Loading...
HomeMy WebLinkAboutContract 58887CSC No. 58887 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between CAP FLEET UPFITTERS ("Vendor") and the City of Fort Worth, ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A — Seller's Quote, Scope of Services or Purchase Order; 3. Exhibit B — Cooperative Agency Contract BuyBoard 4603-20; and 4. Exhibit C — Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall not exceed fifty thousand dollars with zero cents ($50,000.00). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and expires on March 31, 2023 in line with cooperative contract. If funds are not appropriated, the City may cancel the Agreement 30 calendar days after providing written notification to the Contractor. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 1 of 67 To CITY: City of Fort Worth Attn: Fernando Costa, Assistant City Manger 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: CAP FLEET UPFITTERS Jason Beaver Vice President Address: 2603 TAYLORS VALLEY ROAD BELTON, TX 76513 Fax:254-773-1245 Email: Jason@capfleet.com The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: By: Name: Fernando Costa Title: Assistant City Manager Date: Feb 6, 2023 APPROVAL RECOMMENDED: Digitally signed by Robert Robert Alldredge Alldredge Date: 2023.02.06 12:53:20-06'00' Name: Robert A. Alldredge Jr. Title: Executive Assistant Chief ATTEST: 44999a°� A pORtIla M F,,°�l•09Pd o—e °mod OOg ^=d QaIlIl �'EXA5o4n b>lavoa� Name: Jannette Goodall Title: City Secretary VENDOR: CAP FLEET UPFITTERS .7�z 8eaw�ar� Bv: Jason B.a. (Feb 6, 212318.29 CST) Name: Jason Beaver Title: Vice President Date: Feb 6, 2023 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Digitally signed by Keith Keith Morris D.,. S2023.02.06,,:25:07 -06'00' Name: Keith L. Morris Title: Assistant Police Director APPROVED AS TO FORM AND LEGALITY: Jeremy Anato- Digitally signed by Jeremy Anato- Mensah Mensah Date: 2023.02.06 16:16:32 -06'00' Name: Jeremy Anato-Mensah Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 20-0218 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 2 of 67 EXHIBIT A DUBoard- t.; oaP—ti. Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Pr000sal or Proposal will not be considered'.) NOTE: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: EManufacturers shall be listed in alphabetical order a/endor's must list one specific percentage discount for each Manufacturer listed. If a vendor's response to Proposal Specification Form states "please see attachment sheet," all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Form or Vendor's proposal may not be considered. Section I: Public Safety Supplies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the discount (%) off catalog/pricelist for Firearms and 1 Firearms and Ammunition. Catalog/Pricelist MUST be included or proposal will not be ° /° Ammunition considered. Discount (%) Off 2 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Tactical Equipment. Tactical Equipment Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Night Sticks and 3 Night Sticks and Batons. Catalog/Pricelist MUST be included or proposal will not be Batons considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Riot Equipment/Body 4 Riot Equipment/Body Armor. Catalog/Pricelist MUST be included or proposal will not be o /o Armor considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Vehicle 5 Public Safety Vehicle Equipment and Related Accessories. Catalog/Pricelist MUST % Equipment and related be included or proposal will not be considered. accessories Gity of Fort Worth and GAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 3 of 67 PROPOSAL SPECIFICATION FORM Board® 6o p_'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Tear Gas/Mace and 6 Tear Gas/Mace and related items. Catalog/Pricelist MUST be included or proposal will not be related items considered. Discount (%) Off Please state the (%) off catalog/pricelist for Night Vision 7 Catalog/Pricelist for Equipment. Catalog/Pricelist MUST be included or proposal will not be Night Vision Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Thermal Imaging 8 Thermal Imaging Equipment. Catalog/Pricelist MUST be included or proposal will not be ° /° Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Flashlights, Batteries, 9 Flashlights, Batteries, and related items. Catalog/Pricelist MUST be included or proposal will and related items not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Electronic Stand-up 10 Electronic Stand-up Vehicle (ESV). Catalog/Pricelist MUST be included or proposal will not be ° /° Vehicle (ESV) considered. Discount (%) Off Catalog/Pricelist for All Types of Public Safety please state the (%) off catalog/pricelist for All Types of Public 11 Patrol Bicycles, Safety Patrol Bicycles, Supplies and Related Accessories. Supplies and Related Catalog/Pricelist MUST be included or proposal will not be considered Accessories City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 4 of 67 PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1. Catalogs/Pricelists are required to be submitted with Proposal YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Rescue 12 Public Safety Rescue Equipment. Catalog/Pricelist MUST be included or proposal will not be o /° Equipment considered. Discount (%) Off Catalog/Pricelist for Calog/Handcuffs Please state the (%) off catalog/pricelist for Handcuffs and 13 and Restraints. Catalog/Pricelist MUST be included or proposal will not be ° /c Restraints considered. Discount (%) Off 14 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Scopes and Binoculars. Scopes and Binoculars Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Alcohol and Drug 15 Alcohol and Drug Testing Products and Related Services. Catalog/Pricelist MUST be Testing Products and included or proposal will not be considered. Related Services Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Law Enforcement 16 Law Enforcement Training Targets. Catalog/Pricelist MUST be included or proposal will not o /° Training Targets be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fingerprint Equipment 17 Fingerprint Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be ° /° and Supplies considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 5 of 67 PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1. Catalogs/Pricelists are required to be submitted with Proposal YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Please state the (%) off catalog/pricelist for Law Enforcement 18 Catalog/Pricelist for Knives and Tools (multipurpose tools, clip tools, mini tools, and % Law Enforcement related accessories). Catalog/Pricelist MUST be included or proposal will Knives and Tools not be considered. Discount (%) Off Catalog/Pricelist for Public Safety Uniforms, Please state the % ( ) off catalo g/pricelist for Public Safety Uniforms, 19 Rainwear, Jackets, Rainwear, Jackets, Footwear and Accessories. Catalog/Pricelist ° /o Footwear and MUST be included or proposal will not be considered. Accessories Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Weather Monitoring 20 Weather Monitoring Systems. Catalog/Pricelist MUST be included or proposal will not be o /o Systems considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Red Light Monitoring 21 Red Light Monitoring Systems. Catalog/Pricelist MUST be included or proposal will not be o /o Systems considered. Discount (%) Off Catalog/Pricelist for ° Please state the (/o) off catalog/pricelist for Speed Enforcement SEE ATTACHMENT 22 Speed Enforcement Equipment. Catalog/Pricelist MUST be included or proposal will not be o /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Life 23 Public Safety Life Preserver and Related Items. Catalog/Pricelist MUST be included or Preserver and Related proposal will not be considered. Items City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 6 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Emergency Radio 24 Emergency Radio Dispatch Consoles and related items. Catalog/Pricelist MUST be % Dispatch Consoles and included or proposal will not be considered. related items Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Safety and Security 25 Safety and Security Window Film Products. Catalog/Pricelist MUST be included or proposal Window Film Products will not be considered. Discount (%) Off Please state the (%) off catalog/pricelist for All Types Security 26 Catalog/Pricelist for All Access Doors and related accessories (accordion, roll up, % Types Security Access woodfold, flat lead post, narrow lead post, and curved). Doors Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for All Please state the (%) off catalog/pricelist for All Other Public Safety SEE ATTACHMENT 27 Other Public Safety Products and Equipment. Catalog/Pricelist MUST be included or % Products and proposal will not be considered. Equipment Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety 28 Public Safety Equipment Repair Parts. Catalog/Pricelist MUST be included or % Equipment Repair proposal will not be considered. Parts City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 7 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Public Safety Please state the (%) off catalog/pricelist for Public Safety 29 Equipment and Equipment and Products Maintenance/Warranty Agreements. Products Catalog/Pricelist MUST be included or proposal will not be considered. Maintenance/Warranty Agreements Section II: Firehouse Sup lies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off 30 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Breathing