Loading...
HomeMy WebLinkAboutContract 63748CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and between LONE STAR AUCTIONEERS, INC. (“Vendor”) and the City of Fort Worth (“City”), a Texas home-rule municipality, individually referred to as “Party” and collectively as the “Parties.” The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: This Cooperative Purchase Agreement; Exhibit A – Scope of Services; Exhibit B – Omnia Partners Contract R240603; and 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. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Cooperative Purchase Agreement shall control. City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with the provisions of this Agreement. Total annual payment made under this Agreement by City will be in an amount up to ONE HUNDRED THOUSAND DOLLARS AND ZERO CENTS ($100,000.00). 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 ("Effective Date") and expires on December 31, 2027, with two (2) additional one-year renewals. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with at least 30 days’ written notice of termination. 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 or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: CSC No. _________ To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney’s Office at the same address To VENDOR: Lone Star Auctioneers, Inc. Marilyn K. Burgess, CEO/President 4629 Mark IV Parkway Fort Worth, TX 76106 Email: Marilyn@lonestarauctioneers.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City’s sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. (signature page follows) (remainder of this page intentionally left blank) The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT WORTH: By: ______________________________ Name: Jay Chapa Title: City Manager Date: _________________________ APPROVAL RECOMMENDED: By: ______________________________ Name: Reginald Zeno Title: Chief Financial Svcs Officer By: ______________________________ Name: Jannette Goodall Title: City Secretary 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. By: ______________________________ Name: Michelle Green Title: Interim Sr Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Amarna Muhammad Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A 1295 Form: N/A VENDOR: Lone Star Auctioneers, Inc. By: Name: Marilyn K. Burgess Title: CEO/President Date: ________________________ Exhibit A – Scope of Services Solicitation Number 24-06 Request for Proposal (“RFP”) by Region 4 Education Service Center (“ESC”) for Auctioneer Services and Related Products and Services RFP Page 2 I. SCOPE OF WORK Region 4 Education Service Center (“Region 4 ESC”) requests proposals from qualified suppliers with the intent to enter into a Contract for Auctioneer Services and Related Products and Services. Region 4 ESC is seeking a provider that has the depth, breadth and quality of resources necessary to complete all phases of the Contract. Awarded Offeror(s) shall deliver products and services under the terms of this agreement. While this solicitation specifically covers Auctioneer Services and Related Products and Services, each awarded Offeror may offer their complete product and service offering, or balance of line. Region 4 ESC reserves the right to accept or reject any or all balance of line items offered. Region 4 ESC is an education service center established by the Texas Legislature in 1967 to assist school districts and charter schools in improving efficiencies. Region 4 serves a seven- county area comprised of 47 public school districts and 40 open-enrollment charter schools, representing more than 1.2 million students, 105,000 educators and 1,500 campuses. Through cooperative contracts Region 4 ESC extends the opportunity to operate more efficiently and economically to agencies nationwide through OMNIA Partners (see below). The Contract is based on the need to provide the economic benefits of volume purchasing and reduction in administrative costs through cooperative purchasing to schools and other members. Although the awarded Offeror(s) may restrict sales to certain public units (for example, state agencies or local government units), any proposal that prohibits sales from being made to public school districts may not be considered. Sales without restriction are preferred. These types of contracts are commonly referred to as being “piggybackable.” NATIONAL CONTRACT Region 4 ESC, as the Principal Procurement Agency, defined in Appendix D, has partnered with OMNIA Partners, Public Sector, Inc., a Delaware corporation (“OMNIA Partners”) to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. Region 4 ESC is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”) and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Cooperative Purchasing Agreement, a form of which is attached hereto on Appendix D, or as otherwise agreed to. Appendix D contains additional information about OMNIA Partners and the cooperative purchasing program. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners’ public sector subsidiaries and affiliates, our participants have access to competitively solicited and publicly awarded cooperative agreements. For all public sector contracts, the lead agency contracting process continues to be the foundation on which we were established. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. RFP Page 3 OMNIA Partners provides shared services and supply chain optimization to government, education and the private sector. With corporate, pricing and sales commitments from the Offeror OMNIA Partners provides marketing and administrative support for the Offeror that directly promotes the Offeror’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Participating Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Offeror benefits from a contract that generally allows Participating Public Agencies to directly purchase goods and services without the Offeror’s need to respond to additional competitive solicitations. As such, the Offeror must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Offeror and respond to the OMNIA Partners documents (Appendix D). While no minimum volume is guaranteed to the Contractor, the estimated annual volume of Auctioneer Services and Related Products and Services purchased under the Master Agreement through OMNIA Partners is approximately $20 million. This projection is based on the current annual volumes among Region 4 ESC, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Contractor and OMNIA Partners. Customer Support Contractor shall provide timely and accurate technical advice and sales support to Region 4 ESC staff and Participating Agencies. Contractor shall respond to such requests within one (1) working day after receipt of the request. RFP Page 4 PRODUCT / SERVICES SPECIFICATIONS The awarded contractor(s) shall assist the end user with making a determination of their individual needs. It is the intent of this document to meet each state’s statutory requirements for providing auctioneer services and related products in that jurisdiction. Offeror shall provide a comprehensive web-based online and/or live auction system for disposal of surplus property and material. Auction System: Offeror shall use the latest Internet technologies to provide an easy to use/user friendly solution for accessing, interacting, communicating and conducting surplus disposal tasks and related activities, including but not limited to daily program administration, posting of auctions, marketing of auctions, receiving and evaluating bids, blocking bidders, invoicing awarded bidders, and receiving payments. o Auction system shall allow the seller to determine and enter auction dates, description of the item(s), photos images, amount of time bids may be submitted, minimum acceptable bids, bid increment amounts, reserve amounts, and terms of sale o The system shall allow the seller to conduct multiple and ongoing auctions while complying with all state and local laws and requirements. o The auction system shall provide a seller with the ability to first offer the surplus property for reallocation within the agency is desired. o The auction system shall provide online real time or near real time reporting of bids and a summary of bid activity shall also be provided. o Auction system shall require potential bidders to register prior to submitting a bid. o The auction system shall be updated and maintained on an ongoing basis to meet current and future needs and requirements, and to resolve system defects and problems. o The auction system shall allow the seller to retrieve and print the documentation required to substantiate the surplus disposition and provide a complete audit trail. o A comprehensive log must be available in printed form after each transaction. The transaction log shall include the following: Identification of the seller, description and quantity of each item auctioned, list of all bids, winning bid, summary of invoices issued, and summary of payments received. Reporting: The auction system shall provide a variety of reports detailing the system’s utilization and activities. The reports shall track in-progress and completed activities. Training: Offeror shall provide training to the contracting member agency. Training may be web-based. Offeror shall have and maintain a customer help desk to be accessed via telephone and/or email. Marketing: Offeror shall provide marketing of the web-based auction service to promote utilization of the site by potential buyers. Docusign Envelope ID: BB836855-OC25-40A7-8629-A7760E14000A - _ � .. I � I������,� ��r'���+��r ��r�tr��� Up����� Pur-uarrt �� k�^e ter°�� �f•y��ur��.�rarde�,re� ��• cU^tr�t�, al! ��:°��'t�r_ r���st n�ti�F �nd � Fc�i�:� appr��a�a� fr�,� R�Qi�n a.,r'0�41t;�1,. Partner_, Puylit se�t�r �e�hen t�^�r� is ar up�j•,tz i� tr�� ca��trati. t•d� rEnu��� �raill b� o��iall�F a�pr:;v�d 'titi'iks941J`�hP Gf���r.3uth��ri,���i4n �,f R�Qirn.�. ��gi�,s� :l rr_�r�•=__ th� right � a�cFp� �.,r f���t't �i9'y� ��i�UE�'C. L�an� Jr.ar.'r.��ki�n��rs, I����. h��rab�i' P�;��'idz: r�atice afthe �all���air�g updatat� 3:r.�,, ,.., �ontract r�umbe€: F:����5�'3 f�r ��linp .,�.��#i��n��r s=_:��, ces _c�r� tfiis d�:� G�; t�?;�5 : _; . �, , , ,,, IIYS�tFWCtIOIi�: 4r£1i�IQ'S tYYUSi ri'1�•Lk all illet �`13�6 �ap�^Iti� ar+d =�a�l �•r����idF sup��rin� �i��u��ntati4�. Pldte �p�z��r ini�ial� fi�iSC'#Q £��_hi Ii21Yi Z�� C�7��firr� #^.at ��-��m�nt; ar� ?T'�t��8� lI1C+Ld���. RtqU�,`f?{2�5'��'41�°t'1}:t'�5�1p17��1'�In?{IQtJII"IEI"ii.3#IOII �tisll t�e �tUm�d. �� ,�v�h�ri�ed 'D"astri6�ut���,�a�aEe�� �:�ditirae� D�leh�r� 5�.� pp� rt= r�a'� � C�li'Pl�fl i3'CI4;� �€ F'��du�rt�,��en16�e� f1�1i�B �,r�`"'�`:� .���e��a {.�i�iii�n IJ!v �ate C1?l ly�. �up�.-:,ring Got�r���ta#ic•n ❑ D'as�car��ta�u�ed �'rQa���t��`�rWic�s �c���:�-tin� f�:���r�ent�t;�n �� �ta�es�Te��dtari�s S�J���Ptlll� �D�CURt��1T8tIC�1 ❑ R "� U�daite , y� �uYp�rtir�:; Cati�m�en�tian � f4�a�t���an �han�e ,�ssign�ent ��'13;'1fl? Ifl �:r�'.'�i�f5�li� �'SA!�'. N,,'�G�h�S�i =.ar�E::ruptty� .4�c,� uisitian h�i �;•� � r aup�.�artin� D�cvcn�nt�ti�n ❑ �th�er ��.���tin� �a[um�;�takiti�r; P�IQfE:: 't+�r�dc�r ri-�a�ti� li't•�IU�� �:��-'1£C PI�#� f��3't�li'i? tf't� C�;�tra�t upd�te h�re� �att��c� ai9•'vt�'t:i �dQc i� 1'irt�538f'p';I. ��f r�si�rial �h�ng�s, ind+,:ate thre nam� �f the �am��n+r af the a��ar•��� sur��li�r �n�J th? ��ffiti.3` n�rr�e �f a��i�ne+� ar �d,��d c�rc,�en�t. $35,0� Tauu Fee p�r 41r�ia �u�r t� 1� rniles un� 4ua�� ��� �¢tach�d updsted pricing �h�et �ign�ture �f'�er�dar. SU��rni#ie� 8�,�: �4larilsrr� �. ���r�e.� Title: �Et71��r�side�t � C�pr�a�d �at� � � �er�i�ed aase� DS �e�ivn 4 E�C 1„ R.e�e : Ly�__— � I: 'a�ersian 3J15,��4y4 Docusign Envelope ID: 6B836855-OC25-40A7-8629-A7760E14000A Signed by: �+C:����ct P�a�na� t��a�mb�r: �:1:�=��=��i��► ���i�r+ �4 ���. ��,��.�ou/ nsa�i��se... E��el.�9d�i�s:�.: f��1.a�ril�►��+I�.r���t�r.aw:�ki�n��rs,��� �F�r em���t�r:i�l �h�a�m���,� �Che aiw�r��a� ���rn�r���lt h�:l�l'�er �r�d��r�a�b���q,�w�em� assi�m� ���r��s �t�a� �a�d �nd�e�r�ta�mrl�� tln.e� f�l�a�rn:im�; ipr;in�"ipl��:; i. �Cn��t�a�ct; �n�l'�l�r� ��P'�R�r�re. �P tM�e� ��rid�a�ck h+�lder tirr�a�;��+�€ � m�r�Ar,� acqw�:i�i�i�n„ �P �ffCl�� �551�PIRPIG�Gbta F,n �Yh�i�c�u �a�e� fih��r �3ill ��im,tmin �th�� ��ntr��c.�� �'�;esm all �rair��a�ti�.n� .r��ad';e� WndeK the �xn�tin� ��d�n;tr�a€t rru�r��e�r �im;�lu�l'in� pur+�Has�e �+rd�eR.�� rri;���k �r�f'�r�mr� �:�e� rr��� �af th� a�a�a�Q�d�d ���n�a rt .I�o�I�J'.�e+r. T�:� �x�P�tiu�n r�+ �Mi� r�e�;Wi����e�rnrt is if �h�e �arrtr��l�':t��l�'��r r�� I��,��r fi�lds tMe ��anfira�ci� �r if tf�e ��m�a�n�� �::a� ���n ���;wine�2 6� �er�+th�er �+�m�aa:�a� s;r�d vmd�r���r�e �a a�.aeria ��,am��. Fa�atic� �o# �h�� .a wtM+�riae�! r�a���e� �t�a e��e�, t� thi� �xi��ir�� ��o�tra�t� m�U�t 6�� pr,����d aryd �p�.r��+�d hy� ���i�� �4. In i�n�tairnc�� ��rltir re tlh�e� rr.rntr��t h��l��r ha� ��,,�;�ine� �a s�p�e�te a;rid di��tinct �rrnpar��a .a<rs� ik ia me��s�a:r}� �t� �d'���'i,�,mat� tl���e ��taim� ��r,:h,a�� ��c�li�:.a+�� 6�!� th� nam;-��ntr��e.t ��rl�'�e�, �1��n G�:i� ���i�na�ti�n n�a,� b� rna;de ifi,. am�9 �nl�a� i�,. th� ��n�cr�r� h��d�r'i� al���,r?��;�ne����d �vr� �h�� �r�n���b:�an. 6i. �'Iaimt��r�an��e ��f rec�ar�s, e�a�tt� �f�� �w���r���d ;:�ri�rac� ha���er ��d ��nb��qu?�t ���i�r��e� ��r��e t� neari�im� r�e:�prae��xih@� f�+r m��i�uta�ir�i�i�� ��I dllCl6'���ile� ifI�C�1C'CIS,, Ifi!:�WdIA1;.� r��c��:�n�en�t: M��e�t i�� thre �rrd��ar� c�d�r�� � f�r�a�ir��es� �n�Jl �a;l�� �in��iKps„ �r�lat��d t�� �t�P�tP� �� ��.a rt�.�er�, PuEr'li� 5�tito�� �n�i,��ar •c��tr�c.t rr�um�h�e� �ur��u.aa��t t�- tM� �t�at�r�r�+ ,r�qw'ir�m��r�� 'id�entified im t��e� ��nd�ar�:€�n�ta�a�ct. inl. R.at�vm:�!mt�. B�th� k�l:�e� �wa�r��d ��rr�tr��,t E��Id�ea �rrd1 �wb��uee�t ��si�n�� ,a�P�e� t��at al:l :pa:�,���nt� ��d� h�� ;p�a;r4��ip�%in� �mt�ti�es r�rn�is�ha_ �n�m�d� �d�;r��th� t� t�re �c�rrtrkra�t hra�Id�rP urrPae� �th�r���i��.a�pner�e�� �'.,y�' �'e��l�'n �. ::�a�tCi�d'dI�1�I}�@ 'h��G�� p�rt:i�� a�k�ev�a�ule�'�e �h�at im�',ins��r���� ��h�re �t i� �;e:��ac?� t� �d��i���i� th� pu��r�;a��es iF�ci�li���e:s� ay� a�s;i,�n��f �ha:t thr� �crn��a;rt F��I+�e�r �w�t �Ise� t�� r��e�F��r�r���e�9 ��u t� p�uQrM��� �rd��r. i��. H�r��d'lie�g r�F �r��ari�Gam,� am�"�r ��a�fia��rr�i�l I��rm7��i��. 1rr a�r�a�d ?�i�� �he m�rrrrs �!th� ��n�r �t, �h���� �a�au�r��c1 ti.��n�'ar �r�id a�.�i�m;e:� �e� ih,art;�at �I� I�t�.� i� �i�ll h,�l�l i�m �G�i�'t ��r��id'te�c� ��t� ��+t �di����s� � �n� �tl�ir� �ar�.� �c�a�r���n�ia:l.a,r�d,+�e ar�pri�t�r� ir��rrr��tc�n �f ���,�r� 4�, �xteg�t a� �a�pr�x�e�d' �ir+ �ar'rti�r�,g �yr �e�f�r+ .�,, a.r�d �i�l u�i� �'hr� �C�r���n�ia.'I I�rfw rr�r�te�n far :na pu�p�as� ��h��r �t��a�� �r��i�f'tr�� ���i��s: �rti��r �h� c�a�utt��t. ��:�th� ar�rs�d�d �°�:�tid�ae� se�� ���m�c�tee �Fi�ll �rm:t�p� �r�rt�:'rt �a ���� ti� +Co�r�f�d�n�ia:l 1r�'1�+rr�ra,ti�rm t� th��e �� it� �rr,pl�!