 1272447273800 Walker Electric Compan August 28, 2012 5 Years y, LLC 1520 Park St. Beaumont TX 77701-5527 Also: Walkers Electric Company Calvin G.Walker Stacy Walker 1760677671800 Texas Code Blue October 24, 2016 5 Years 5550 Eastex Fwy,Suite#L Beaumont,TX 77708-5300 Download Debarred Vendor List [comptroller.texas.gov/purchasing/docs/debarred-vendor-list.pdfl. Federal Exclusion Page 1 of 2 Debarred Vendor List Agencies and Texas Smartbuy members may wish to check the list of vendors excluded from doing business on the federal level. The System for Award Management, or SAM, can be used as a resource for purchasing entities. According to Statewide Procurement Division rules, other debarment activities from other entities may be considered as possible indicators of vendor responsibility. Vendor Information on Payments The Search State Payments Issued application provides vendors with payment details. They can also sign up in the application for Advance Payment Notification. Texas Government Code §2155.077 Texas Administrative Code: 34 TAC §20.101, §20.102, §20.105, §20.106 and §20.107. Page 2 of 2 �. • 4• . .. . . . .. . . ... . . . . . Search Records FAPHS.gov Data Access Disclaimers GSA.gov/IAE GSA Check Status Accessibility GSA.gov About Privacy Policy USA.gov Help IBM vi.Pr6.20171006-1123 WWWB Vw This is a U.S.General Services Administration Federal Government computer system that is"FOR OFFICIAL USE ONLY"This system is subject to monitoring,Individuals found performing unauthorized activities are subject to disciprinary action Including criminal prosecution, -, ±wr r�'c - v*us-�,�w�y— ,•+fir s-tvsrxJ F.,y3"x° "1 r ..z.., '_. .,. Y •- - 9q��,.},,,,.�. �, s .,,+:'� ..ay 'c.. •-;� c• `"`'+4.. ..ti•. x' ..,ac.c.....'i.::.b.}•r A«n.r' `,,,p'.'p°,a"'�'-r r•'"�`.L' xt '" ry�A,='•'Xj.$ '4-�.,nr:.f+�„ '� ;.+sryp Mv,.rc,;:,�+yrs - •�:�• +YS.r3"'�, �r-�t3 it`F 7�`4Fiai Ks�,- m�.,i..r. t t T.. fi �,, 'e,h.�'kr ,a ...�.>�...4�r.ag '���._1"'. Ar4";_•+yy`r'��'•:y �~:�-''e�t� /{'�'1� w'• r�+'••:frf ♦ a�y�O".�'sac� �`..�#Aa"t,.,°a'*r °4 ry,.r.r: v t w� +• �^. •£«Y � 2 fmG:r, �- i��, 9r••Ti j Ea,j�Sl"YlP 'i•�°'M<,.`..ter:"9.t k je�,41� C:( ji�.� " e r ��? Y. , a �, �_ � � ,� •>•t� a,� �y��y f*��'ara..sr t�rx t •..;�• t�� �s�.wyaaxr.�: ., •,. ... � •...�: ;;: ys` y`� ,rye, �s`t�` s'tY�'v�„s^ `�'" `` rr '��^S•. +t�'$°e��x� .�•3 �y+:a�i;yi.. � as tx` y`` ., '�= d�c. �.�{s�a�a�i:.�r a •r `tea-��..�'� `f' sz+ •__ �.•��'��� j e={� 3. Baa - r s - •c t'+s S �1a#=;;�.5 �. iy��++. `=e• 1. '�"�.