Apparatus. Breathing Apparatus Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Protective Clothing and Please state the (%) off catalog/pricelist for Protective Clothing and 31 Rescue Gear including Rescue Gear including Protective Boots, Helmets and Gear Protective Boots, Bags. Catalog/Pricelist MUST be included or proposal will not be Helmets and Gear considered. Bags Discount (%) Off 32 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Turnout Gear. Turnout Gear Catalog/Pricelist MUST be included or proposal will not be considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 8 of 67 PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1. Catalogs/Pricelists are required to be submitted with Proposal YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Nomex Station 33 Nomex Station Uniforms. Catalog/Pricelist MUST be included or proposal will not be o /° Uniforms considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Communication 34 Communication Devices and Systems. Catalog/Pricelist MUST be included or proposal % Devices and Systems will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for EMS Supplies and 35 EMS Supplies and Equipment. Catalog/Pricelist MUST be included or proposal will not be o /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Portable Lighting SEE ATTACHMENT 36 Portable Lighting Equipment. Catalog/Pricelist MUST be included or proposal will not be ° /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Vehicle Light Bars, SEE ATTACHMENT 37 Vehicle Light Bars, Sirens and Speakers. Catalog/Pricelist MUST be included or proposal ° /o Sirens and Speakers will not be considered. Discount (%) Off / CaCatt alogExtricationPricelist for Please state the (%) off catalog/pricelist for Fire Extrication Rescue 38 Extrication Rescue Equipment. Catalog/Pricelist MUST be included or proposal will not be o /o Equipment considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 9 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Pr000sal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Firehouse Uniforms, Please state the (%) off catalog/pricelist for Firehouse Uniforms, 39 Rainwear, Jackets, Rainwear, Jackets, Footwear and Accessories. Catalog/Pricelist Footwear and MUST be included or proposal will not be considered. Accessories Discount (%) Off 40 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Gas Detection Devices. % Gas Detection Devices Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off 41 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Hose and Nozzles. Fire Hose and Nozzles Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Extinguishers and 42 Fire Extinguishers and Fire Fighting Foam. Catalog/Pricelist MUST be included or proposal will ° /o F Fire Fighting Foam not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Fighting Training 43 Fire Fighting Training Materials and Equipment. Catalog/Pricelist MUST be included or Materials and proposal will not be considered. Equipment City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 10 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Cataloos/Pricelists must be submitted with Pr000sal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Optical Emergency Please state the (%) off catalog/pricelist for Optical Emergency 44 Traffic Pre-Emption Traffic Pre-Emption Supplies and Equipment. Catalog/Pricelist Supplies and MUST be included or proposal will not be considered. Equipment Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for All Other Firehouse 45 Other Firehouse Equipment and Supplies. Catalog/Pricelist MUST be included or Equipment and proposal will not be considered. Supplies Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Firehouse Equipment 46 Firehouse Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be ° /o Repair Parts considered. Discount (%) Off Catalog/Pricelist for Firehouse Equipment Please state the (%) off catalog/pricelist for Firehouse Equipment 47 and Products Safety and Products Safety Maintenance/Warranty Agreements. ° /o Maintenance/Warranty Catalog/Pricelist MUST be included or proposal will not be considered. Agreements L,iry oT ron vvonn ana -.mr rieeT upnners Looperaive agency Loniraci cuyesoara sous-Zu PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal rage -1 -1 oT W PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section III: Traffic Signal Supplies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal 48 Traffic Signal Equipment. Catalog/Pricelist MUST be included or proposal will not be Equipment considered. Discount (%) Off 49 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal Supplies. Traffic Signal Supplies Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for All Please state the (%) off catalog/pricelist for All Other Traffic Signal 50 Other Traffic Signal Products. Catalog/Pricelist MUST be included or proposal will not be Products considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal Repair 51 Traffic Signal Repair Parts. Catalog/Pricelist MUST be included or proposal will not be ° /o Parts considered. Discount (%) Off Catalog/Pricelist for Traffic Signal Please state the (%) off catalog/pricelist for Traffic Signal 52 Equipment and Equipment and Products Maintenance/Warranty Agreements. % Products Catalog/Pricelist MUST be included or proposal will not be considered. Maintenance/Warranty Agreements City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 12 of 67 PROPOSAL SPECIFICATION FORM Board® 6o p_'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section IV: Security Personnel Services and Solutions - In accordance with Chapter 1702 of the Texas Occupations Code, vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their proposal a copy of their current, valid license(s) which are required by any legal authority in the jLrisdiction s Vendors propose to serve. State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Rate Sheet for Security Please state the (%) off rate sheet for Security Personnel Services 53 Personnel Services and and Solutions (weekly, monthly, quarterly and yearly) rates. $ Solutions Catalog/Pricelist MUST be included or proposal will not be considered. Section V: Installation and Repair Service Detailed Exceptions to Item Not to Exceed Hourly Information on Hourly Labor No. Short Description Full Description Labor Rate Hourly Labor Rate Rate Not to Exceed Hourly Labor Rate for Installation/Repair Hourly Labor Rate for Installation/Repair Service of Public Safety Equipment and Products - State the Not to Exceed hourly85 54 $ /Hour Service of Public Safety labor rate for Installation/Repair Service of Public Safety Equipment Equipment and and Products. Products Not to Exceed Hourly Labor Rate for Installation/Repair Hourly Labor Rate for Installation/Repair Service of Firehouse Equipment and Products -State the Not to Exceed hourly labor �� 55 $ /Hour Service of Firehouse rate for Installation/Repair Service of Firehouse Equipment and Equipment and Products. Products Not to Exceed Hourly Labor Rate for Hourly Labor Rate for Installation/Repair Service of Traffic 56 Installation/Repair Signal Equipment and Products - State the Not to Exceed hourly $ /Hour Service of Traffic labor rate for Installation/Repair Service of Traffic Signal Equipment Signal Equipment and and Products. Products uny or ron vvonn ana -.r�r rieeT upnners Looperanve agency Loniraci cuyboara sous-zu PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal rage -1 J oT b / PROPOSAL SPECIFICATION FORM Company Name : CAP FLEET UPFITTERS Proposal Specification Form BuyBoard Specification Category Manufacturer Discount 5 Brooking Industries 41% 5 Code 3 41% 5 Federal Signal 51% 5 Feniex 50% 5 Gamber Johnson 30% 5 Havis 36% 5 JD/Patriot - Pcontainment Price List 30% 5 Jotto Desk - Cargo Slide Price List 15% 5 Jotto Desk - Computer Mnt Price List 23% 5 Jotto Desk - Console Price List 40% 5 ProGard 32% 5 Setina 30% 5 Sound Off Signal 58% 5 Istar Warning 52% 5 lWhelen 49% 8 Ipulsar 5% 9 Bayco/Nightstick 5% 10 ITrikke 1% 22 jApplied Concepts - Stalker Radar 1% 27 ACE K9 2% 27 American Aluminum 3% 27 Big Sky Racks 10% 27 C Tech 5% 27 CAP Fleet Upfitters 3% 27 Decked 3% 27 DT Research 1% 27 Go Industries 30% 27 Go Rhino 35% 27 Intermotive 2% 27 Motorola 1% 27 OPS Public Safety 8% 27 Panorama Antenna 16% 27 Plastix Plus 30% 27 PTS 36% 27 RAM Mounts 15% City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 14 of 67 27 Santa Cruz Gun Locks 30% 27 Setina Manufacturing 13% 27 Stop Stick 2% 27 TigerTough 2% 27 Tremco 4% 27 TruckVault 12% 27 Weiser Solutions 1% 27 Westin 34% 36 lWhelen 49% 37 Federal Signal 51% 37 Feniex 50% 37 Sound Off Signal 58% 37 Star Warning 52% 37 lWhelen 49% City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 15 of 67 EXHIBIT B P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com • buyboard.com January 25, 2022 Sent via email to: salesOD-capfleetupfitters.com Jason Beaver CAP FLEET UPFITTERS 2603 Taylors Valley Road Belton, TX 76513 Re: Public Safety and Firehouse Supplies and Equipment BuyBoard Contract 603-20 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Public Safety and Firehouse Supplies and Equipment, Contract 603-20, for which the current term is set to expire March 31, 2022. At this time, the BuyBoard is renewing your contract through March 31, 2023. This will be the final renewal of this contract. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at lisa.maraden@tasb.org prior to the start of the renewal term. If you have questions or comments concerning this renewal, please contact me as soon as possible at lisa.maraden@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Lisa Maraden Contract Administrator final renewal v.02.13.2020 City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 16 of 67 Endorsed by �® TASAV T_ML 4, ? `' Board® Cooperative Purchasing P.O. Box 400 Austin, TX 78767-0400 800.695.2919 1512.467.0222 / Fax: 800.211.5454 buyboard, com February 10, 2020 Sent Via Email: sales@capfleetupfitters.com Jason Beaver CAP FLEET UPFITTERS 2603 Taylors Valley Road Belton, TX 76513 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Public Safety and Firehouse Supplies and Equipment, Proposal No. 603-20 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard@ contract based on the above -referenced Proposal. The contract is effective 4/1/2020 through 3/31/2021, 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. 603-20 on the following web -site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1. Vendor Quick Reference Guide 2. BuyBoard License and Identity Standards 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 email to info@buyboard.com any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please email the order info@buyboard.com and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 17 of 67 * �r� The Local Government Purchasing Cooperative is endorsed by the Texas Association or School Boards, Tea Texas Municipal League, Texas Association of Counties, and the Texas Association of School Administrators. Baa�d�1-9 National School u•, Endorsed by -NSBA• Baards Assuciatinn February 10, 2020 Sent Via Email: sales@capfleetupfitters.com Jason Beaver CAP FLEET UPFITTERS 2603 Taylors Valley Road Belton, TX 76513 Welcome to BuyBoard! Re: Notice of National Purchasing Cooperative Award Proposal Name and Number: Public Safety and Firehouse Supplies and Equipment, Proposal No. 603-20 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 4/1/2020 through 3/31/2021, 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 e-mail to info@buyboard.com 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. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 City of Fort Worth and CAP Fleet Upfitter cy Contract BuyBoard #603-20 Page 18 of 67 PO. Box 400. Austin, Texas 75767-0400 800.695,2919 ■ buyboard.com PROPOSER'S AGREEMENT AND SIGNATURE Proposal Name: Public Safety and Firehouse Supplies and Equipment Proposal Number: 603-20 Contract Time Period: April 1, 2020 through March 31, 2021 with two (2) possible one-year renewals CAP FLEET UPFITTERS Name of Proposing Company 2603 TAYLORS VALLEY ROAD Street Address BELTON, TX 76513 City, State, Zip 254-773-1959 Proposal Due Date/Opening Date and Time: July 31, 2019 at 4:00 PM Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: January/February 2020 07/31 /2019 Date Signature of Authorized Company Official JASON BEAVER Printed Name of Authorized Company Official VICE PRESIDENT Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 254-773-1245 Fax Number of Authorized Company Official 47-2969143 Federal ID Number City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 19 of 67 The proposing company ("you" or "your") hereby acknowledges and agrees as follows: You have carefully examined and understand all Cooperative information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachments/forms, item specifications, and line items (collectively' �Requirements'�; 2. By your response ("Proposal") to this Proposal Invitation, you propose to supply the products or services submitted at the prices quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. Any and all deviations and exceptions to the Requirements have been noted in your Proposal and no others will be claimed; If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products or services at the prices quoted and in strict compliance with the Requirements (unless specific exceptions are noted in the Proposal and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similar customers; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy -back contract by another governmental entity or nonprofit entity, in which event you will offer the awarded goods and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your contract; You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under a Texas Public Information Act request or similar public information law; 6. The individual signing this Agreement is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 7. You have carefully reviewed your Proposal, and certify that all information provided is true, complete and accurate, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 8. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, may disqualify you from consideration for a contract award under this Proposal Invitation or result in termination of an award or any other remedy or action provided for in the General Terms and Conditions or by law. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 20 of 67 VENDOR CONTACT INFORMATION Name of company: CAP FLEET UPFITTERS Vendor Proposal/Contract Contact Name: JASON BEAVER Vendor Proposal/Contract Contact E-mail Address: JBEAVER@CAPFLEETUPFITTERS.COM Vendor Contact Mailing Address for Proposal/Contract Notices BELTON, TX 76513 Company Website: 2603 TAYLORS VALLEY ROAD WWW.CAPFLEETU PFITTERS.COM Purchase Orders: All purchase orders from Cooperative members will be available through the 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 to assist them with retrieving their orders. Please select options below for receipt of purchase orders and provide the requested information: 0 I will use the internet to receive purchase orders at the following address: Purchase order E-mail Address: SALES@CAPFLEETUPFITTERS.COM Purchase Order Contact: JASON BEAVER Phone: 254-773-1959 Alternate Purchase Order E-mail Address: SGAMBLIN@CAPFLEETUPFITTERS.COM Alternate Purchase Order Contact: S ETH GAM B L I N Phone: 254-773-1959 ❑ Purchase orders may be received by the Designated Dealer(s) identified on my company's Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Reauest for Ouotes ("RFO"): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: RFQ E-mail Address: SALES@CAPFLEETUPFITTERS.COM RFQ Contact: JASON BEAVER Phone: 254-773-1959 Alternate RFQ E-mail Address: SGAMBLIN@CAPFLEETUPFITTERS.COM Alternate RFQ Contact: S ET H GAM B L I N Phone: 254-773-1959 City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 21 of 67 Invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee invoices and related communications: Please choose only one (1) of the following options for receipt of invoices and provide the requested information: ❑■ Service fee invoices and related communications should be provided directly to my company at: Invoice Mailing address: 2603 TAYLORS VALLEY ROAD Department: City: BELTON state: TEXAS Zip Code: 76513 Contact Name: MARISSA ROSADO Phone: 254-773-1959 Invoice Fax: 254-773-1245 Invoice E-mail Address: INVOICES@CAPFLEETUPFITTERS.COM Alternative Invoice E-mail Address: MROSADO@CAPFLEETUPFITTERS.COM ❑ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent": Billing agent Mailing address: City Billing Agent Contact Name: Billing Agent Fax: State: Billing Agent E-mail Address: Alternative Billing Agent E-mail Address: Department: Zip Code: Phone: ** If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of a# service fees under any Contract awarded Vendor. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 22 of 67 FELONY CONVICTION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: "A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check M one of the following: ❑ My company is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corporation.) ❑■ My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): By signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Signature of Authorized Company Official Company Name JASON BEAVER Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension," as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government -wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name JASON BEAVER Signature of Authorized Company Official Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 23 of 67 RESIDENT/ NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a "resident" proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A AA nonresident" proposer is a person who is not a Texas resident. Please indicate the status of your company as a "resident" proposer or a "nonresident" proposer under these definitions. Please check (,/) one of the following_ ❑■ I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): Company Name City Address State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under -price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or % VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (,/) one of the following_ ❑ Yes 0 No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification) and 2 (Vendor Employment Certification) above is true, complete and accurate and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name gae-� JASON Signature(/of Authorized Company Official Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 BEAVER Page 24 of 67 NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, as amended effective May 7, 2019 (H.B. 793), a Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEx. Gov'T CODE Ch. 2270). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEx. GOv'T CODE §808.001(1). By signature below, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name Signatur of Authorized Company Official JASON BEAVER Printed Name Note: If Vendor does not wish to make this certification, return the blank form in lieu of a completed certification. NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name Signature Of Authorized Company Official JASON BEAVER Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 25 of 67 HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB' is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Please check (-\/) all that ap)ly: ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: 0 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. CAP FLEET UPFITTERS Company Name JASON BEAVER Printed Name Signature of Adthorized Company Official City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 26 of 67 CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members ("Advisory"), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buyboard.com/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction -related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. By signature below, the undersigned affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction -related goods or services to a Cooperative member under a BuyBoard contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before executing a Member Construction Contract with the member or accepting the member's purchase order for construction -related goods or services, whichever comes first. CAP FLEET UPFITTERS Company Name Signatum of Auti for ized Company Official JASON BEAVER Printed Name 07/31 /2019 Date City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 27 of 67 DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. The Cooperative will consider any deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a proposal based upon any submitted deviation. Please check ( /) one of the following_ NO; Deviations 0 Yes; Deviations List and fully explain any deviations you are submitting: No Deviations PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: ❑ Common Carrier ❑ Company Truck 0 Prepaid and Add to Invoice ❑ Other: 2. Payment Terms: 0 Net 30 days ❑ 1% in 10/Net 30 days ❑ Other: 3. Number of Days for Delivery: 30 -45 ARO 4. Vendor Reference/Quote Number: 5. State your return policy: Contact CAP Fleet Upfitters @ 254-773-1959. A RMA number will be given to any products/parts that are eligible to be returned to the manufacturer. 6. Are electronic payments acceptable? OYes ❑ No 7. Are credit card payments acceptable? ❑Yes 0 No CAP FLEET UPFITTERS Company Name ge--� gva - JASON BEAVER Signaturei Wuthft6J 0dMrJW0ffif0@1s Cooperative AgenWP1tL!A&fl§rryBoard #603-20 Page 28 of 67 LOCATION /AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. CAP FLEET UPFITTERS Company Name 4909 FULTON Address HOUSTON TEXAS 77009 City State 832-203-5658 Phone Number Fax Number WAYNE JACOBS Contact Person Company Name Address City Phone Number Contact Person State Fax Number Zip Zip City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 29 of 67 MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ("Designated Dealers") to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative's administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. N/A Designated Dealer Name Designated Dealer Address City Phone Number State Zip Fax Number Email address Designated Dealer Tax ID Number* (*attach W-9) Designated Dealer Contact Person Your Company Name 9allf-rL 56a" 11 Signature of A horized Company Official City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 30 of 67 TEXAS REGIONAL SERVICE DESIGNATION The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. Regional Education Service Centers o- CAP FLEET UPFITTERS Company Name Signature of Aut rized Company Official JASON BEAVER Printed Name 0 I will service Texas Cooperative members statewide. ❑ I will not service Texas Cooperative members statewide. I will only service members in the regions checked below: Region Headquarters ❑ 1 Edinburg ❑ 2 Corpus Christi ❑ 3 Victoria ❑ 4 Houston ❑ 5 Beaumont ❑ 6 Huntsville ❑ 7 Kilgore ❑ 8 Mount Pleasant ❑ 9 Wichita Falls ❑ 10 Richardson ❑ 11 Fort Worth ❑ 12 Waco ❑ 13 Austin ❑ 14 Abilene ❑ 15 San Angelo ❑ 16 Amarillo ❑ 17 Lubbock ❑ 18 Midland ❑ 19 ElPaso ❑ 20 San Antonio ❑ I will not service members of the Texas Cooperative. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 31 of 67 If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 32 of 67 STATE SERVICE DESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note. If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services included in your proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check (V) all that apply: ❑■ I will service all states in the United States. ❑ I will not service all states in the United States. I will service only the states checked below: ❑ Alabama ❑ Alaska ❑ Nebraska ❑ Arizona ❑ Nevada ❑ Arkansas ❑ New Hampshire ❑ California (Public Contract Code 20118 & 20652) ❑ New Jersey ❑ Colorado ❑ New Mexico ❑ Connecticut ❑ New York ❑ Delaware ❑ North Carolina ❑ District of Columbia ❑ North Dakota ❑ Florida ❑ Ohio ❑ Georgia ❑ Oklahoma ❑ Hawaii ❑ Oregon ❑ Idaho ❑ Pennsylvania ❑ Illinois ❑ Rhode Island ❑ Indiana ❑ South Carolina ❑ Iowa ❑ South Dakota ❑ Kansas ❑ Tennessee ❑ Kentucky ❑ Texas ❑ Louisiana ❑ Utah ❑ Maine ❑ Vermont ❑ Maryland ❑ Virginia ❑ Massachusetts ❑ Washington ❑ Michigan ❑ West Virginia ❑ Minnesota ❑ Wisconsin ❑ Mississippi ❑ Wyoming ❑ Missouri ❑ Montana City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 33 of 67 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. CAP FLEET UPFITTERS � lje�it. Signature of Au�„orized Company official Company Name JASON BEAVER Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 34 of 67 NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy -backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy -back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as "Vendor") agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative ("National Cooperative") may - but is not required to - "piggy -back" on or re -award all or a portion of that Underlying Award ("Piggy -Back Award"). By signing this National Cooperative Vendor Award Agreement ("Agreement"), Vendor accepts and agrees to be bound by any such Piggy -Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy -Back Award, the National Cooperative Administrator ("BuyBoard Administrator") will notify Vendor in writing of such Piggy -Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy -Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy -Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 35 of 67 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. CAP FLEET UPFITTERS Name of Vendor gad� g¢�ti Signature of A orized Company Official 07/31 /2019 Date 603-20 Proposal Invitation Number JASON BEAVER Printed Name of Authorized Company Official City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 36 of 67 FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $ 4,000,000 . (The period of the 12 month period is JAN / DEC ). 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). By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUPDO. 1. Federal General Services Administration CURRENT VENDOR?ARCOMMODITY FORMER VENDOR (Y/N)? — AWARDED O. 2. T-PASS (State of Texas) 3. U.S. Communities Purchasing Alliance 4. National IPA/TCPN 5. Houston -Galveston Area Council (HGAC) 6. National Joint Powers Alliance (NJPA) 7. E&I Cooperative 8. The Interlocal Purchasing System (TIPS) 9. Other ❑■ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%): BASED ON MANUFACTURER Proposed Discount (%): Explanation: If '111110 CAP Fleet Upfitters currently has a contract with BuyBoard in the Public Safety Supplies Contract. Discounts are based on the manufacturer. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 37 of 67 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. CAP FLEET UPFITTERS Company Name Signature of A horized Company Official JASON BEAVER Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 38 of 67 GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1 BEXAR COUNTY ROLAND SCHULER 210-335-6185 RSCHULER@BEXAR.ORG VARIES ON MANU. $1,250,000 Z TRAVIS COUNTY CRAIG SMITH 512-785-3808 CRAIG.SMITH@TRAVISCOUNTYTX.GOV VARIES ON MANU $1,600,00+ 3 CITY OF HOUSTON SHAWN PALIN SHAWN.PALIN@HOUSTONPOLICE.ORG VARIES ON MANU $3,500,000+ 4 CITY OF BELTON GENE ELLIS GELLIS@BELTONTX.GOV VARIES ON MANU $65,000 5 HARRIS COUNTY SYDNEY SEXTON 713-274-2278 SYD.SEXTON@FS.HCTX.NET VARIES ON MANU $ 3,300,00+ Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower prices) than indicated? YES ❑ NO ❑■ If YES, please explain: By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name gae-/v 5QCtfi� Signature of Auth9rized Company Official JASON BEAVER Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 39 of 67 MARKETING STRATEGY For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative members of your BuyBoard contract, and how you will continue to support the BuyBoard for the duration of the contract period.) Attach additional pages if necessary. CAP Fleet Upfitters plans to market any awarded BuyBoard contract to any and all of our existing customers by means of social media, website, email marketing, and the inside and outside sales staff. CAP FLEET UPFITTERS Company Name rL lje�iL Signature of Authorized Company Official JASON BEAVER Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 40 of 67 CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check lJl one of the followina: HNO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential / Proprietary Information: (Attach additional sheets if needed.) City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 