��� �r a:�rtfi�r�e�dl ��;�r�e��n�t,atiw+�� �t�a,�+ir°ti� � �r���d t�a� �rn�M{e� �nd x��hu �a�� �;�nae� ��+r����n�:iaJik�' a���e��,�rrt� �� �ne �tM��a�ri��e �ur�d: �w �ri�d`.�e�r�ti�l�ik� �6�I�����i�r�s� ��t; I���� ;as me�.trir�ku.��e �a� t����� �a�k�im�e�':h��r�ei�rn. T�oi� �d�ur��rr� �ia � �� K:�rn�krw�d i�: .strir� ;a�:��r�a>rn�� �ritt� +�h�� t�err�� ;a�d �r�di�ti�m��: �u�ina_d �n �f�� ���i�a�, ��'�:r�a��aF F�I��t�r� ,�re�eim��t rei���n�c:��d t��r�i�. 8�th� �wa�rd��d �x�em�d�c �md a�<i�r,�� �a�r�e� t� uph��l�i the w�r�daa ��P:i��a'tiar�� s�� f�rt'I� �� �G(h,e x� em.�l�a� �g.r��rn��r��, T��i� �re;e,,r�,es�t �m�i[I 6���c,�rr��e� �'ffa�LtlM�'�tlti@�I �l��l.�� l� �7!II (��II't11�5.. `�crsi�n ��ist+�!G:2:4 Docusign Envelope ID: BB836855-OC25-40A7-8629-A7760E14000A - - - - - �. I-��"r;��1 �d a'�'�.,'!'�'j'c��1i,�� tP,� {Fr'r�i;�,:�l.• iii: tr�'��."� ' �.,�iSf'. ��iti.`�l�i� ;3 i�Ji'I�i!!�.� i:il'i4�1'.IAI��j'; •ii.��11 � �i � • .i t� _., _ tdf ,�„_,� f' 1� 1 7�a' t 1..'W�: � ri!'Pt�'Pr�1PJ �.'r't• 1t7�.YPi�i1.1'�1' � ti i��'Z'crd'�C.'x�5 di., i�:� ;•,��.1+...���:'..I ,'i.F�' j.i:��'rA,����JS` II'1'.rP.f')1'1"Ft'1� P6.Yd;id�i"fiJdati'f'{'rp1J S!�',tifd'�!!. ��I'r17`ud��i,' t.� , d � .1 r- �, , . , ,1 , . _ p C�P�lll���t'c�t' f9'i'.'a�.'l���il��tl�'' of�i' if,1� t 5�`.7'l:�i'S-. �''�i �Id Pfl'�117'?�sdiil',11. tiiiilll._t'.ti 4' C'sl�l.'.il f}� 1`�ii',�i,l�!.!:j}.L-P�i..�� ���'�'11:5 !'01`I�i_`ii f.fil'itdll�� ��§1�It�I'�il`:tC'��"1 :ti�i.l.Pa�:.� C���-il��i�l� :'ti�fl�'�,� flif! AJ'�Jili �'1�C'P�M;_l` t'1i'' I��i`'dPli�ihl�i' 1PI�� J� L.4'. ��iC'4' Sd�l�iiL{�AfA'�L".4', I�Id',`4t'14'IPAI�:i Lldlsf ��L�il'iild.' b,Td'���.�dEd7'i'S', ldi��i1�Y��Pd�CiP.� ['1Ati�P.ti. �:�ii_7 iR�'.�I��l.��•�Ji�i'a, �1�1i��a���7Ydl�fE' �5 fi`C,'�;f,rfra-.5r��;z` .i�'�,1� �- - i�dl,�fti;�' L'r�['f�J!' d'aT�Jd �'+'�'.'e. ii P1':Ad�', �: fr; , 1,��°��: �t,-el` t'�ta��i+�i�t�9� ��.��47� �i'�:��5�� k� ��rc�k�d�: �i?���i^JL�"4 �:�:irtici��li�;:� ,;:��l�t�r� �1 Y'�I�•��r�l��s tim�d €and�e��;�u�Ci�a�, s�:�t��r� fcrr 9it� �;�1c1 �;t ,i.l:r�:�l,��. �aa�:��1� ��nfi�c.a't��J, i�mpc�n�l�d. �nd:��r �,n�l��inri�;�l �r17cj11:�1 F�r�a�e�rC� €�fi �91 �����. ThiS �ar�tF.a.�h ���iIP I;�Lluc�� ��:a�l �r•��;vi� ;,:� 4�ai�ll. L�;.�n.e ;:N�-�;r ��!�m�l�. ��G .--�I�� �� ���Il�r I,��+��i� F`;i;k�'n�;s;l ��r��! .',�,�'. si�_�rr7�ri f��+ �ta �u,(.: , ,e�aithir� fi�a�� 4�'� ��y�'� r�,f th�� �C���irr� r:�F +����� �u���i�:��7� L��� ;�t�� rrk�i�r�u th�;� �.r��'� E������r� R'o�r7�i:urr�. 'Li��i� a�k�r �i+ll�,.t� ��a�t� rr��r�'�iES �rr�,lir_.�'hC� ��1�� ��7�:�u'C� CI� ����rr��arr�k� �[.�"a 1�:1�inr� �7�,�[t�,ri��,�. ��,�� #�:-: ��IC�r �C7�mni� �ti�rtn�r� �°:c.as� 'I�r ��If�r ��mn�� ��=�rL��r,i �':rr:=.� �f-� f��.i°y��r��ii����r'� ��e:�rr`,i��r�'ij E�+�I#�+��r F°ra�rni�rr� �y;�i�i �:e�l�iiric:4a ��r }"yka�;li:�n�-��ir .ncir�i:n ��r �:t�l�rc�l��i f:r��n �i�r��P:�t�rJ �r�ir� i�� ��!� ; �C7 +a *�'� �r' f ��.II"i�7t� �3�; �"511�:P,Iti::-� ���t��� �'-�1 � �� � �r�r�i� �i ar�� f� �;F�ry��? ���_�!'{� fi't���; f'�� �t�;r �ln:iA �j��a ia 1; ;��;'�:� i.�r�� va�,�l'�� � 1.�. �=;�: � �' :� :3"?�„ v��•.���� I�:��, I�-�, Fy�.. �k �,�,r y li ��F,li��:���� �� ���' r` y : r�L1���:-� � . • Is the ccuction. f'ee the same for c�ll auctions or a scc�led fee based upon size of auction or sale price? Our commissions and Buyer Premiums are the same for all a sellers' auctions no matter the size or dollar volume of the item or total sale. • Is the c�uction f'ee deducted from or added to the sale price? Buyer Premiums are added to the selling price and distributed to the Partner and Lone Star respectively. • Provide fees for involved marketing of the auction sale, including real estate (residential, commercial and industrial lots), commercial equipment and vehicles. Advertising costs for real estate, specialized or especially valuable equipment, aircraft, large watercraft, or other high value assets will be on a cost-reimbursable basis, proposed to and approved by the seller prior to the commitment to media. There is no way for proposers to anticipate the breadth, depth or duration for advertising which might be required under this agreement. E.g., on June 5, 2019, Lone Star Auctioneers sold a monumental bronze statue of Robert E. Lee in a restricted auction. The statue brought $1,435,000 and was paid for within eighteen hours by wire transfer. There is no way we could have anticipated the need for a marl<eting plan and advertising costs for a famous larger-than-life bronze statue of this magnitude. • Provide any other information applicable to the auction fee. The OMNIA partner is paid 100% of the collected selling price of their assets upon completion of the auction and collection of proceeds. Implementation and Trainin� Indicate the fee or fees to be charged for use of the web-based online auction system. There will be no fees charged for the use of our online auction system. Provide a complete fee schedule for this service. At a minimum, address each o.f'the following items: IV. EVALUATION PROCESS AND CRITERIA • Describe the types of costs, if any, applicable to implementation of the web-based auction progrczm for cc contrczcting membeN. There will be no casts for the implementation or continual use of our online auction system. • Describe ccnd provide the costs, if any, applicc�ble to providing training for a contretcting member By way of an initiaE Zoom or Teams meeting, key partner members will be provided simple instructions and guidance in the preparation and transmittal of an auction spreadsheet for the sale of items to a camfortable level of proficiency. We will provide additional "refresher" or "new employee" training as necessary at no cost to the partner. LSA has never charged for training. (See Attachments-Training Material) • Types of costs may include implementation fee, tNaining fee, customization fee, trc�vel, peN diem, materials, etc. There will be no other costs or fees associated with use of our online program. Our process is easy and quick to learn. There will be absolutely no need for travel or per diem costs or materials. • Provide other information applicable to implementation and training fees. None. Technical Sunpart • Describe c�nd provide fees for technical support services, if any. There will be no fees for technical support. • Provide any otheN information applicable to technical support fees. No fees apply. System Up�rade & Maintenance • Describe and provide fees system upgrade and maintenance, if any. None. • Provide any other information applicable to system upgrade and maintenance fees: 3 IV. EVALUATION PROCESS AND CRITERIA None. Other Costs None. ■ Describe and pNovide any other fees or costs applicable to the contract. Provide a cotnplete fee schedule for this service. At a tninimum, address each of the following items: • Sales Tc�x Lone Star will co{lect and remit timely all state and local sales taxes to the appropriate taxing authority in the state where taxable assets are being sold. o Indieate how sales tax/use tczx would be traelzed c�nd pczid. Our software automatically differentiates between taxable and non-taxable items based on our data upload spreadsheet and calculates all sales taxes due for taxable items and generates a report showing taxable totals. Taxes are totaled by invoice for each buyer and for each auction and are stored in our database by tax classification in the appropriate sales tax accaunt. On a monthly basis we remit the reconciled taxes due to the appropriate taxing authority. o Identify what jurisdiction(s) would be the recipient of sales tc�x revenue. The taxing autharity in the district would determine to whom collected sales tax wauld be paid, and that would vary seller by seller. • Revenue Share Discuss possible revenue share c�rrangements. None. The partner gets 100% of the revenue and the cooperative receives its 3%. o Offerors should state proposed percentages, how revenue share will be calculated and how and when they will be pc�id. None. • Is a fee charged fo� a Member to register on the system? 4 IV. EVALUATION PROCESS AND CRITERIA No. • Is a fee charged for cz potential bidder to register on the system? No. • Discuss how fees are collected frotn agency pc�y c�nd a Buyer pczy perspective Fees are collected from the buyer at the time of payment. Lone Star would collect the 12.5% Buyer Premium and remit to ESC4 their 3%o in accordance with this agreement. • Describe options available for collecting payment from bidders (e.g. agency collect, Contractor collect, etc.) Lone Star would collect all funds from buyers and remit those funds to the seller by EFT no later than five days after the buyer payment deadline. ESC4 would be paid in accordance with the requirements of this contract. b) Performance Capability i, Include a detailed t^esponse to Appendix D, Exhibit A, OMNIA Partners Response fot^ National Cooperative Contract. Responses should highlight experience, demonstrate c� strong national presence, Throughout our response, Lone Star has detailed our experience in terms of major government clients, geographic range of performance, duration and continuous performance af contracts in a variety of auction formats. Our clients and buyers are exceptionally loyal to Lone Star Auctioneers. In the fourteen years we have held OMNIA Partners (TCPN/NIPA) auction contracts, not one seller has changed auction providers. o demonstrate a strong national presence, Lone Star Auctioneers has a very strong regional presence among local and state government entities and a strong national presence among state treasurers and attorneys general who are responsible for the sale of the contents of unclaimed safe deposit boxes. o describe how Offeror will educate its national sales force about the Contract, 5 IV. EVALUATION PROCESS AND CRITERIA Exhibit B— Omnia Partners Contract R240603 Region 4 Education Service Center (ESC) Contract # R240603 for Auctioneer Services and Related Products with Lone Star Auctioneers, Inc. Effective: December 17, 2024 The following documents comprise the executed contract between the Region 4 Education Service Center and Lone Star Auctioneers, Inc., effective December 17, 2024: I. Vendor Contract and Signature Form II. Supplier's Response to the RFP, incorporated by reference CONTRACT This Contract ("Contract') is made as of December 17, 2024 by and between Lone Star Auctioneers, Inc ("Contractor" and Region 4 Education Service Center ("Region 4 ESC')for the purchase of Auctioneer Services and Related Products and Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number 24-06 for Auctioneer Services and Related Products and services ("RFP"), to which Contractor provided a response ("Proposal"); and WHEREAS, Region 4 ESC selected Contractor's Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies") may purchase products and services at prices indicated in the Contract upon the Public Agency's registration with OMNIA Partners. 1) Term of aareement. The initial term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for an additional term of up to two (2) years or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC's intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. Notwithstanding the forgoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued under the Contract for a period of up to one year beyond the Contract term. 2) Scoqe: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. CONTRACT 1 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Aqreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e., bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Addina Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; CONTRACT 2 iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. CONTRACT 3 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract for a period of up to one year beyond the term of the Contract. 14) Delive . Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adiustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Riqhts. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing CONTRACT 4 being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warrantv Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25) Reqistered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by CONTRACT 5 its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokinq. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundina Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnitv. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketinq. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Leqal Obliqations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. CONTRACT 6 Docusign Envelope ID: 3B82099D-467B-410C-9FDE-4AD3BFOF4314 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name Lone Star Auctioneers, Inc. Address 4629 Mark IV Parkway City/State/Zip Fort Worth, Texas 76106 Telephone No. 800-275-3336 Email Address Marilyn@lonestarauctioneers.com Printed Name Marilyn K. Burgess Title r.Fnip�o���on+ Authorized signature Accepted by Region 4 ESC: Contract No. R240603 Initial Contract Term 12/17/2024 to � . l�i vy� a�i�„� ���2�?�rn,a�� Region 4 ESG Autf`iorized 6oard Mem�er Linda Tinnerman P int Name Region 4 ESC A zed Board Member ^^���,o �,�,Z^� 12/31/2027 12/17/2 024 Date 12/17/2 024 Date DS Initial �w � Victor E. White Print Name � i � � :_ ::' �.. � ��, 4 � �.:.>" d'� z� � u � �..',;. � � I `� t� ; , 24-06 Addendum 3 Lone Star Auctioneers Inc Supplier Response Event Information Number: 24-06 Addendum 3 Title: Auctioneer Services Type: Request for Proposal Issue Date: 6/21/2024 Deadline: 8/5/2024 02:00 PM (CT) Notes: PLEASE NOTE THAT THE BOARD MEETING DATE HAS BEEN CHANGED TO OCTOBER 29, 2024. Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Only online proposals will be accepted. Proposals must be submitted via Region 4 ESC's online procurement system: region4esc.ionwave.net. No manual, emailed, or faxed proposals will be accepted. NON-MANDATORY PRE-PROPOSAL CONFERENCE Meeting to be held on Tuesday, July 16, 2024 at 11:00 am via ZOOM. Click here to join. Offerors are strongly encouraged, but not required to participate in a pre-proposal conference with the Procurement and Operations Specialist. Page 1 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 Contact Information Address: Finance and Operations 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Page 2 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 Appendix G, �oc #9 AC!