� �' _ �'�'ti`'-x'�."�'x'�.« ik:.""�,'�r7'���#;rs` y a ,� ,•z: e r '`a'1iaK_�r .''s -At' ...�� sT 's ♦,. ,,:a. r 3, 0.s ' k. �.4 " � Y�4 fi ra•. tL s 4ti C.i } �,Cw„",F ''wi �' � .�« y✓tr ry.�!ltiwi���'a�'a'.�R`4�Y" `a'.� :. .�, +,p ' �4;.:'`,.�',,�, _ ,. ..'k �5,*q.�'a�� 4. +�. .+x Y a� '� 't'=,..>•, #�°a»r.�A,•,•; `.X�s;:l�«fir iN.r Y 'S .z •t `3f .•;�, yes to �r ,�'+�?�.. S y `Xr Y. �"�•kS 'r� fY,;'. - - C. `x— ix�>• �"K X7.'1' •A � i. •TZir aCE St�� Y r'� ::`E��"a. -'•�..--''a�-s, '._,{ i r,.x.�a _ ;y.' 'Y! d'�t. �a5'-s':^:«e ..,.,:. ''r�`° 7#'" y•� 3` k'': +.�_'#,a d i,��r�! r'* :A' ,}. ,r',,,. P'.,,�:Y` t�.. 411'.r. �i� �3� � �i�+ir-♦ :y�S k ♦ �-p• w j4K�s�`.p r' � '-aTre, r`�+.R'i���,�S�s':}..Y ';r'aae 'a Y'..�- y,, -.t:^aj +'moi_ .•�'y1�� GL sa�•. y.,,, •r _Z �y • a - sr 1,1 4._+'F;-+,,.a''� J+.'�� .•a �y;Ms' K�` .yr. y"�.. -;G, -k'S„-� �Mx"' ���ro:,"*Y 0. _ :.:�4 P• - ,�,wf�`f'i .r,�, .:'7,rr:•,x .:z.2`, yt"�,,' '�" - > `t``•>.�•r,✓' z-x:' is�,9C. r ,�,g• +},TRy(r�* ?7@i'-� ak3,'... "F_ 4'."G d f .t" ..a r,, � a d sr�jg��.a.•* '4t-exae1.a:_ a 4.` A '�i .{r�,x7r,a'�';4 . .- •�xxr s s�' n. .** t. r --'�','F� yE.��a.'rt,,. �c'"a'- ��'}��,��t�' ;�.,e 2,' __ by.' z y�.3 „�fix'' i�`y�_ , d � F ! .. ,. s`::�R -,`.., z�.ra'x'%'�J' hw'+� S' s6` �h.'� •t^ s „wr ��.�• .,.y �yk x s a ,:-- ` .. -,n`. a;4•" 4 .'w.-'•-'..',, e y- 'gg f., r 24 •iAf fi"'i'rf`� �i�J't "r.F a•4 a+� X,,r, _ a,r. � :'},.`n.;J�yJn� .y° ,� ;��;. - ;. :, ;}.'r r.,.,- ...•-;•.:. e'"*. �,.. .rL `u:^3 - +.,:^ila-.'}'Y' i^ rims.. Y�r.4„1",a•- x ..: �.,,. ,.,._ ".+s.:. ,. k,d. -? S ,d ,•,.,. h Y^ r r Kva ..-�- • *Yy� •'•.it +-, •�.j�. •his,y' i'.r,..+i, y#� y� 4.,�r Y.i^, a 4�!, *ti•r Y" Fi. L'" :V,- f•i.. d'•a',r,Sr r aCA�. ..,. ''^ .. k�.. z'v - 'r�z',�"'```k'•+" +irs' re�'t:`.'' w"` ��'r��}.: �4�1� i^•. .'.�,5xp�i9k�. .�+�..-�,S`t�z s�'t°. e,+=�F - .,.�: 3 "•' a "�sx;rs. •S y .r ri r,' ...�a� tF �aG^`+,.ywu l a..�k`! '�4,- a'•1r 9 •"„ .. ::, d•l°: ... .:.sem AtA; 4•,',�a'! . ..'_ a .��;' • ...a .: ,.y, -;.'• _ ;ta;a`• e`.T.fi. Y3 ��r: a '•_.�...,d _w. .y .i~tea .�• Ji« ' *1r.:3;' xw.a�a'+.�t�xx�"*'C;s,�d a�r•t"t, a 7. s�i•jj. '.e<'^ .1 a2 irrok''? ,+i.tF. �•4. 2II„r "�! ,•�i�.�'�.sfSro•:,'dY ,t r i,i "1 ._.j'.`' �t :,tt`" �. .y;y .��'s:` Rb'. _.a.S#s`+ �;a...e'er'•.:"�s F.)<�i xss s L�Y?"44b_`, y'lr� w �-.w :2 s a:.w 4,rpt r,c s ..'{kw 4 .t' w'�e;safe a i t• �•"f e s�,•�'�s ' .t�i•L ke.•p,. z: `.. , ',f W .a f ,e �'aw b {.r , , `.^,r f�. Ate,„� a. 4 0+ r `r.�.ro•w i R a ��� z 4'- :�.,.• .