41 of 67 B. Copyriciht Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check (-V) one of the following NO, Proposal (including forms, documentation, or other materials submitted with the Proposal) does not contain copyright information. ❑ YES, Proposal (including forms, documentation, or other materials submitted with the Proposal) does contain copyright information. If you responded "YES", identify below the specific documents or pages containing copyright information. Copyright Information: (Attach additional sheets if needed.) C. Consent to Release Confidential/Proprietary/Copyright Infonmation to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publically release, including posting on the public BuyBoard website, a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non -award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. CAP FLEET UPFITTERS Company Name Signature of Au orized Company Official JASON BEAVER Printed Name 07/31 /2019 Date City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 42 of 67 VENDOR BUSINESS NAME By submitting a Proposal, Proposer is seeking to enter into a legal contract with the Cooperative. As such, a Proposer must be an individual or legal business entity capable of entering into a binding contract. Proposers, must completely and accurately provide the information requested below or your Proposal may be deemed non -responsive. Name of Proposing Company: CAP FLEET UPFITTERS (List the leoal name of the company seeking to contract with the Cooperative. Do NOT list an assumed name, dba, aka, etc. here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals) Please check (i/) one of the following: Type of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership X Other If other, identify State of Incorporation (if applicable): Federal Employer Identification Number: 47-2969143 (Vendor must include a completed IRS W-9 form with their proposal) List the Name(s) by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of Proposing Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if applicable, must be attached.) City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 43 of 67 W11111119 Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your Income tax return). Name Is required on this line; do not leave this line blank. CAP Fleet Upfitters, LLC 2 Business name/disregarded entity name, If different from above mP 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check on one of the �' 4 Exemptions codes I only to p ( apply Y ca following seven boxes. certain entities, not Individuals; see a Instructions on page 3): o ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate H c single -member LLC Exempt payee code (If any) Zu ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► P `p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting « r) C LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code Cif any) a o another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (app%s to a=—ds mshrta9,edoutside me U.S.) y5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 2603 Taylors Valley Road CO 6 City, state, and ZIP code Belton, TX 76513 7 List account numbers) here (optional) IMB Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (S. However, for a - m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer Identification number Number To Give the Requester for guidelines on whose number to enter. 4771 - 2 1 9 1 6 1 9 1 4 3 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) I 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. citizen 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. Certification 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 all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not require ,sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. "':Y' Signature o Here U.S. pe Date 0- General Instructi6ns----' Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. returns include, but are not limited to, the following. If you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form -9 (Rev. 10-2018) EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR"). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative complete and initial the applicable boxes and sign the acknowledgment at the end of this form. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO,"the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the Simplified Acquisition Threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy, If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member's provision shall control. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 45 of 67 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis -Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis -Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at wdol.Qov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti -Kickback" Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 46 of 67 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti -Lobbying Amendment: Byrd Anti -Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 47 of 67 12. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification Item No. Vendor Certification: YES, I agree or NO, I do NOT agree Initial 1. Vendor Violation or Breach of Contract Terms YES J B 2. Termination for Cause or Convenience YES J B 3. Equal Employment Opportunity YES J B 4. Davis -Bacon Act YES J B 5. Contract Work Hours and Safety Standards Act YES J B 6. Right to Inventions Made Under a Contract or Agreement YES J B 7. Clean Air Act and Federal Water Pollution Control Act YES J B 8. Debarment and Suspension YES J B 9. Byrd Anti -Lobbying Amendment YES JB 10. Procurement of Recovered Materials YES J B It. Profit as a Separate Element of Price YES J B 12. General Compliance and Cooperation with Cooperative Members YES J B 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. CAP FLEET UPFITTERS Company Name rL �Q�QiL Signature of Aut orized Company Official JASON BEAVER Printed Name City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 48 of 67 PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work") under the BuyBoard contract contemplated by this Proposal Invitation ("Contract"). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where indicated below, and submit the signed questionnaire and your responses to all questions in one document with your Proposal. You must submit the signed questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. CAP FLEET UPFITTERS HAS BEEN IN BUSINESS SINCE 2010. 2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. CAP FLEET UPFITTERS HAS A SALES STAFF OF 10 EMPLOYEES, WHICH HAVE THE EXPERIENCE AND KNOWLEDGE TO HANDLE ANY QUESTIONS THAT A COOPERATIVE MEMBER MAY HAVE. CAP FLEET UPFITTERS, SALES STAFF HAS OVER 55+ YEARS OF EXPERIENCE IN THE INDUSTRY. 3. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. For the last 7 years, CAP Fleet Upfitters has consistently generated profits with continued growth in each year. To sustain this growth, we have formed business relationships with key vendors and have demonstrated a high level of responsibility in the management of cash flow. Our profit and balance sheet position are very solid, and our performance is backed through annual audits each year by an independent CPA firm. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 49 of 67 4. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. CAP Fleet Upfitters does not have any outstanding financial judgments or loans in default. 5. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. No contracts in default. 6. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. By signature below, I certify that the information contained in and/or attached to this Proposal Invitation Questionnaire in response to the above questions is true and correct and that I am authorized by my company to make this certification. CAP FLEET UPFITTERS Company Name Signature of Authoriz& Company Official City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 50 of 67 X1 0 X1 0 D 0 0 0 FEE xJ 0 X1 X1 0 X1 0 0 X1 0 X1 0 X1 0 REQUIRED FORMS CHECKLIST (Please check (-V) the following) Completed: Proposer's Agreement and Signature Completed: Vendor Contact Information Completed: Felony Conviction Disclosure and Debarment Certification Completed: Resident/Nonresident Certification Completed: No Israel Boycott Certification Completed: No Excluded Nation or Foreign Terrorist Organization Certification Completed: Historically Underutilized Business (HUB) Certification) Completed: Construction Related Goods and Services Affirmation Completed: Deviation/Compliance Completed: Location/Authorized Seller Listings Completed: Manufacturer Dealer Designation Completed: Texas Regional Service Designation Completed: State Service Designation Completed: National Purchasing Cooperative Vendor Award Agreement Completed: Federal and State/Purchasing Cooperative Experience Completed: Governmental References Completed: Marketing Strategy Completed: Confidential/Proprietary Information Completed: Vendor Business Name with IRS Form W-9 Completed: EDGAR Vendor Certification Completed: Proposal Invitation Questionnaire Completed: Required Forms Checklist Completed: Proposal Specification Form with Catalogs/Pricelists and Texas Department of Public Safety License *Catalogs/Pricelists must be submitted with proposal response or response will not be considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 51 of 67 WBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Pr000sal or Pr000sal will not be considered'.) NOTE: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: QNanufacturers shall be listed in alphabetical order a/endor's must list one specific percentage discount for each Manufacturer listed. If a vendor's response to Proposal Specification Form states "please see attachment sheet," all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Form or Vendor's proposal may not be considered. Section I: Public Safety Supplies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the discount (%) off catalog/pricelist for Firearms and 1 Firearms and Ammunition. Catalog/Pricelist MUST be included or proposal will not be o /o Ammunition considered. Discount (%) Off 2 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Tactical Equipment. Tactical Equipment Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Night Sticks and 3 Night Sticks and Batons. Catalog/Pricelist MUST be included or proposal will not be o /° Batons considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Riot Equipment/Body 4 Riot Equipment/Body Armor. Catalog/Pricelist MUST be included or proposal will not be o /o Armor considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Vehicle SEE ATTACHMENT 5 Public Safety Vehicle Equipment and Related Accessories. Catalog/Pricelist MUST % Equipment and related be included or proposal will not be considered. accessories City of Fort Worth and CAP Fleet Uptiitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 52 of 67 PROPOSAL SPECIFICATION FORM Board® 6o p_'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Tear Gas/Mace and 6 Tear Gas/Mace and related items. Catalog/Pricelist MUST be included or proposal will not be related items considered. Discount (%) Off Please state the (%) off catalog/pricelist for Night Vision 7 Catalog/Pricelist for Equipment. Catalog/Pricelist MUST be included or proposal will not be % Night Vision Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Thermal Imaging SEE ATTACHMENT 8 Thermal Imaging Equipment. Catalog/Pricelist MUST be included or proposal will not be ° /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the % off catalo /pricelist for Flashlights, Batteries ( ) g 9 i i SEE ATTACHMENT 9 Flashlights, Batteries, and related items. Catalog/Pricelist MUST be included or proposal will ° /o and related items not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Electronic Stand-up SEE ATTACHMENT 10 Electronic Stand-up Vehicle (ESV). Catalog/Pricelist MUST be included or proposal will not be ° /o Vehicle (ESV) considered. Discount (%) Off Catalog/Pricelist for All Types of Public Safety please state the (%) off catalog/pricelist for All Types of Public 11 Patrol Bicycles, Safety Patrol Bicycles, Supplies and Related Accessories. % Supplies and Related Catalog/Pricelist MUST be included or proposal will not be considered Accessories City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 53 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Rescue 12 Public Safety Rescue Equipment. Catalog/Pricelist MUST be included or proposal will not be o /° Equipment considered. Discount (%) Off Catalog/Pricelist for Calog/Handcuffs Please state the (%) off catalog/pricelist for Handcuffs and 13 and Restraints. Catalog/Pricelist MUST be included or proposal will not be ° /o Restraints considered. Discount (%) Off 14 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Scopes and Binoculars. Scopes and Binoculars Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Alcohol and Drug 15 Alcohol and Drug Testing Products and Related Services. Catalog/Pricelist MUST be Testing Products and included or proposal will not be considered. Related Services Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Law Enforcement 16 Law Enforcement Training Targets. Catalog/Pricelist MUST be included or proposal will not o /° Training Targets be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fingerprint Equipment 17 Fingerprint Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be ° /o and Supplies considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 54 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Please state the (%) off catalog/pricelist for Law Enforcement 18 Catalog/Pricelist for Knives and Tools (multipurpose tools, clip tools, mini tools, and % Law Enforcement related accessories). Catalog/Pricelist MUST be included or proposal will Knives and Tools not be considered. Discount (%) Off Catalog/Pricelist for Public Safety Uniforms, Please state the (%) off catalog/pricelist for Public Safety Uniforms, 19 Rainwear, Jackets, Rainwear, Jackets, Footwear and Accessories. Catalog/Pricelist ° /o Footwear and MUST be included or proposal will not be considered. Accessories Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Weather Monitoring 20 Weather Monitoring Systems. Catalog/Pricelist MUST be included or proposal will not be o /o Systems considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Red Light Monitoring 21 Red Light Monitoring Systems. Catalog/Pricelist MUST be included or proposal will not be ° /o Systems considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Speed Enforcement SEE ATTACHMENT 22 Speed Enforcement Equipment. Catalog/Pricelist MUST be included or proposal will not be ° /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety Life 23 Public Safety Life Preserver and Related Items. Catalog/Pricelist MUST be included or Preserver and Related proposal will not be considered. Items City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 55 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Emergency Radio 24 Emergency Radio Dispatch Consoles and related items. Catalog/Pricelist MUST be % Dispatch Consoles and included or proposal will not be considered. related items Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Safety and Security 25 Safety and Security Window Film Products. Catalog/Pricelist MUST be included or proposal Window Film Products will not be considered. Discount (%) Off Please state the (%) off catalog/pricelist for All Types Security 26 Catalog/Pricelist for All Access Doors and related accessories (accordion, roll up, % Types Security Access woodfold, flat lead post, narrow lead post, and curved). Doors Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for All Please state the (%) off catalog/pricelist for All Other Public Safety SEE ATTACHMENT 27 Other Public Safety Products and Equipment. Catalog/Pricelist MUST be included or % Products and proposal will not be considered. Equipment Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Public Safety 28 Public Safety Equipment Repair Parts. Catalog/Pricelist MUST be included or % Equipment Repair proposal will not be considered. Parts City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 56 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Public Safety Please state the (%) off catalog/pricelist for Public Safety 29 Equipment and Equipment and Products Maintenance/Warranty Agreements. Products Catalog/Pricelist MUST be included or proposal will not be considered. Maintenance/Warranty Agreements Section II: Firehouse Sup lies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off 30 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Breathing Apparatus. Breathing Apparatus Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Protective Clothing and Please state the (%) off catalog/pricelist for Protective Clothing and 31 Rescue Gear including Rescue Gear including Protective Boots, Helmets and Gear Protective Boots, Bags. Catalog/Pricelist MUST be included or proposal will not be Helmets and Gear considered. Bags Discount (%) Off 32 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Turnout Gear. Turnout Gear Catalog/Pricelist MUST be included or proposal will not be considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 57 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Nomex Station 33 Nomex Station Uniforms. Catalog/Pricelist MUST be included or proposal will not be o /° Uniforms considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Communication 34 Communication Devices and Systems. Catalog/Pricelist MUST be included or proposal % Devices and Systems will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for EMS Supplies and 35 EMS Supplies and Equipment. Catalog/Pricelist MUST be included or proposal will not be o /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Portable Lighting SEE ATTACHMENT 36 Portable Lighting Equipment. Catalog/Pricelist MUST be included or proposal will not be ° /o Equipment considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Vehicle Light Bars, SEE ATTACHMENT 37 Vehicle Light Bars, Sirens and Speakers. Catalog/Pricelist MUST be included or proposal ° /o Sirens and Speakers will not be considered. Discount (%) Off / CaCatt alogExtricationPricelist for Please state the (%) off catalog/pricelist for Fire Extrication Rescue 38 Extrication Rescue Equipment. Catalog/Pricelist MUST be included or proposal will not be o /o Equipment considered. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 58 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Pr000sal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Firehouse Uniforms, Please state the (%) off catalog/pricelist for Firehouse Uniforms, 39 Rainwear, Jackets, Rainwear, Jackets, Footwear and Accessories. Catalog/Pricelist Footwear and MUST be included or proposal will not be considered. Accessories Discount (%) Off 40 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Gas Detection Devices. % Gas Detection Devices Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off 41 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Hose and Nozzles. Fire Hose and Nozzles Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Extinguishers and 42 Fire Extinguishers and Fire Fighting Foam. Catalog/Pricelist MUST be included or proposal will ° /o F Fire Fighting Foam not be considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Fire Fighting Training 43 Fire Fighting Training Materials and Equipment. Catalog/Pricelist MUST be included or Materials and proposal will not be considered. Equipment City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 59 of 67 PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Cataloos/Pricelists must be submitted with Pr000sal or Proposal will not be considered'.) State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelists Catalog/Pricelists Discount Discount (%) Off Catalog/Pricelist for Optical Emergency Please state the (%) off catalog/pricelist for Optical Emergency 44 Traffic Pre-Emption Traffic Pre-Emption Supplies and Equipment. Catalog/Pricelist Supplies and MUST be included or proposal will not be considered. Equipment Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for All Other Firehouse 45 Other Firehouse Equipment and Supplies. Catalog/Pricelist MUST be included or Equipment and proposal will not be considered. Supplies Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Firehouse Equipment 46 Firehouse Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be ° /o Repair Parts considered. Discount (%) Off Catalog/Pricelist for Firehouse Equipment Please state the (%) off catalog/pricelist for Firehouse Equipment 47 and Products Safety and Products Safety Maintenance/Warranty Agreements. ° /o Maintenance/Warranty Catalog/Pricelist MUST be included or proposal will not be considered. Agreements L,iry oT ron vvonn ana L.mt- rieec upnners L,00peraive agency L,oniraci cuyesoara sous-Zu PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal rage ou oT o T PROPOSAL SPECIFICATION FORM YBoard- ­p—'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section III: Traffic Signal Supplies and Equipment State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal 48 Traffic Signal Equipment. Catalog/Pricelist MUST be included or proposal will not be Equipment considered. Discount (%) Off 49 Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal Supplies. Traffic Signal Supplies Catalog/Pricelist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist for All Please state the (%) off catalog/pricelist for All Other Traffic Signal 50 Other Traffic Signal Products. Catalog/Pricelist MUST be included or proposal will not be Products considered. Discount (%) Off Catalog/Pricelist for Please state the (%) off catalog/pricelist for Traffic Signal Repair 51 Traffic Signal Repair Parts. Catalog/Pricelist MUST be included or proposal will not be ° /o Parts considered. Discount (%) Off Catalog/Pricelist for Traffic Signal Please state the (%) off catalog/pricelist for Traffic Signal 52 Equipment and Equipment and Products Maintenance/Warranty Agreements. % Products Catalog/Pricelist MUST be included or proposal will not be considered. Maintenance/Warranty Agreements City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 61 of 67 PROPOSAL SPECIFICATION FORM Board® 6o p_'i" Purchasing Proposal Invitation No. 603-20-Public Safety and Firehouse Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section IV: Security Personnel Services and Solutions - In accordance with Chapter 1702 of the Texas Occupations Code, vendors proposing to serve Cooperative members in Texas must hold, maintain, and submit with their proposal a copy of their current, valid license as issued by the Texas Department of Public Safety. Vendors proposing to serve Cooperative members outside of Texas must hold, maintain, and submit with their proposal a copy of their current, valid license(s) which are required by any legal authority in the jLrisdiction s Vendors propose to serve. State Percent (%) of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelistl Discount Discount (%) Off Rate Sheet for Security Please state the (%) off rate sheet for Security Personnel Services 53 Personnel Services and and Solutions (weekly, monthly, quarterly and yearly) rates. $ Solutions Catalog/Pricelist MUST be included or proposal will not be considered. Section V: Installation and Repair Service Detailed Exceptions to Item Not to Exceed Hourly Information on Hourly Labor No. Short Description Full Description Labor Rate Hourly Labor Rate Rate Not to Exceed Hourly Labor Rate for Installation/Repair Hourly Labor Rate for Installation/Repair Service of Public Safety Equipment and Products - State the Not to Exceed hourly85 54 $ /Hour Service of Public Safety labor rate for Installation/Repair Service of Public Safety Equipment Equipment and and Products. Products Not to Exceed Hourly Labor Rate for Installation/Repair Hourly Labor Rate for Installation/Repair Service of Firehouse Equipment and Products -State the Not to Exceed hourly labor �� 55 $ /Hour Service of Firehouse rate for Installation/Repair Service of Firehouse Equipment and Equipment and Products. Products Not to Exceed Hourly Labor Rate for Hourly Labor Rate for Installation/Repair Service of Traffic 56 Installation/Repair Signal Equipment and Products - State the Not to Exceed hourly $ /Hour Service of Traffic labor rate for Installation/Repair Service of Traffic Signal Equipment Signal Equipment and and Products. Products uny or ron vvonn ana -7AP Fleet upnners Looperative agency Loniraci rsuyboara souo-zu PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal rage oz or o i PROPOSAL SPECIFICATION FORM Company Name : CAP FLEET UPFITTERS Proposal Specification Form BuyBoard Specification Category Manufacturer Discount 5 Brooking Industries 41% 5 Code 3 41% 5 Federal Signal 51% 5 Feniex 50% 5 Gamber Johnson 30% 5 Havis 36% 5 JD/Patriot - Pcontainment Price List 30% 5 Jotto Desk - Cargo Slide Price List 15% 5 Jotto Desk - Computer Mnt Price List 23% 5 Jotto Desk - Console Price List 40% 5 ProGard 32% 5 Setina 30% 5 Sound Off Signal 58% 5 Istar Warning 52% 5 lWhelen 49% 8 Ipulsar 5% 9 Bayco/Nightstick 5% 10 ITrikke 1% 22 jApplied Concepts - Stalker Radar 1% 27 ACE K9 2% 27 American Aluminum 3% 27 Big Sky Racks 10% 27 C Tech 5% 27 CAP Fleet Upfitters 3% 27 Decked 3% 27 DT Research 1% 27 Go Industries 30% 27 Go Rhino 35% 27 Intermotive 2% 27 Motorola 1% 27 OPS Public Safety 8% 27 Panorama Antenna 16% 27 Plastix Plus 30% 27 PTS 36% 27 RAM Mounts 15% City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 63 of 67 27 Santa Cruz Gun Locks 30% 27 Setina Manufacturing 13% 27 Stop Stick 2% 27 TigerTough 2% 27 Tremco 4% 27 TruckVault 12% 27 Weiser Solutions 1% 27 Westin 34% 36 lWhelen 49% 37 Federal Signal 51% 37 Feniex 50% 37 Sound Off Signal 58% 37 Star Warning 52% 37 lWhelen 49% City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 64 of 67 EXHIBIT C CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The CITY of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the Fort Worth CITY Secretary no later than seven days after the date the person begins contract discussions or negotiations with the CITY, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the CITY. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the CITY, state Vendor name in the # 1, use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 65 of 67 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with teal govommental entity This guestiormaime mefbas cinrlges made m the law by FLB. n ach lag_, Rpguly Simasiom OFFICEUSEONLY TNr, CVN1.hrrrnarr5k m bprgj 1110d it acoorda" *0h C#wp1w 1 F.6, l-aaJ Qovw m pm dV a ordrf who ham a ousiness ialauoreJW as 410mad by Section 1761010-a) wiM a" pwi mm lial Lamy Ed thG vontr arB9ts ragirwTuib umi- 5wta0n Sib-ODFAaE By law sm qunwrmm moat ba died wen rm ram a tmovame d ft l l gpirrarrg7ymu mr y m, iota+ bhu lih lmsi a9 -dw mRm do dew 1v vurdacbmmm mam ei fry ful rKwq ft gar7 7 ram k bg NW SW SQd= T 7$1i0 A. I I LOCO GUNP lMOW [ldfa A vorKkr Garnr1an a4anss it tic rmi kw Xww" viDl Sw6or- 175.MG. Local GwimmnRm Crrdr- An 010ma vk t M mcbm It A rr m% rlP m FFwm of vem$ar who ham ■ business rolalionshtp with Fartsav l gernmentai eniify. FLEET UPFITTERS, LLV r—C—A�P Choa Ih la box N you Am 2lUng an upKd11G to a pmv iouW Idod q u"tionrum 6- (Thm tarry rapli-web lhEat )N,U Iria 3n updmad mrl,l med questtonrwi�re w hh the apptapriav Sling mhmity nal Ww main *.hQ 7ttt busgiesz dW allF the We an which Vwj becaenB awara that tha otrg na,11y hind q,A 0nntvira yeas trio iMii v mwor-mata.) 3 N flf local gawurnmpd 4ffl4ar41i# wt14r� 1P* krf4rrry#E¢n ¢qin p �claao¢. N/A 60scr16C aach ornploynnnr a imhar bueJnosr< ratatlanship with tho local Mcmu nmerA olflcgr, OF a lamlly rrrombar at Iho amcp.r, as Cescriised by soctlort 176.0C%5)(2Xfi4- AM& dosenblr any fmntty r4hkticinship with thL% local gova~rrswnt ailicer. Complete subparts A and B foriachemploymmi or busirwsa rvFatianrdvp descrtbod. Altscfy additional pawj to This Form CIO as me,> smary. A is tN local gmu mom Oficut or a femmV rmamgor W 09 Of ilr rQ,plrrff"p 01 Idwly to rg1W[? W'Artag ff�-IomP. athat Mw invaghmant Lmmn)a. from Ma ti+fli'rd5r'31 aYas F7Na B. Ir Um van= ranmng or tiuly to mr-mr3 taxaeta iromme, okhor tmm mmimarlt rr cm,.o- bvm or fY thin dtactlon of 1hq kraJ gmefTirr om offx4?r ar a family merribm of fie officer AND 1l16 taarmhle imam a not T9wm3d ltrflm thB WAI rwrlrrrr OILDl "City) = Ya5 = N o DONOFIbib each emp'luy rnont o r buslnoas m1i3tionatilp mm than vmdar lamed m Soci ran 1 mcumalm wiih a rorporbtlon or otlsar business enrity *Th mirpml