{NQWLE�GMEhfT ANQ AC�EPTANCE �F REGI�N 4�SC's DPEN R�CC3RDS P�LiCY ❑PEN RECQR�S POI..ICY All proposais, inforrnation ar�d documents submitted 2�re sub�eGt to the P�tblic Ir�formation Act requirerr€ents gflv�rned by the 5tate of Texas ance a Cant�act{s} is executed. !f ar� Dfferor �elieves its resportse, ❑r parts �fi its respar�se, may he �xempted fram disc{asure, the Dfferar must sp�cify page-�y-page and iine-by-iine the �arts af the respor�se, which it be�ieves, are exempt ar�d incl�d� d�tailed reasan� to subsiarstiate the exemptiQr�. Price #s nat confidential and wilf nflt b� with�elci. Any unrriarhed i�formation wi[I be �onsid�red public inforrr�atian and re#eased, if reques#�d under the Public Informati�n Rct. The deterrriinatiors Qf whether informatinn is confder�#Fal and r�at suhject ta dis�lflsure +s the duty �f the O�Fice of Attarney General {C3AG}. Regian 4 E5G must pra�ide the QAG su�Ficient in€ormation t� render an apinion and th�r�fore, vague an� general Glaims ta canfidentiality by the flfferor are no# acceptable. R�gian 4 ESG rr�usi comply with the opinions of the OA�. Regi�n � E5C assumes na responsi�ility for ass�riing I�gal argume+�ts an behaif of any ❑fferar. ��Ferar is advis�d ta �onsult with their legal co�nsef cancer�#ng discl�sure iss�es resu#ting �roni this �rncurement process and ta taice preca�tions ta safeguard trade secrets and �th�r �ropri�tary ir�f�rmatian. Signat[�re below �erfifies corr�p�ete ar.ceptanc� ❑f Regiorr 4 ESC�s npe�� R�cards Policy, except as nafed �relow (additran�f pages may he attached, if ne�essary}. Gheck o�e af t�e fallawing respans�s ta fhe Acknawledgrr�ent and A�ceptanc� ❑f Region 4 ESCs ❑pen Recards Policy below: � We ac�Cr�owledge Regian 4�5C's �pen R�cords Palicy and de�lare ti�at na infarmatior� 5L1�1iT1[�L@Cf Witii �}1!5 �}f�j3QS�I, ❑r any part af �ur proposal, is exernpt from disclosure �nder the Pu�fic Infarmatian A�t. �� We decla�e the following ir�farmatian ta he a irade seGret ❑r propri�tary and �xempt fr�m discl�sure �nder the �'ublic infarr�a#ion A�t. {lVofe: �fFerar mtisf specify page-by-page �nd Jrne-hy-lir+e ti�e parts nf the response, wl�r�h it l��freves, ar� �xsrr�pt. In acfdition, a�feror must in�fude detailed r�asar�s ta su6siantiate th� exemp�ron{sj. Price is naf �Qnfrden! and wifl r�of be withh��d. All inf�rmation betrevecl to be a trade se�re� ar,arn�rietaiy must be lisfed. It is furf�er ury�lerst�ad tttat faiirlre t� ider�fify s�r�h in�ormation, rra sfrrct aGcordan�e with fhe insfructrons, vvifl result rn th�t infarmatiar+ 6etr�g corrsidererl pufal�c irrf�rmafion atr�l released, rf reqt►�s�ed urrder fhe Public Informatior+ Act.} D$1��1�4 Date � �� ��- � �lfharix�ci rgnature & Ti e Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifi�s complete acceptance of the terms and conditians in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP sha11 prevail. Check one of the following responses: � Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) ❑ Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearfy state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror's proposal from considerafion for award. Region 4 ESC shall be the sole judge on the acceptance of excepfions and modificafions and fhe decision shall be final. If an affer is made with modifications to the contract provisions that are nat expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Exception/Proposed Modification Accepted Specification (For Region 4 • ESCs use , . , Apperra'ix �. �oc #� ANTiTRUSi" CER�IFlCATI�iV STAT�M�NTS {Tex. Ga�er►�m�ent Code § 2955.QQ5� Attarney General Farm I affirm under pena�ty af perjury a# fhe laws af the 5iate af Texas that: 1. 1 am d�iy authorized #o �xecute this Contract on my own �ehalf �r an b�hah€ Qf the Gompany, corporation, firm, partnership ar in�i��dua1 {Campany} listed helow; 2. In canr�ectian with this p�oposaf, �eithe� I nor ar�y re�resentati�e af the Campany has vialated any pravision af the Texas �ree �nterprise and Antitrust Act, Tex. Bus. & Gornrn_ Gade Chapter 15: �, In c�nnectian with this p�oposai, neither I nar any representative of the Company has vfolated any fe�eral antitrust law; and 4. Neither I nor any representative �f the Campar�y has directly �r indirect�y cammunieated any of the contents of this �rpppsa! tQ a competitar of the Company ❑r any otF�er cQmpany, corporatian, firm, partnership ar indi�icival engaged in the same line af business as tf�se C�mpany. Com �ra ny Lane 5t�r Auctinneers, Inc. Contact f� � 5igr�ature Mar�lyn K. Burgess �rinted IVame Address Phane 4529 Mark IV Parkway �ort Wor�h, Tx 761 Qfi 8D0-�T5-3336 ��OlPresident Pos�tion witn Company qff€cial Authvrizing � ; ; � �� ��� Proposaf �r. �i 5ig'nat�re Ed Lanf�rd Jr. Printed Name Vi�e President Pasitian with Cnmpany Fax 817-74�-9777 �ERTIFI�ATE OF INTERESTED PAFtTIES �vRn� 1295 I of I Campfete Nos. 1- Q and s ii tf�ere are �nterested parties. �FFIC� U5E �111LY Comple[e ivos. i, �, 3, 5, and 5 ir tt,ere ar� no inter�ste� parues. CERTIFICATl�h1 aF FILIIVG 1 YJame of business entity filing Fnrm, and the city, Sf3iB dnd COURYYy nf thE #]Ia5[ne55 enYity's place Certificate EJumper: oi 6usiness. ���4_Z�gr��4q �a��e Sfar Auctioneers, Inc. Fort Warth , TX United States E�ate Filed; 2 Name of go�ernmenial entity ar state agency that is a party to the cnntraet for which if�a furm is �B�Q�����`� heing filed. RegivFi 4 Education Service Center �Qmnia Par[ners} oat� acknowledged: 3 F'ravide the ident9fication number used by the go�ernmental entity or state agency ea track or identify ihe eontract, and prouide a descriptian al the ser�'s�es, goods, or ather property ta �e pro�ided under the �antract. 2A.4fi Auctivneer Ser�ices Nature pf interest 4 Name of Interested Party City, 5tate, Country {�lace of husinessy {check applicahlej Cantralling Interrr�ediary 5 Cheek nniy if ther� fs NQ fnterested Party. � 6 uNSWORIV QECLARATiaH nny �ame is Marilyn K. Burgess , and my date Qf b�rth is November "I $, 1�46 My address Is ���� M�rk IV Parkway Fa�t Wvrth TX 7fi1 Dfi LJSA {sireat) {r.ityj (sta�e} (zip code] [cqunlry] I c�eclare under penalty af perjury Fhat [!ie f4tegoing is [rue and carre�t. Exe�ut�d in Tarrant Cqunry. Sta1e of T�'x�S , on the � day ai A���S� �� �4 qmonthj {year) .. ,� Signature au�laori2ed agent oi r.o r� ing tiusiness entily {Eler,laran4) Farms pro�ided bv Texas Ethi�s G�mmissian www.ethi�s.state.tx.us Versian V4.1.0.48da51fT aa���,d,� c, ❑ac # =� 'iexas Gfl�ernrri�nt Cnde �270 Verificatiors Farni Hause 8ilf 89 (85R L�egEslative S�sskon}, whi�h adds Ghapter 227a ta the Texas Go�ernmer�t Coc{e, pravides that a governmenta! entity may r�ot enter inta a contract with a campany withouf �erifi�atEon i�at the c�ntra�ting vendor c�oes n�t and wil� nai b�ycott �srael during ihe term af the contra�t. Furtf�erm�re, 5enate Bil1 252 t85R �egislative 5essian}, which arriends Chapter �252 �f the iexas Ga�ernment �pcle t� add Subcha�ter F, prohi�its contra�ting with a compas�y engaged in busir�ess with }ran, Sudan ar a far�ign terrorist argani�atian ide�tified �n a Eist pr�pared by th� Texas Comptroller. � Marilyn K. 8urgess . as an autharized repres�ntative of Lone Star Auc#iane�rs, I nc. Ins�rt Name af Campany a contractor engaged by Re iar� �# �du�atiar� Service Cen�er 7145 1Nest Tidwei� F2Qa� H�uston i�C 7'7�9�, verify by this writing ihat the above-named company afFirrrrs that it {1} dfles r�at �aycott Israef; ar�d (2} w+lf not boycott Israe� during the term af this contract, ar any contra�t with #h� abave-named Texas governmental entity in th� f�tur�. A#so, aur �ompany is �ot list�d on ar�d we �[a not do busin�ss wifh con�panies ihat are an the Texas Camptr�lier �f P�b�ic Acc�unts list of Des��r�ated F�reign Terrarists �rgani�atians faund at htt s:llcnm tralfer.texas. Qvl u��cY�asin Icia�slfQret n-terrorist. df. I further afFirrr; that if �ur �ampany's posi�ion on th�s issue is re�ersed and this affir-rr��tiqr� is no langer valid, tf�at the above-nam�d �exas gavernmental entity wiil �e notified in writir�g ►rvithin ❑r�e t1) �usiness day and we und�rstand that aur cQmpany's f�31u�e ta affirm ar�d c�mply with the req�irem�nts of Texas Go�ernrr�ent Cade 2�7� �t sec�. shall be grounds for imr�ediate contra�t termsnatian with�ut penalty fo the above-t�amed Texas goverrrtrrental entity. I 5wear and a�Firm that the above is true a��d correct. � 481Q 1124 S��rrat�;:�e �af Na ed Aut�oriz�d C� ny Representative �ate Lone Star Auctioneers Inc Information Contact: Address Phone: Email: Web Address Marilyn K. Burgess 4629 Mark IV Parkway Fort Worth, TX 76106 (817) 740-9400 Marilyn@lonestarauctioneers.com www.LSAauctions.com By submitting your response, you certify that you are authorized to represent and bind your company. Marilyn K. Burgess Signature Submitted at 8/2/2024 04:58:12 PM (CT) Marilyn@lonestarauctioneers.com Email Requested Attachments Texas Government Code 2270 Verification Form TEXAS GOVERNMENT CODE 2270.pdf Please complete the Texas Government Code 2270 Verification Form, located on the Attachments tab, and upload the completed document here. Value Added Services Value Add.docx Provide any additional information related to products and services the Offeror proposes to enhance and add value to the Contract. For example, a proposal for furniture may include additional value-added selections such as installation, white glove delivery options, setup/cleaning, classroom design/layout, special orders, etc. (OPTIONAL) Products and Pricing Product and Pricing Information.docx Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Contract and Offer Form and Deviation Form OFFER AND CONTRACT SIGNATURE FORM.pdf Please complete the Contract and Offer Form and Deviation Form, located on the Attachments tab, and upload the completed document here. Disclosure of Interested Parties form or Evidence of Exemption Form 1295.pdf If you are required under statute to submit a Disclosure of Interested Parties form (1295 form), you must do so here. Section 6 must be completed in its entirety. Alternatively, if you are exempt under the statute, you must provide documentation affirming your exemption. (REQUIRED, see Attribute titled "DISCLOSURE OF INTERESTED PARTIES") Additional Agreements Offeror will require Participating Agencies to sign. Upload any additional agreements offeror will require Participating Agencies here. Acknowledgment and Acceptance of Region 4 ESC's Open Records Poi��y Additional Agreements.docx ACKNOWLEDMENT AND ACCEPTANCE (2).pdf Please complete the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy, located on the Attachments tab, and upload the completed document here. Antitrust Certification Statements ANTITRUST CERT.pdf Please complete the Antitrust Certification Statements, located on the Attachments tab, and upload the completed document here. Page 3 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 Diversity, HUB Certifications ATTACHMENTS AND AUCTIONEER LICENSES.pdf If your firm holds a certification from certifying agencies related to M/WBE, DBE, HUB, or other diverse business designations, you may upload the certificate here. (OPTIONAL) Conflict of Interest Questionnaire No response If a conflict exists that requires the submission of a Conflict of Interest Questionnaire (CIQ), complete and upload the document here. (REQUIRED ONLY IF A CONFLICT EXISTS, see Attribute titled "CONFLICT OF INTEREST QUESTIONNAIRE" for additional information.) W-9 Upload W-9.pdf Interested offerors must upload an updated Form W-9 prior to submitting a proposal. OMNIA Partners - Exhibit F Federal Funds Certifications EXHIBIT F FEDERAL FUNDS.pdf Please complete the OMNIA Partners - Exhibit F Federal Funds Certifications, located on the Attachments tab, and upload the completed documents here. OMNIA Partners - Exhibit G New Jersey Business Compliance NJ BUSINESS COMPLIANCE.pdf Please complete the OMNIA Partners - Exhibit G New Jersey Business Compliance forms, located on the Attachments tab, and upload the completed documents here. Response Attachments IV.EVALUATION PROCESS AND CRITERIA RESPONSE.pdf IV. EVALUATION PROCESS AND CRITERIA ATTACHMENTS-TRAINING MATERIAL.pdf TRAINING INFORMATION SUPPLIED TO MEMBERS ATTACHMENTS-PROMOTIONAL AND ADVERTISING EXAMPLES.pdf EXAMPLES OF PROMOTIONAL AND ADVERTISING PLACED BY LONE STAR REGARDING THE ONLINE AUCTIONS OR TO USED TO PROMOTE OMNIA PARTNERS TO NEW MEMBERS. 3.0 SUPPLIER RESPONSE Sec. 3.0 completed.docx 3.0 SUPPLIER RESPONSE 3.2-3.3 SUPPLIER RESPONSE 3.0 Append D Exh A Final.docx 3.2-3.3 SUPPLIER RESPONSE ATTACHMENTS-EXAMPLES OF WEBSITE LISTING.pdf LSOonline.com WEBSITE LISTING EXAMPLES Bid Attributes 1 I CONTRACT DURATION {MODIFY DATES AND DELETE THIS NOTE} The initial term of the Contract is for a period of three (3) years unless terminated, canceled, or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for additional terms up to two (2) years after the end of the initial term or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC's intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. In the event the proposal term, including renewals, ends before another proposal is executed, proposal prices and discounts may be extended on a month-to-month basis by mutual consent. Extensions are limited to the lesser of: a) six (6) additional monthly terms, or b) the time which is required to complete a new solicitation for the goods and services provided for in this solicitation. Notwithstanding the foregoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued within the Contract term for a period of up to one year beyond the Contract term. �❑ I certify compliance with this attribute. Page 4 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 2 I NAME OF INDIVIDUAL COMPLETING THIS PROPOSAL Paula Hooper 3 I HOW MANY YEARS HAS YOUR BUSINESS OPERATED UNDER ITS PRESENT NAME 40 4 I WHAT IS YOUR CURRENT NUMBER OF CUSTOMER ACCOUNTS? 391 5 I WHAT ARE YOUR BUSINESS HOURS? Office hours: M-F 8-5;30 Central time, Tech Support 24/7 6 I IS 30 DAYS AFTER RECEIPT OF INVOICE AN ACCEPTABLE PAYMENT SCHEDULE FOR YOUR BUSINESS? If Yes, type "YES". If No, describe your payment schedule in the field provided. Yes. We pay lonwave members their sales proceeds in full within three business days after auction closings 7 WHAT IS THE STANDARD LEAD TIME FOR RECEIPT OF PRODUCTS AFTER ORDER IS RECIEVED (ARO), IN DAYS? Provide your answer in number of DAYS after receipt of order (ARO). 5 days 8 I ACCOUNT MANAGER NAME Please indicate the name of the account manager we should speak to with concerns about the products and/or services in this proposal. Paula Hooper 9 I ACCOUNT MANAGER EMAIL Paula@LoneStarAuctioneers.com 1 ACCOUNT MANAGER PHONE 0 (817) 569-6099 PAYMENT REMITTANCE ADDRESS 4629 Mark IV Pkwy, Fort Worth TX 76106 1 PAYMENT REMITTANCE PHONE 2 (817) 569-6019 1 CONTRACT/PURCHASE ORDER/QUOTE EMAIL 3 Vendors may choose to have purchase orders emailed to them in PDF format in lieu of having them faxed or mailed. To elect this option, please offer the preferred email address in the accompanying field. This email address will apply to any purchases from your company, so the use of a generic email address is suggested, such as bids@companyname.com or purchaseorders@businessname.com. marilyn@lonestarauctioneers.com Page 5 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 I CONTRACT/PURCHASE ORDER/QUOTE FAX NUMBER, IF APPLICABLE 4 If applicable, please provide a fax number to send orders and quote requests. 