- }'. ; E ;�^ r^•+4r a` •r'Eg,•.t„ far �s�" s•F �+w� e.Ss*'�1" a'"� '#':,`s ro s _yS',t • > x•. 4Y r`g; � �,�c,1'. + rt r ,. p:.... ,:•` 4Y y.,, a a s-S �4•i• x. � � .w �r +ai . .• ^.,. -`�� . ,,.. . .,. ;, `'a t• f s �`� « R {.r`%354 :s-•'�r,. a« �'"2� ry agaT. v t:_.-Y ,f sx sa 'e..F `L Yr -X$S�i ,:: _• ,, .,. r,4 <#t,�r tK: 1. d�! z. � �� -:+;' s. r�"r`y#sT;a�'�1 y.,. 's.� ;;� 5 te$ ,.+ "'�� ,•# ,. ,. ,,. _. .. ry .� 3 ,� J t `..r wr1 �,.y t x 1r •+b�¢rs. t4 *. ^r - 'tom'#+ �� a%a r �„''�• r - �; x� •.e::>_s. � •,. :,+�w,ro,r t �{�'r� -r�:-Y� ,y r `� � t �z '�'"o v ,,,���a$¢y.~.a�"� .r" �y y?-`d' w.�'; ,� •r s,�,q _ "t T.*r a•�`�'7 i x ir-. j$`F K •.t �Z'� 4 e- r'�: .. - �a� .'�'rn s«sJ•h� a� @+,rs +G. 'i � ,� F'qv w �'sra`�t y .r e-�"4 t'+ o `� a , �' .Y.zh: -'k "a's `'} w t.• a f w Y Ys' T ty, c 4 �, s V.-,;4.4: >A,r,•F« h{'`41'�'� ,d.`r«r+;�;is^r.A�Zwst'.` a•k.... ;�„ �::z"y s' .sa« �' dac.:ax6's w i x CERTIFICATE OF INTERESTED PARTIES 10f1 d. Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number; of business. 2017-286061 Freightliner of Austin I Austin,TX United States Date F=iled: 2 Name of governmental entity or state agency that Is a party to the contract for which the form is 11/20/2017 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a 3 description of the services,goods,or other property to he provided under the contract. Vactor 2100 Plus Combination Sewer Cleaner r 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Hempel,Carlton Austin,TX United States X i' , } 5 Check only if there Is NO Interested Party. 6 AFFIDAVIT ����°� a4De,� I swear,or affirm under penalty ofperjury,that the above disclosure is true and correct. PAC- IX P Y A •ev••au ,/% p Si nature of authorized agent of contracting business entity 9 9 9 a+ �, ` re'"�' Ise r•� .;q AFFIX NOTAI4'r,57'/�,tytl'TSE('cAS'OA w r��JE�Pt3m"ae Sworn to and subscribed before me,by the said ,this the day of ��""� 20 ,to certify which,witness my hand and seal of office. Avt (a ju.4-�uv n. 4 Signature of officer administering oath Printed name of officer administering oath Title of officer administerin ath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-286061 Freightliner of Austin Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/20/2017 being filed. City of Round Rock Date Acknowledged: 11/20/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Vactor 2100 Plus Combination Sewer Cleaner Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Hempel, Carlton Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337