to which It* Iocad govonvrwrir atficer spmos as an ofFK*ir or director, or holds an ownorshrp InkIF911 of ana parcant of mora. 6 C &rk ms boA rf tti# v&rK r Nm own tha focal q;n4atriment alfr m or a iamil%j nwnbar of Me I;rlli m om or mom g to as deso bw in Semn 176.0M a)(2XE1j, entx1ing gft dimated m Sectiw 176-i3fl0{a-tl. 4 g Feb 6, 2023 _siona3m aii vprjw doing bumnos3 0th ft mvor s Faimproridodt* TiumEgmmCammisnynr• *VW aihacs-&mQAii-uf %mAwd tilf?o2i City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 66 of 67 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business Vwith local govoiMtnent.1l entity A complete copy at Chaplar 176 fortna Local Govammant Cotle" be sound at http1Mrww.sCa#uCes_Ca�s_siata_hr_us� DocsVLGr'htOLC 176.htm Foreasy relarence, below are some of the sections cited on ttus farm, Local GcvR MBMn j Cq ft fii j Z%g 'I (far): -8wners retalransrup" rneans� a aonnecVon b lWetO !wa or mare parties Lased a rl commerc€a€ a of fine of the parties. The term ows not iudude a con nectjon based on: 1AI a iranseclion that is subon to rate as fee ragulauanty a tecleral, stale_ of k wA gaverrmemat enRF of an age" Of a lkieFA, aM, Or WMI governmental Onrlity; (B) a transaction conducted at a price and subject to terms awadablo to The public; or IC I a pu rahase ea lease of goads of sexviem lrorn a person that is chartered by a state or federal agency and isms iS 9Mjed 10 regular examination by, and repOrti� to. thAt agency, Loca€ Gove€nmentCode 4176.O a)t2XAx and (M- 3 - A Mal garernmW &kAF SM1. 410 a COnrl ILLS Ot5CIOSUre 510errrartt W Fin r85pLC9 to a V06or 111: (2) mevendor: (AI has err employment or otherbusirwt5m ra[Ruonnip wnm the local government o€ticat or a famit rnerrabef of the offrrer that results in the officer of family rrrwMmr receiving tearable income. other than invesnent income. that exceeds 32,5W during the 12-month Deraad pteceding the daletMal tttaoil Icat becomes aware that I1} a CWtracl between 1ha local gpvern7w dal entdy $rrCEvendor has Crean executed; Or Idl the ho ai gowerninental envy rs consfoer[ng entereg irsta a canLr= wrtn the verb (B hasgomntuft IocaEgouernmenioffiera,fafarni�yrwrnberoftheUMWFoMormareytts that trove an aMegate value of more than $ f M n the 12-month penoci pteaedM the date the [ill r-a b9COR1es awaa that: 0) a contract between the local governrrrental entity and vendor has beers executed-, or (ii) the local governmental entity is oonsidenng entering into a omkract with the venctu. LROI Gaverwmrrt rWA A 176.0=al amid (a-1 } i a) A vender shall file a completed conflict of interest questionnaire if ft verdar has a business retati+xtship wilts a local governmenlal entity ate. (t ) has an emplOirrr ont Or Other DUST SS relatrOftStiip wi1M a [Mal gvwr;rrrlme ni uMcw of lhat Ir rW g(Nernrrrerrtal erriaty, of a family membu of the goer. described by Secfion 176.DD3(a){2) [A)1 (2) has o wen a heal garremnwt Mom of than! karat gmern mental enilty, or a tamlly MeMber Of the o1Grar, one or rnare g ftwah the agrg"10 value g eu fied by SucWn 176-D03�a1{2?I U ), exchrdlfig ary g#t desc*ed t y Sect*n 17G.003(a 1 I;or 0) Mar a family retatidrynstitp with arocw government oflrcar of thm local qnvummenm emty. la• 1) T4 ccinVlaW coriflict of bnkff 1 gi*lirx rlalre� rmubt be rded Vedh the apprOpr to rsc Oon # aCkTHrIlWolor not later than the sx:verith bu&Wwss•day after the Werol- (1) ire date trial true vendor: tAj begins elsctrssdorys at nagMlr Wrrs to onlar into a mntract wttM tv koCal g0vernrriet7tW en#r1y; or (B3 Es to the lacaigay emn, w enbV an appiraVon. FeWnse lo a reWost for proposals of bid&, corragpDn6wrA, or ahOlhef wMIng tented 10 a "rkW[ COMMCl WAh M91 kvtat govemmenlel er[iitfr, far (21 the ame the venwr becatnes aware- tA} cif ors amptnent at attyat bu'strr9s$ frlalramsfti yAr9tll a IaCal gb,+arrrmant attrcar, ar a family mamber of U Orraper, described by Subsection (a): (B) trrar the vendor has given w* or immune gifts described by Subsectw 1 aj; or (C) -of a lamrly fetaW rrr..hlp with alocal govefnirrent officer. Farm PrrwoWt3yTarmEth►r,sCwm! IL=n Pf*~ V1r=1 City of Fort Worth and CAP Fleet Upfitters Cooperative Agency Contract BuyBoard #603-20 Page 67 of 67 M&C Review Page 1 of 2 CITY COUNCIL AGENDA Create New From This M&C DATE: 4/7/2020 REFERENCE NO.: **M&C 20-0218 LOG NAME: CODE: P TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas F RT� � 13P BB 603-20 PUBLIC SAFETY BSR NO SUBJECT: Authorize Non -Exclusive Purchase Agreements for Public Safety Supplies and Equipment with Casco Industries, Inc., Dana Safety, GT Distributors, Inc., Daco Fire Equipment, Metro Fire Apparatus Specialists, Inc., Lone Star Products and Equipment LLC, Galls, LLC, Cap Fleet Upfitters, LLC, and Big Country Supply, Using a Cooperative Contract in the Combined Annual Amount Up to $6,621,000.00 for the City Departments (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize Non -Exclusive Purchase Agreements for public safety supplies and equipment with Casco Industries, Inc., GT Distributors, Inc., Daco Fire Equipment, Dana Safety, Metro Fire Apparatus Specialists, Inc., Lone Star Products and Equipment LLC, Galls, LLC, Cap Fleet Upfitters, LLC, and Big Country Supply, using Texas Association of School Boards BuyBoard Contract No. 603-20 in the amount up to $6,621,000.00 for the City departments. DISCUSSION: The Police, Fire and Municipal Courts Departments approached the Purchasing Division to finalize annual agreements to purchase supplies and equipment for police officers, firefighters, marshals and new recruits on an as -needed basis from multiple vendors. City is utilizing Texas Association of School Boards BuyBoard (TASB) Cooperative Purchase Agreement Contract No. 524-17 to procure public safety supplies and equipment from multiple suppliers for a total amount up to $6,621,000.00. The services include firearms, ammunition, tactical/riot equipment, vehicle equipment, night vision/thermal imaging equipment, fingerprint equipment, uniforms, red light monitoring systems, speed enforcement equipment, breathing apparatus, protective clothing, gas detection devices, and fire hoses/nozzles. The Agreements also include hourly labor rates for installation/repair service and up -fit for law enforcement service vehicles. On April 11, 2017, City Council (M&C P-12025) authorized Cooperative Agreements with multiple suppliers for Public Safety Supplies and Equipment in the amount up to $5,005,000.00 for the City departments. On March 3, 2020 City Council (M&C 20-0113) authorized an increase in the amount up to $1,000,000.00 for a new total amount up to $6,121,000.00. In addition, on December 5, 2017, City Council (M&C P-12136) authorized Cooperative Agreement with Casco Industries, Inc., for the Fire Department in an annual amount up to $450,000.00. These Agreements will expire on March 31, 2020 The staff recommends awarding multiple vendors offering a variety of products offered through Texas Association of School Boards BuyBoard (TASB) Contract No. 603-20. Recommended vendors are Casco Industries, Inc., GT Distributors, Inc., Daco Fire Equipment, Dana Safety, Metro Fire Apparatus Specialists, Inc., Lone Star Products and Equipment LLC, Galls, LLC, Cap Fleet Upfitters, and Big Country Supply. Vendors will be selected for ordering according to price and availability. PRICE ANALYSIS - Staff reviewed the contract price percentage list under the TASB contract. The price list reflected a decrease on certain items and no change on other items. No guarantee was made that a specific amount of goods and services would be purchased; however, Staff estimated annual expenditures in the amount of $6,621,000.00. http://apps.cfwnet.org/council_packet/mc review.asp?ID=27786&councildate=4/7/202O 2/8/2023 M&C Review Page 2 of 2 COOPERATIVE PURCHASE - City Departments will use TASB Contract No. 603-20 to acquire public safety supplies and equipment. State law provides that a local government purchasing an item under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the items. TASB contracts have been competitively bid to increase and simplify the purchasing power of government entities AGREEMENT TERMS - This Agreement will begin upon City Council approval and end on March 31, 2021 to correspond with the term of the cooperative contract. RENEWAL OPTIONS - Agreements may be renewed, in accordance with the terms of the TASB contract, for two additional one-year terms. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. Staff anticipates that the costs for renewal years shall remain approximately the same as the first year. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets, as appropriated, of the participating departments and that prior to an expenditure being made, the department has the responsibility to validate the availability of funds. BQN\\ Fund Department Account Project Program Activity Budget I Reference # I Amount ID I I ID I I I Year I IChartfield 21 Fund Department Account Project Program Activity Budget I Reference # I Amount ID I I ID I I I Year I (Chartfield 2) Submitted for City Manager's Office by: Kevin Gunn (2015) Originating Department Head: Reginald Zeno (8517) Additional Information Contact: Cynthia Garcia (8525) Blanca Sanchez (8354) ATTACHMENTS 13P BB 603.20 Purch.Funds available.docx (CFW Internal) COOP Public Safety 603-20-Award-Report.pdf (Public) FID table for MC PS.xlsx (CFW Internal) Forms 1295 for Publi Safetypdf (CFW Internal) Metro - 1295 Form.pdf (CFW Internal) SAMs Report for Public Safety.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=27786&councildate=4/7/202O 2/8/2023