1 REQUIRED REFERENCE QUOTE OR CONTRACT NUMBER, IF APPLICABLE 5 Enter your quote or contract number and/or any other information our staff would need provide on the face of purchase orders in order to receive discount percentages and contract pricing. NA 1 COMPANY WEBSITE ADDRESS, IF APPLICABLE 6 LoneStarAuctioneers.com 1 HOW WERE YOU NOTIFIED OF THIS BID OPPORTUNITY? 7 In order to verify the efficiency of communication tools used to notify vendors of bidding opportunities, we ask that you provide us with the manner in which you received notification of this request for bid/proposal. Email 1 REFERENCE 1 $ Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. (OMNIA) University of Texas A&M University System All campuses, Texas A&M AgriLife and Forest Service Andrew Mitchell, Director of Logistics, (979)845-0182 9 REFERENCE 1 EMAIL Amitchell@vpfn.tamu.edu 2 REFERENCE 2 � Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. (OMNIA Partners) City of Euless, 201 N. Ector Dr., Euless TX 76039 Mike Lowry, Purchasing Manager, (817)685- 1447 2 REFERENCE 2 EMAIL 1 Mlowry@ci.euless.tx.us 2 REFERENCE 3 2 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. City of Fort Worth, 1000 Throckmorton, Fort Worth TX 76107 Janie Arreola, Senior Buyer, (817)392-5113 2 REFERENCE 3 EMAIL 3 Janie.Arreola@FortWorth.tx.gov 2 THE U.S. STATE YOUR PRINCIPAL PLACE OF BUSINESS IS LOCATED. 4 Texas Page 6 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 2 RECIPROCITY 5 For Businesses not located in Texas: Does your state of residence or incorporation require out-of-state bidders to underbid vendors residing in your state by a prescribed amount or percentage to receive a comparable contract? If Yes, please input that percentage; If No, please leave the adjacent field blank. No response 2 PARTIAL AWARD ACCEPTANCE 6 REGION 4 ESC retains the right to award this contract in such a manner that it receives the best overall value for the goods and/or services requested in this request for proposal or bid, which may include awarding to multiple vendors. �❑ I understand. 2 PURCHASE ORDER POLICY 7 REGION 4 ESC purchases tangible goods and services through the use of approved Purchase Orders. Vendors are highly discouraged from sending products, and/or performing services without prior receipt of an approved District Purchase Order. While campuses and departments may call for quotes and information, please be advised the District is not obligated to pay for any services and/or products ordered via telephone or email in without the presence of a properly executed Purchase Order. �❑ I understand. 2 ADDENDA NOTIFICATIONS $ Any addenda to this proposal will be issued electronically through this system. It is vendor's responsibility to review addenda upon e-mailed notice and retract/amend their submission as deemed necessary. REGION 4 ESC may choose to mark a proposal received prior to the issuance of an addendum as non-responsive should REGION 4 ESC, in its sole determination, finds the addendum to be of such material change that it warrants such determination. If such proposal is found non-responsive, REGION 4 ESC will not consider the proposal for evaluation or further consideration. �❑ I understand. 2 Provide equipment manufacturer, equipment types and discounts off published list price. 9 � 3 Define any freight charges. 0 � 3 I Describe how Offeror responds to emergency orders. 1 3 What is Offeror's average Fill Rate? 2 100% 3 I What is Offeror's average on time delivery rate? Describe Offeror's history of ineeting the shipping and 3 delivery timelines. Lone Star typically has the items live on our website within five (5) days of receipt, 7-10 days active on-line, and collection and payment to the Partner within three days of closing. Lone Star Operations Manager would receive the list of items to be sold on an emergency basis along with the numbered images and numbered description spreadsheet and see that the assets would appear on our website within 24 hours. We would coordinate with the Partner as to the assets needed to be offered to achieve the calendar nees/goals of the Partner. 3 Describe Offeror's return and restocking policy. 4 All items are sold "As Is, Where Is." There are no returns or restocking. Page 7 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 3 � Describe Offeror's ability to meet service and warranty needs. �i'. There will be no service or warranty needs under this contract. Our Ops Manager and Project Manager are available to Partners 24/7/365 3 I Describe Offeror's customer service/problem resolution process. Include hours of operation, number 6 of services, etc. All office staff are trained in problem resolution and customer service. We are available to the general public business hours and to Partners 24/7/365. 3 I Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. 7 Offerors shall describe any associated fees pertaining to credit cards/p-cards. There is no invoicing process with our online auctions. We collect the money from online asset sales and provide Partners with their full proceeds and reconciled reports within three (3) business days after the close of each auction. 3 I Describe Offeror's contract implementation/customer transition plan. 8 Lone Star Auctioneers Partner contact and associates will be provided templates, spreadsheets and simple hands-on instruction as to how to prepare assets and spreadsheets for sale. It is a very simple, intuitive process. 3 I Describe the financial condition of Offeror. 9 Lone Star Auctioneers, Inc. has absolutely no debt, notes, mortgages or financial obligation nor do its two owners and shareholders. Their combined net worth is well into eight figures. All real estate, company vehicles and FF&E are owned free and clear. We pay all bills Net 7 in full. 4 Provide a website link in order to review website ease of use, availability, and capabilities related to 0 ordering, returns and reporting. Describe the website's capabilities and functionality. www.LSO.cc 4 Describe the Offeror's safety record. � Lone Star Auctioneers has never had a safety incident in the 40 years of our existence. 4 I Provide a brief history of the Offeror, including year it was established and corporate office location. 2 Licensed auctioneers Burgess and Lanford incorporated the company in 1984 and have provided live (over 7600), webcast (dozens) and over 40,000 lots in "ebay style" timed auctions in the past year. We have specialized in the auction of seized, surplus, abandoned and forfeited property for local, state, educational, and federal agencies since 1987. Our corporate offices are located in the Lone Star Auctioneers Building in Fort Worth, Texas. 4 I Describe Offeror's reputation in the marketplace. 3 Reviews from our current and former clients are universally laudatory and include descriptive terms such as "Excellent," "Exceptional, "Responsive." Our performance reviews from the U.S. Marshals Service consistently rated us 5 of 5 stars for "Quality of Service, Cost Control, Timeliness of Performance, and Business Relations" for our multiple national contracts for seized and forfeited, jewelry, gold and silver, watches, stamps, fine are and watches, etc. and for our multi-state contracts for the towing, storage, maintenance and auction of seized and forfeited vehicles.contracts 4 Describe Offeror's reputation of products and services in the marketplace. 4 Please see response to #43 above. Page 8 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 4 Describe if distributors/dealers/resellers/subsidiaries/partners ("affiliates") will be used to fulfill the 5 contract. Submit a list of those affiliates authorized to sell under the proposed contract. Where and how does Offeror propose to maintain an authorized affiliate list so it may be accessed by Participating Agencies? How often does the supplier propose to update the affiliate list? Confirm the Offeror reviews the financial health, debarment status and overall general capacity of authorized affiliates. Offerors who us authorized affiliates are responsible for ensuring authorized affiliates are performing in accordance with the contract. 100% of the requirements of this solicitation will be performed by full-time employees of Lone Star Auctioneers, I nc. 4 I Describe the experience and qualifications of key employees. 6 Marilyn Burgess, Co-Founder, Co-owner, President and CEO since 1985-Master's Degree in Business Administration, 40+ years as a practicing, licensed auctioneer; Ed Lanford, Co- Founder, Co-owner, Vice President/Business Development, Master's Degree plan in Business Administration, 40+ years as a practicing, licensed auctioneer with almost 1 billion dollars in gross auction sales as Second-Lead Auctioneer; Paula Hooper, Operations/Online Sales Manager/staff auctioneer, 40 years with Lone Star, 30 years as a practicing, licensed auctioneer; Karen Plunk, Manager of State Unclaimed Property, Advertising, 28 years with Lone Star; Kathi Awtrey, IT Manager, 19 years with Lone Star; Marci Howle, Bookkeeping Manager, 21 years with Lone Star; Sim Burgess, Sale Site/Setup Manager, key licensed staff auctioneer for 40 years 4 I Describe Offeror's experience working with the government sector. 7 4 I Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers $ and directors. Three suits in small claims court for minor all dismissed by judge. Current suit against the Alabama State Treasurer for the sale of contents of an unclaimed safe deposit box. Lone Star was named in a broad charge for which we are immune by state statute. There was absolutely no fault in any action or performance.on our part. 4 I Provide Offeror's expertise in working with public sector and understanding of the unique technical 9 regulatory requirements. We have been selling for the public sector almost exclusively since 1984 and have sold live auctions in Texas, California, Arizona, Nevada, Colorado, New Mexico, Oklahoma, Louisiana, and Tennessee. Live auctions regulations vary from state to state and within cities, counties, parishes, and other subordinate jurisdictions. Lone Star has successfully researched and navigated all local and state laws, requirements, licensing, etc. in each one successfully over the past 40 years without incident, sanction, citation or penalty. We will research all jurisdictional requirements, laws, and statutes for each state which would be engaging Lone Star Auctioneers under this agreement. 5 Indicate if Offeror is licensed to do business in all 50 states. � �❑ Yes ❑ No 5 I Value Add - Provide any additional information related to products and services Offeror proposes to � enhance and add value to the Contract. Lone Star will provide a uniquely meaningful URL for each client to provide as a link to the client's auctions for the general public to engage. ALL CURRENT & COMPETITIVELY BID: Fort Worth Police Auto Pound since 1985; Dallas County since 1987; 1988-2020, State of Texas all departments; multiple national USMS contracts for transportation, appraisal, storage, and auction of seized and forfeited valuables: jewelry, gold, silver, coins, stamps, fine watches, sports memorabilia, fine art, etc; vehicle contracts for the USMS districts of North and East Texas, South Texas/Houston/Corpus Christi, & Southern Arizona; Abandoned safe deposit box contents for TX, CA, CO, SC, UT, WY, AL, WV, ME including storage, appraisal, safekeeping and auction; numerous other cities, counties, universities. Page 9 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 5 Include a per diem rate. 2 NA 5 For Non-Normal Working Hours, indicate if there is a minimum charge of hours and what the number of 3 hours is. No after hours charges will apply. 5 Is pricing available for all products and services? 4 Yes 5 Describe any shipping charges (where applicable). 5 None 5 Provide pricing for warranties on all products and services. 6 None 5 Describe any return or restocking fees. 7 None 5 Describe any additional discounts or rebates available. Additional discounts or rebates may be offered $ for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. None 5 Describe how customers verify they are receiving Contract pricing. 9 Our Operations Manager will confirm each customer receives the lowest rates offered. 6 Propose the frequency of updates to the Offeror's pricing structure. Describe any proposed indices to � guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. The pricing structure will not change or be updated. 6 Describe how future product introductions will be priced and align with Contract pricing proposed. 1 There will no pricing changes for future features or updates/upgrades. 6 Describe any diversity programs or partners supplier does business with and how Participating 2 Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. NA 6 Minority Women Business Enterprise Certification 3 If yes, list certifying agency. North Texas Regional Certification Authority 6 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Certification 4 If yes, list certifying agency. North Texas Regional Certification Authority SBE & DBE Page 10 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 6 Historically Underutilized Business (HUB) Certification 5 If yes, list certifying agency. Comptroller of the State of Texas 6 Historically Underutilized Business Zone Enterprise (HUBZone) Certification 6 If yes, list certifying agency. NA 6 Other recognized diversity certificate holder 7 If yes, list certifying agency NA 6 Describe how Supplier will transition any existing Public Agency customers' accounts to the Master $ Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Offeror holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Our most effective marketing technique is our history, reputation and word-of-mouth with potential clients contacting us to use our system. Our Operations Manager frequently attends local, regional and state purchasing and affinity conferences and seminars often staffing a booth with visuals, handouts and souvenirs while showcasing our Omnia Partners sign and logo on all the promotional material. LSA currently has contracts with Buyboard, Tips and Omnia Partners. 6 Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide 9 permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. �❑ Yes ❑ No 7 Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies � nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Offeror's sales initiatives should communicate: • Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency • Best government pricing • No cost to participate • Non-exclusive 0 Yes ❑ No 7 I Confirm Offeror will train its national sales force on the Master Agreement. At a minimum, sales training � should include: • Key features of Master Agreement • Working knowledge of the solicitation process • Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners • Knowledge of benefits of the use of cooperative contracts �❑ Yes ❑ No Page 11 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 7 I Provide the name, title, email and phone number for the person(s), who will be responsible for: 2 • Executive Support • Marketing • Sales • Sales Support • Financial Reporting • Accounts Payable • Contracts Marilyn Burgess, President, Marilyn@LoneStarAuctioneers,com, 817.569.6004; Ed Lanford VP Business Development/ ED@LSA.CC, 817.569.6006; Paula Hooper, Operations Manager, Paula@LoneStarAuctioneers.com;Marci Caldwell, Bookkeeping, Marci@LoneStarAuctioneers.com; 7 Describe in detail how Supplier's national sales force is structured, including contact information for 3 the highest-level executive in charge of the sales team. All sales originate from corporate headquarters with Ed Lanford VP/Business Development and are supported by our Operations Manager and Advertising Manager. 7 I Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and 4 service the national program. Our most effective marketing technique is our history, reputation and word-of-mouth with potential clients contacting us to use our system. Our Operations Manager frequently attends local, regional and state purchasing and affinity conferences and seminars. We would showcase at such events with the Omnia Partner staff. LSA would also entertain phone calls of support sale staff with suggestions from the Omnia. 7 Explain in detail how Offeror will manage the overall national program throughout the term of the 5 Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Our national sales force is comprised of approximately 153 of our satisfied Omnia sellers that have been using our services for years and our in-house group of employees who have built personal relationships. We have telephonic contact, internet social media, trade show booths, and print advertising in local, regional and national print media. Our word-of-mouth promotion has continued to build LSA's sellers and keeps our current for over 39 years. We have training that is unique to each member thru a Teams meeting or Zoom with supplied easy to follow materials to use to learn our online process with our Operations Manager/Auctioneer who has been with LSA for 38 years. 7 State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of 6 Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. City of Dallas, Perfecta Gallegos $9,196,465.00; Dallas Auto Pound Partners, Thomas Pratt $4,947,522.00; City of Fort Worth, Brad Hunter $2,005,080.00; City of Irving, Darlene Humphrey $1,475,890.00; Texas A&M University System, Andrew Mitchell $665,205.00; Dallas ISD, Arthur Harris $414,855.00; Dallas County Mike Frosch $374,081.00; Fort Worth ISD, Nellie Lucano $104,330.00; State of lowa, Dustin McNulty $92,165.00; Maine State Treasurer, Laura Hudson (1st year contract) $9,610.00 7 Year 1- Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration 7 Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $0 Page 12 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 7 Year 2- Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration $ Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $0 7 Year 3- Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration 9 Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $0 8 Please download and thoroughly review the Scope of Work, located on the Attachments Tab. Indicate � your review and acceptance. �❑ Yes 8 Oral Communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of � the obligations set forth in this proposal. �❑ Yes 8 Please download and thoroughly review the Terms and Conditions, located on the Attachments Tab. 2 Indicate your review and acceptance. +�❑ Yes 8 I Attribute deleted as part of an Addendum 3 8 Not to Exceed Pricing 4 Re ion 4 ESC re uests ricin be submitted as not to exceed ricin Unlike fixed ricin the Contractor can ad'ust 9� q P 9 p 9� p 9, J submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. 8 Provide the number, size and location of Supplier's distribution facilities, warehouses and retail 5 network as applicable. NA 8 Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the 6 strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days The Implementation of plan is in progress under the current contract. Page 13 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 8 Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the 7 strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners internet web-based homepage on Supplier's website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners The Implementation of plan is in progress under the current contract. 8 GENERAL TERMS AND CONDITIONS $ Respondent agrees to comply with the Contract and General Terms and Conditions provided as an attachment to this online bid event. Any deviations to the Contract and General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. �❑ I certify compliance with this attribute. 8 DEVIATIONS TO TERMS AND CONDITIONS 9 Any Deviation from the RFP documents, including the General Terms and Conditions, Notice to Offeror, or any other document presented with terms for consideration by the proposer MUST be documented and presented on the Deviation Form and attached to this electronic bid event via an electronic upload to the "Response Attachments" tab. In addition to indicating the requested deviations on the form, additional pages may be provided to more thoroughly explain each deviation listed on the Deviation Form. �❑ I certify compliance with this attribute. Page 14 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 9 FELONY CONVICTION NOTIFICATION � State of Texas Legislative Senate Bill No. 1 Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony". Subsection (b) states "a school district may terminate the agreement 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". Subsection (c) states "this section does not apply to a publicly held corporation". Use the list of values associated with this item to identify your status as it relates to this legal requirement. Non-Felon - person/owner IS NOT a convicted felon 9 NAME OF FELON AND NATURE OF FELONY, IF APPLICABLE � If response to previous attribute was "Felon - person/owner IS a convicted felon", vendor shall give the name of the felon and details of conviction. If you did not answer "Felon - person/owner IS a convicted felon" in the previous question, type "N/A" in the respective field. NA 9 CRIMINAL HISTORY RECORDS REVIEW OF CERTAIN CONTRACT EMPLOYEES 2 Texas Education Code Chapter §22.0834 requires that criminal history records be obtained regarding covered employees of entities that contract with a school entity in Texas to provide services for that school entity ("Contractors") and entities that contract with school entity contractors ("Subcontractors"). Covered employees with disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Compliance includes providing or causing employees and sub-contractor employees to provide requested information and fingerprinting upon request. Covered employees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. �❑ I certify compliance with this attribute. 9 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) CERTIFICATION 3 Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified agency as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB 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. Select one of the available options: OPTION A: My business has NOT been certified as HUB. OPTION B: I certify that my business has been certified as a Historically Underutilized Business (HUB), and I have/will upload the certification information into the "Response Attachments" Tab located in this online bidding event. OPTION B - HUB Page 15 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 9 DISCLOSURE OF INTERESTED PARTIES 4 Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service centers and school districts, for any contract which: (1) requires an action or vote by the governing body; or (2) has a value of $1 million or more; or (3) for any services provided that would require an individual to register as a lobbyist under TX Gov't Code Chapter 305. NOTE: This form is not required if the vendor is a publicly-traded business entity, including a wholly-owned subsidiary of the business entity (a company in which ownership is dispersed among the general public via shares of stock which are traded via at least one stock exchange or over-the-counter market). If you are required by law to submit this form, it must be completed online at the Texas Ethics Commission website. Obtain a numbered certificate and click the link below to access the instructions and to complete this required form. Upon completion, vendors required to submit the form must attach it to the proposal via the "Response Attachments" Tab. Click here to complete the form on the Texas Ethic Commission's 1295 Form webpac�e. Please note: The District must verify receipt of all required 1295 forms received within 30 days on the Texas Ethics Commission website. This verification does not indicate a contract award. Contract awards will be issued via direct communication from the AISD Purchasing Department. A contract requiring a Disclosure of Interested Parties form is voidable at any time if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the 10th business day after the date the business entity receives the written notice. IF UNDER LAW YOU ARE EXEMPT FROM SUBMITTING THIS 1295 FORM, PROPOSERS MUST SUBMIT A DOCUMENT THAT SHOWS PROOF OR PROVIDES EXPLANATION OF THIS EXEMPTION. THE FOLLOWING CONTRACTS ARE EXEMPT FROM THE REQUIREMENTS OF TEXAS DISCLOSURE OF INTERESTED PARTIES LAWS: • a sponsored research contract of an institution of higher education; • an interagency contract of a state agency or an institution of higher education; • a contract related to health and human services if.• • the value of the contract cannot be determined at the time the contract is executed; and • any qualified vendor is eligible for the contract; • a contract with a publicly traded business entity, including a wholly owned subsidiary of the business entity; • a contract with an electric utility, as that term is defined by Section 31.002, Utilities Code; or • a contract with a gas utility, as that term is defined by Section 121.001, Utilities Code. �❑ I certify compliance with this attribute. Page 16 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 9 CONFLICT OF INTEREST QUESTIONNAIRE 5 Re ion 4 Education Service Center Re ion 4 is re uired to com I with Texas Local Government Code Cha ter 9� � 9� )� q P Y p 176, Disclosure of Certain Relationships with Local Government Officers. House Bill 23 significantly changed Chapter 176 as well as the required disclosures and the corresponding forms. As of September 1, 2015, any vendor who does business with Region 4 or who seeks to do business with Region 4 must fill out the new Conflict of Interest Questionnaire (CIQ) if a conflict of interest exists. A conflict of interest exists in the following situations: 1) If the vendor has an employment or other business relationship with a local government officer of Region 4 or a family member of the officer, as described by section 176.003(a)(2)(A) of the Texas Local Government Code; or 2) If the vendor has given a local government officer of Region 4, or a family member of the officer, one or more gifts with the aggregate value of $100, excluding any gift accepted by the officer or a family member of the officer if the gift is: (a) a political contribution as defined by Title 15 of the Election Code; or (b) a gift of food accepted as a guest; or 3) If the vendor has a family relationship with a local government officer of Region 4. "Vendor" means a person who enters or seeks to enter into a contract with a local governmental entity. The term includes an agent of a vendor. The term includes an officer or employee of a state agency when that individual is acting in a private capacity to enter into a contract. The term does not include a state agency except for Texas Correctional Industries. Texas Local Government Code 176.001(7). "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Texas Local Government Code 176.001(3). "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Texas Local Government Code 176.001(2-a). "Local government officer" means: (A) a member of the governing body of a local governmental entity; (B) a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or (C) an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. Texas Local Government Code 176.001(4). Individuals serving as a Member of the Board of Directors, the Executive Director, Cabinet Members, and other local government officers may be found at: https://www.esc4.net/about/about-region-4. For additional information on Conflict of Interest Questionnaire, and the statutes that mandate it, please visit the following links: Texas Local Government Code, Section 176 Texas House Bill 23 A blank Conflict of Interest Questionnaire is available by clicking: https://www.ethics.state.tx. us/data/forms/conflict/C I Q. �df. If your firm is required to return a completed Conflict of Interest Questionnaire with your proposal submission, use the "Response Attachments" Tab to upload the completed document. �❑ I certify compliance with this attribute. Page 17 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 9 ENTITITES THAT BOYCOTT ISRAEL 6 Pursuant to Chapter 2271 of the Texas Government Code, the Respondent hereby certifies and verifies that neither the Respondent , nor any affiliate, subsidiary, or parent company of the Respondent , if any (the "Respondent Companies"), boycotts Israel, and the Respondent agrees that the Respondent and Respondent Companies will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term "boycott" shall mean and include 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 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. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (iJ Respondent is not a sole proprietorship; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100,000 or more wholly or partially from public funds of the governmental entity. �❑ I certify compliance with this attribute. 9 FOREIGN TERRORIST ORGANIZATIONS 7 Section 2252.152 of the Texas Government Code prohibits Region 4 ESC from awarding a contract to any person who does business with Iran, Sudan, or a foreign terrorist organization as defined in Section 2252.151 of the Texas Government Code. Respondent certifies that it not ineligible to receive the contract. �❑ I certify compliance with this attribute. 9 FIREARMS ENTITIES AND TRADE ASSOCIATIONS DISCRIMINATION $ Res ondent verifies that: 1 it does not and will not for the duration of the contract have a ractice olic P i )� , , P ,p Y� guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. APPLICABILITY: This c/ause applies only to a contract that: (1) is between a governmental entity and a company with at least 10 full-time employees; and (2) has a value of at least $100,000 that is paid wholly or partly from public funds of the governmental entity. EXCEPTIONS: This clause is not required when a state Agency: (1) contracts with a so/e-source provider,� or (2) does not receive any bids from a company that is able to provide the written verification required by Section 2274.002(b) of the Texas Government Code. �❑ I certify compliance with this attribute. 9 ENERGY COMPANY BOYCOTT PROHIBITED 9 Respondent represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) a"company" within the definitions of Section 2274.001(2) of the Tex. Gov't Code; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100, 000 or more wholly or partially from public funds of the governmental entity. �❑ I certify compliance with this attribute. 1 CRITICAL INFRASTRUCTURE AFFIRMATION � Pursuant to Government Code Section 2274.0102, Respondent certifies that neither it nor its parent company, nor 0 any affiliate of Respondent or its parent company, is: (1) majority owned or controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other country designated by the Governor under Government Code Section 2274.0103, or (2) headquartered in any of those countries. EXCEPTION: Clause only applies to solicitations and contracts in which the contractor would be granted direct or remote access to or control of critical infrastructure, as defined by Section 2274.0101 of the Texas Government Code, in this state, other than access specifically allowed for product warranty and support purposes. The Governor of the State of Texas may designate countries as a threat to critical infrastructure under Section 2274.0103 of the Texas Government Code. Agencies should promptly add any country that is designated by the Governor to this clause." �❑ I certify compliance with this attribute. Page 18 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 OPEN RECORDS POLICY � All proposals, information and documents submitted are subject to the Public Information Act requirements 1 governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: OPTION A: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. OPTION B: We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act and these requested exemptions are uploaded into the "Response Attachments" Tab located in this online bidding event. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confidential and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) OPTION A- No proprietary information 1 CONSENT TO RELEASE PROPOSAL TABULATION � Notwithstanding anything explicitly and properly declared as Confidential or Proprietary Information to the contrary, 2 by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the District may publicly release, including posting on the public Region 4 ESC and/or OMNIA Partners website(s), a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), unit price(s), hourly labor rate(s), or other specified pricing; and Vendor award notice information. �❑ I certify compliance with this attribute. Page 19 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 CONTRACTING INFORMATION � If Vendor is not a governmental body and 3 (a) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC; or (b) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC in a fiscal year of REGION 4 ESC, the following certification shall apply; otherwise, this certification is not required. As required by Tex. Gov't Code § 552.374(b), the following statement is included in the RFP and the Agreement (unless the Agreement is (1) related to the purchase or underwriting of a public security; (2) is or may be used as collateral on a loan; or (3) proceeds from which are used to pay debt service of a public security of loan): "The requirements of Subchapter J, Chapter 552, Government Code, may apply to this RFP and Agreement and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter." Pursuant to Subchapter J, Chapter 552, Texas Government Code, the Vendor hereby certifies and agrees to (1) preserve all contracting information related to this Agreement as provided by the records retention requirements applicable to REGION 4 ESC for the duration of the Agreement; (2) promptly provide to REGION 4 ESC any contracting information related to the Agreement that is in the custody or possession of the Vendor on request of REGION 4 ESC; and (3) on completion of the Agreement, either (a) provide at no cost to AISD all contracting information related to the Agreement that is in the custody or possession of Vendor, or (b) preserve the contracting information related to the Agreement as provided by the records retention requirements applicable to REGION 4 ESC. �❑ I certify compliance with this attribute. 1 ANTI-TRUST CERTIFICATION STATEMENT � Vendor affirms under penalty of perjury of the laws of the State of Texas that: 4 (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and (4) Neither I nor any representative of the Company have directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (A) - CONTRACT TERM VIOLATIONS �(A) Contracts for more than the simplified acquisition threshold currently set at $250,000 (2 CFR §200.320), which 5 is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 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. Pursuant to Federal Rule (A) above, when federal funds are expended by Region 4 ESC, Region 4 ESC reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. �❑ I certify compliance with this attribute. Page 20 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 FEDERAL RULE (B) - TERMINATION CONDITIONS �(B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will 6 be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when federal funds are expended by REGION 4 ESC, REGION 4 ESC reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation; (4) to the greatest extent authorized by law, if an award no longer effectuates the program goals or priorities of the Federal awarding agency or REGION 4 ESC. REGION 4 ESC also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 ESC believes, in its sole discretion that it is in the best interest of REGION 4 ESC to do so. The vendor will be compensated for work performed and accepted and goods accepted by REGION 4 ESC as of the termination date if the contract is terminated for convenience of REGION 4 ESC. Any award under this procurement process is not exclusive and REGION 4 ESC reserves the right to purchase goods and services from other vendors when it is in the best interest of REGION 4 ESC. +�❑ I certify compliance with this attribute. 1 FEDERAL RULE (C) - EQUAL EMPLOYMENT OPPORTUNITY �(C) Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted 7 construction contract" in 41 CFR Part 60-1.3 must 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." It is the policy of REGION 4 ESC not to discriminate on the basis of race, color, national origin, gender, limited English proficiency or disabling conditions in its programs. Vendor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this Contract, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification), sex (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. Vendor further agrees that every subcontract entered into for the performance of this Contract shall contain a provision requiring non-discrimination in employment herein specified binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. Pursuant to Federal Rule (C) and the requirements stated above, when federal funds are expended by REGION 4 ESC on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. �❑ I certify compliance with this attribute. Page 21 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 FEDERAL RULE (D) - DAVIS BACON ACT/COPELAND ACT � D Davis-Bacon Act, as amended 40 U.S.C. 3141-3148 . When re uired b Federal ro ram le islation, all rime g�) � ) q Y P 9 9� P� construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 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, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 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. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when federal funds are expended by REGION4 ESC, during the term of an award for all contracts and subgrants for construction or repair, the vendor will be in compliance with all applicable Davis-Bacon Act provisions. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (E) - CONTRACT WORK HOURS AND SAFETY STANDARDS ACT � E 40 U.S.C. 3701-3708 . Where a licable all contracts awarded b the non-Federal entit in excess of g � )� ) pP� , Y Y� $100,000 that involve the employment of inechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be 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 U.S.C. 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. Pursuant to Federal Rule (E) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (F) - RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT �(F)If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or 0 subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of 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. Pursuant to Federal Rule (� above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. �❑ I certify compliance with this attribute. Page 22 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 FEDERAL RULE (G) - CLEAN AIR ACT/FEDERAL WATER POLLUTION CONTROL ACT (G) The Clean AirAct (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 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 U.S.C. 7401-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that the vendor will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process in excess of $100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. Pursuant to Federal Rule (G) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (H) - DEBARMENT AND SUSPENSION �(H) (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties 2 listed on the governmentwide 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 1986 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. Pursuant to Federal Rule (I-� above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas. Vendor shall immediately provide written notice to REGION 4 ESC if at any time the vendor learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. REGION 4 ESC may rely upon a certification of a vendor that the vendor is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless REGION 4 ESC knows the certification is erroneous. �❑ I certify compliance with this attribute. Page 23 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 FEDERAL RULE (I) - BYRD ANTI-LOBBYING AMENDMENT �(I) (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required 3 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 U.S.C. 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. Pursuant to Federal Rule (q above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti- Lobbying Amendment (31 U. S. C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying'; in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not /ess than $10,000 and not more than $100,000 for each such failure. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (J) - PROCUREMENT OF RECOVERED MATERIALS �(J) When federal funds are expended by REGION 4 ESC, REGION 4 ESC and its contractors must comply with 4 section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) 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; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to Federal Rule (J) above, when federal funds are expended REGION 4 ESC, as required by the Resource Conservation and RecoveryAct of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), the vendor certifies, by signing this document, that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. �❑ I certify compliance with this attribute. Page 24 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 FEDERAL RULE (K) - PROHIBITION ON CERTAIN TELECOM AND SURVEILLANCE SERVICE AND 5 EQUIPMENT (K) Region 4 ESC, as a non-federal entity, is prohibited from obligating or expending Federal financial assistance, to include loan or grant funds, to: (1) procure or obtain, (2) extend or renew a contract to procure or obtain, or (3) enter into a contract (or extend or renew a contract) to procure or obtain, equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system. Covered telecommunications equipment is telecommunications equipment produced Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and physical security surveillance of critical infrastructure and other national security purposes, and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes detailed in 2 CFR § 200.216. The Respondent certifies that it will not purchase equipment, services, or systems that use covered telecommunications, as defined herein, as a substantial or essential component of any system, or as critical technology as part of any system. �❑ I certify compliance with this attribute. 1 FEDERAL RULE (L) - BUY AMERICAN PROVISIONS �(L) As appropriate and to the extent consistent with law, REGION 4 ESC has a preference for the purchase, 6 acquisition, or use of goods, products, or materials produced in the United States, including but not limited to iron, aluminum, steel, cement, and other manufactured products, when spending federal funds. Vendor agrees that the requirements of this section will be included in all subawards including all contracts and purchase orders for work or products under this award, to the greatest extent practicable under a Federal award. Purchases that are made with non-federal funds or grants are excluded from the Buy American Act. Vendor certifies that it is in compliance with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must still follow the applicable procurement rules calling for free and open competition. "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber, and lumber. �❑ I certify compliance with this attribute. 1 FEDERAL RULE - REQUIRED AFFIRMATIVE STEPES FOR SMALL, MINORITY, AND WOMEN-OWNED 7 FIRMS FOR CONTRACTS PAID FOR WITH FEDERAL FUNDS When federal funds are expended by REGION 4 ESC, Vendor is required to take all affirmative steps set forth in 2 CFR 200.321 to solicit and reach out to small, minority and women owned firms for any subcontracting opportunities on the project, including: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. �❑ I certify compliance with this attribute. Page 25 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 FEDERAL RULE - FEDERAL RECORD RETENTION � When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the 8 vendor certifies that it will comply with the record retention requirements detailed in 2 CFR §200.334. The vendor further certifies that vendor will retain all records as required by 2 CFR §200.334 for a period of five (5) years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Vendor agrees that REGION 4 ESC, Inspector General, Department of Homeland Security, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor, and its successors, transferees, assignees, and subcontractors that are directly pertinent to the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Vendor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. �❑ I certify compliance with this attribute. 1 FEDERAL RULE - PROFIT NEGOTIATION � For purchases using Federal funds in excess of $250,000, REGION 4 ESC may be required to negotiate profit as a 9 separate element of the price. (See 2 CFR 200.324(b)). When required by REGION 4 ESC, Vendor agrees to provide information relating to profitability of the given transaction and itemize the profit margin as a separate element of the price. +�❑ I certify compliance with this attribute. 1 FEDERAL RULE - SOLID WASTE DISPOSAL ACT 2 A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must � comply with section 6002 of the Sold Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. 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 exceed $10,000; procuring sold 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. (78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014.) Pursuant to this federal rule, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of all contracts resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in this paragraph. �❑ I certify compliance with this attribute. 1 APPLICABLITY TO SUBCONTRACTORS 2 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and 1 conditions of this procurement action. �❑ I certify compliance with this attribute. 1 COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT 2 When REGION 4 ESC expends federal funds for any contract resulting from this procurement process, Vendor 2 certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). �❑ I certify compliance with this attribute. Page 26 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 INDEMNIFICATION 2 Acts or Omissions 3 Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infringements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modification made to the product without Vendor's written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer's specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor's sole option and expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that Customer's use is non-infringing. Taxes/Workers' Compensation/Unemployment Insurance — Including Indemnity a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR SHALL BE ENTIRELY RESPONSIBLE FOR THE LIABILITY AND PAYMENT OF VENDOR'S AND VENDOR'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS CONTRACT. VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b) VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS' FEES, AND EXPENSES, RELATING TO TAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. �❑ I certify compliance with this attribute. 1 EXCESS OBLIGATIONS PROHIBITED 2 Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state 4 funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. �❑ I certify compliance with this attribute. 1 SUSPENSION AND DEBARMENT 2 Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared 5 ineligible, or otherwise excluded from participation in the contract by any state or federal agency. �❑ I certify compliance with this attribute. Page 27 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 1 CHANGE IN LAW AND COMPLIANCE WITH LAWS 2 Proposer shall comply with all laws, regulations, requirements and guidelines applicable to a vendor providing 6 services and products required by the contract to the Region 4 ESC, as these laws, regulations, requirements and guidelines currently exist and as amended throughout the term of the contract. Region 4 ESC reserves the right, in its sole discretion, to unilaterally amend the contract prior to award and throughout the term of the contract to incorporate any modifications necessary for compliance with all applicable state and federal laws, regulations, requirements and guidelines. +�❑ I certify compliance with this attribute. 1 I Attribute deleted as part of an Addendum 7 1 2 8 Offerors are requested to provide service forms with detailed description of your service offerings. Provide service forms with detailed descriptions; at a minimum, Offerors are to include the following information as it is applicable to their product, service, and solutions offering: o Startup 8� Commissioning Services • Define process for validation of system or equipment operation to design • Type (e.g., equipment startups, system checkouts, control verification, retro commissioning, M& V verifications, rebate auditing, other) • List key personnel (factory, sub-contract, other) • References (public sector only) • Case studies describing benefits of services o Service 8� Maintenance • Type (e.g., preventative and full maintenance contracts, man-at attendance, remote monitoring, annuals, emergency services, regulatory compliance, cleaning (e.g., duct, coils and filters), scheduled maintenance (e.g., oil, chemical and vibration analysis) and other) • Define processes for each type of service and/or maintenance of the system or the equipment • List key personnel (factory, sub-contract, other) • References (public sector only) • Case studies describing benefits of services o Installation and Turnkey Contracting • Type (e.g., retrofit, new construction, energy retrofit, controls new- and upgrade and other) • Define processes for each type install of the system or the equipment • Bonding and licensing capabilities • List key personnel (factory, sub-contract, other) • References (public sector only) • Case studies describing benefits of services o Warranty Services • Type (e.g., Extended parts & labor (define maximum number of years available), delayed start-up and other) • Define processes for each type of warranty • List key personnel (factory, sub-contract, other) • References (public sector only) • Case studies describing benefits of services o Energy Services • Type (e.g., (Energy Tracking, Energy Analysis, Evaluation of potential upgrades, demand response, rebates and others) • Define processes for each type of energy services • Certifications of personnel • List key personnel (factory, sub-contract, other) • References (public sector only) • Case studies describing benefits of services o Equipment Rentals • Type (e.g., chillers, pumps, transformers, terminal units, generators, cooling towers, packaged unitary and other) • Brands available • Locations of rental fleet • Process of accessing rental fleet during disaster event • List key personnel (factory, sub-contract, other) Page 28 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 • References (public sector only) • Case studies describing benefits of services o Financial Services • Type (e.g., leasing, prompt and pre-payment discounts, guaranteed • savings and other) • Describe type of each funding and availability • Funding Sources (internal and/or external) • List key personnel (internal and/or external) • References (public sector only) • Case studies describing benefits of services o Professional Services • Describe type of each professional service and availability • Licensing and certification capabilities • List key personnel (internal and/or external) • References (public sector only) • Case studies describing benefits of services o Site Surveys • Type (e.g., Equipment, system analysis, operational, architectural and other) • Describe type of survey • Licensing and certification capabilities • Advanced technology uses for each type of survey • List key personnel (internal and/or external) • References (public sector only) • Case studies describing benefits of services Page 29 of 29 pages Vendor: Lone Star Auctioneers Inc 24-06 Addendum 3 ATTACHMENT W-9 FORM Form - (Rev. October 201 S) Department of the Treasury Internal Revenue Service 1 Name (as shown on your Lone Star Auctioneei c�) a� � a � 0 ti e ao �' � L o � c. c � � � .� N O. � a� � � 2 Business Reque�t for Taxpayer Identification Nurnber and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. tax return). Name is required on this Ilne; do not leave Give Form to the requester. Do not send to the IRS. iierne, u aurerencrrom aoove 3 Check appropriate box for federal tax classlficatlon of the person whose name is entered on Iine 1. Check only one of the following seven boxes. ❑ Individual/sole proprletar ar ❑ C Corporatlon Q✓ S Corporation ❑ Partnership ❑ TrusUestate single-member LLC ❑ Limited Ilability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the approprlate box in the Iine above for the tax classification of the single-member owner. Do not check LLC if the LLC Is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that 1s not dlsregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC th� is disregarded from fhe awner should checl< the approprlate box for the tax classification of its owner. U Other (see instrucfions} ► 5 Address (number, street, and apf, or suite no.) See 4629 Mark IV Pkwy 6 City, state, and ZIP code Fort Worth, Texas 761 7 List account number(s) her NUITIbeI" Enter your TIN in the approprlate 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 (SSN). 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 identificafion 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 Employer ldentlfication number Number To Give the Requesier for guidelines on whose number to enter. I—I—I ������0��� Under penaltles 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. I am not sub)ect to backup wiihholding 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. I 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 ta backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, ltem 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 dlvidends, you are not required to sign the certification, but you must provide your correct TIN, See the instructlons for Part II, later. a�y�� Signature of Here _ _ U.S. person ► /� �}/d� Date► �o �Ip, 2.7 General Instructions 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 (Forrn W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (fIN) which may be your sociai security number (SSN), individual taxpayer ldentification number (ITIN), adoption taxpayer identification number {ATIN), or employer identification number (EIN), to report on an information refurn the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) 4 Exsmptions (codes apply only to aertain entities, not individuals; see instrucfions on page 3): Facempt payee code (if any) Exemptlon from FATCA reporting code (lf any} (Apptfes to accounts malnfeined outslde the U.S.) Requester's name and • 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 transactiqns) • 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. persan {including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the req�esfer with a TIN, you might be subJect to backup withholding. See Whai is backup withholding, later. Cat. No, 10231X Form W-9 (Rev. 10-2018) OMNIA PARTNERS �XI3IBITS �XI�IBIT F' - P'�D�RAL FUNDS C�RTIF'ICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U,S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement, This form should be completed and returned. DEFINITIONS Contract means a lega! instrument by which a non—Federal entiiy purchases property or services needed to carry out the project or program under a Federal award, The term as used in this part does not include a legal instrument, even if the non—Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non—Federal entity that, consistent with 31 U.S.C. 6302-6305; (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non—Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U,S,C, 6101(3)); and not to acquire property or services for the Federaf government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non—Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: {1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or {2) An agreement that provides only, (i) Direct United States Government cash assistance to an individual; (ii) A subsitly; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non—Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200,101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 2Q0.101 Applicability, (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost-reimbursement contract awarded under the Federal Acquisition Regulations, (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs}. (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non—Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organizat+on means any corporation, trust, association, cooperative, or other organization, not including IHEs, that; (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and Version May 18, 2023 OMNIA PARTNERS EXHIBITS EXHIBIT P' - P'�DERAL FUNDS CERTIrICATIONS (c) Uses net proceetls to maintain, improve, or expantl the operations of the organization, Obligations means, when used in connection with a non—Fetleral entity's utilization of funtls untler a Federal award, ortlers placed for property and services, contracts and subawards matle, and similar transactions during a given periad that require payment by the nan—Federal entity during the same or a future periotl. Pass•through entify means a non—Fetleral entity that provides a subaward to a subrecipient to carry out part af a Federal program, Recipient means a nan—Fetleral entity that receives a Federal award directly from a Federal awarding agency ta carry out an activity under a Federal program. The term recipient does not include subrecipients, Simplified acquisition threshold means the tlollar amount below which a non—Federal entity may purchase property or services using small purchase methods. Non—Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplifietl acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2,1 (Definitions) and in accordance with 41 U.S.C. 1908, As of the publication of this part, the simplified acquisition threshold is $250,000, but this thresholtl is periotlically adjustetl for inflation, (Also see definition of § 200,67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not inclutle payments to a contractor or payments to an intlividual that is a beneficiary of a Federal program. A subaward may be provitled through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non—Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Fetleral awards directfy from a Fetleral awartling agency, Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end af period of performance. The following provisians may be required and apply when Participating Agency expends federal funtls for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52,204-25, solicitations and resultant contracts shall contain the following provisions. 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provisian at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations antl Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "tloes not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52,204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision— Backhaul, covered telecommunications equipment or services, critical technology, interconnecfion arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, (b) Prohibition. (1) Section 889{a)(1)(A} of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 {Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a Version May 18, 2023 OMNIA PARTIV�RS �XHIBITS EXHIBIT F- FED�RAL FUNDS C�RTIFICATIONS contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shail be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provitle a service that connects to the facilities of a thirtl-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles, (2) Section 8$9(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub, L. 115- 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract, Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Awartl Management (SAM) (https:llwww.sam.aov} for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation, The Offeror represents that— (1) It o will, ❑ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcantract or other contractual instrument resulting from this solicitation, The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph {d}{1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that— It o does, ❑ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses coveretl telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph {e}{2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure forthe representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer. (i) For covered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offeretl (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to tletermining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision, (ii) For covered services— (A) If the service is related to item maintenance: A description of all covered telecommunications services offeretl (include on the item being maintained; Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item tlescription, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services antl any factors relevant to determining if such use would be permissible untler the prohibition in paragraph (b)(1) of this provision, (2) Disclosure for the representation in paragraph (d)(2) of this provision, If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) Forcovered equipment— (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity itlentifier, CAGE code, and whether the entity was the OEM or a tlistributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C} Explanation of the proposed use of covered telecommunications equipment and any factars relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. Version May 18, 2023 OMNIA PARTNERS �XHIBITS �XIIIBIT r - 1+�D�RAL FUNDS C�RTIFICATIONS (ii) For coveretl services— (A) ff the service is related to item maintenance; A description of all covered telecommunications services offered (include on the item being maintainetl; Brantl; model number, such as OEM number, manufacturer part number, or wholesaler number; antl item description, as applicable); or (B} If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision, 52,204-25 Prohibitian an Contracting for Certain Telecommunications and Video Surveillance Services ar Equipment (Aug 2020). (a) Definitiorrs. As used in this clause— Backhaul means intermetliate links between the core network, or backbone network, antl the small subnetworks at the edge of the network (e.g., connecting cell phonesltowers to the core telephone network). Backhaul can be wireless {e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means— (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment protluced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technotagy means— (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items incfudetl on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations untler subchapter C of chapter VII of title 15, Cotle of Federal Regulations, and controlletl- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemica! and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; (3) SpecialEy designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data antl other information resources, Reasonable inguiry means an inquiry designed to uncover any information in the entity's possession about the identity of the protlucer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the faciEities of the home network either because signal coverage is too weak or because traffic is too high. Substantial ar essentlal component means any component necessary for the proper function or performance of a piece of equipment, system, or service. Version May 18, 2023 OMNIA PARTN�RS �XI3IBITS �XHIBIT I' - P'�D�RAL I�'UNDS C�RTIFICATIONS (b) Prohibition. (1) Section 889{a}(1}(A) of the John S, McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure ar abtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Gavernment any equipment, system, or service that uses covered telecommunications equipmenf or services as�f��;u:f��f;�intial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4,2104. (2) Sectian 889(a)(1)(B) of the John S, McCain National Defense Authorization Act for Fiscal Year 2619 (Pub, L. 115- 232) prohibits the head af an executive agency on or after August 13, 2020, from entering into a contract, or extending or renewing a contract, with an sntity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essenfial component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prahibition applies to the use of coveretl telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. (c) Exceptions. This clause does not prohibit contractors from providing— (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnecfion arrangements; or (2) Telecommunications equipment that cannot route or retlirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles, (d) Reporting requirement. (1) In the event the Contractor itlentifies covered telecommunications equipment or services used as a subsfantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Cantractor is notified of such by a subconfracfor af any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracfing Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https:lldibnet.dod.mil. For indefinite delivery contracts, the Contracfor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected ortlers in the report provided at https://dibnet.tlod,mil. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause (i) Within ane business day from the date of such identification or notification: the contracf number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Gavernment Entity (CAGE) code (if known}; brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Wifhin 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the effarts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevenf future use or submission of covered telecommunications equipment or services, (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph {e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items, The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F,R. § 200.326, all contracts, including small purchases, awardetl by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 C�R PART 200 (A) Contracts for mare than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XI�IBIT F - FED�RAL rUNDS CERTII+ICATIONS (Councils) as au���-Pi���'gr 41 U.S,C. 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. Pursuant to Federa! Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges untler the applicable laws antl regulations with respect to this procurement in the event of breach of contract by either party. M B Does offeror agree? YES Initials of Authorized Representative of offeror (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES MB Initials of Authorizetl Representative of offeror (C) Equal Employment Opportunity, Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60�1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 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 ContractCompliance Programs, Equal EmploymentOpportunity, Departmentof Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal oppartunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES MB Initials of Authorized Representative of offeror (D) Davis-6acon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legisiation, all prime construction contracts in excess of $2,000 awarded by non•Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S,C. 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, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non � Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public 6uilding 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. The non -Federal entity must report a11 suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree7 YES MB Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non•Federal entity in excess of $100,000 that involve the employment of inechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regufations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be 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 Version May 18, 2023 OMNIA PARTN�RS �XHIBITS EXHIBIT F- I�'�D�RAL I�'UNDS C�RTIFICATIONS 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 U,S.C. 3704 are applicable ta 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, Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES M B Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the 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 of 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. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above, Does offeror agree? YES M B Initials of Authorized Representative of offeror (G) Clean Air Act {42 U,S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 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 U,S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C, 1251-1387j. Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) In the event Federal Transit Administration (FTA) or Department of Transportation (DOT) funding is used by Participating Public Agency, Offeror also agrees to include Clean Air and Clean Water requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. Does offeror agree? YES M B Initials of Authorized Representative of offeror (H) 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 Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 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 otherthan Executive Order12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror cerfifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the afferor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from parficipation by any federal department or agency, the offeror will notify the Participating Agency, Version May 18, 2023 OMNIA PARTN�RS �XIIIBITS �XHIBIT T - rED�RAL rUNDS C�RTITICATIONS Does offeror agree? YES MB of Authorized Representative of offeror (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors 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 af Congress in connection with abtaining any Federal contract, grant or any other award covered by 31 U.S.C. 13�2. Each tier must also disclose any lobbying with non•Federal funds that takes place in connection with obtaining any Federal award, Such disclosures are farwarded from tier to tier up to the non-Federal award, Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror cerfifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror cerfifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U,S,C, 1352). The undersigned further certifies that; (1) No Federal apprapriated funds have been paid or will be paid, by or on behalf of the undersigned, to any persan for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement, (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer ar employee of any Federal agency, a Member of Congress, an officer or employee af Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any persan who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $1d0,040 far each such failure, (3) The prospective parficipant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingiy. Does offeror agree? YES M B itials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarteriy or annual financial reports, as applicable, and all other pending matters are closed, Does offeror agree? YES MB Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C,F,R, Part 18), Does offeror agree? YES M B itials of Authorized Representative of offeror Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XI-IIBIT F - FED�RAL rUNDS CERTIP'ICATIONS asaa-z�s-s�RTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, ar Federal Transit Administration funds, afferor certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request, Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules cafling for free and open competition. Additionally, (1) The Contractar agrees to comply with 49 USC 5323(j) and 49 CFR Part 661, which provide that federa! funds may not be obligated unless steel, iron and manufactured products usetl in FTA-funded projects are praduced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7.A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers, software or other such devices, which are used solely for the purpase of processing or storing data. This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 5323Q)(2)(C) and 49 CFR 661,11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractars. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION {DOT} - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK CERTIFICATE OF CQMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §5323(j) The proposer hereby certifies that it will comply with the requirements of 49 U.S,C. 5323Q), and the applicable regulations of 49 CFR 661.11. Check for YES: � OR Certificate of Non-Compliance with 49 USC §5323(j) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S,C. 5323(j), but may qualify for an exception to the requirement consistent with 49 U,S.C. 5323Q)(2)(C), and the applicable regulations in 49 CFR 661.7. Check for YES: ❑ FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION {DOT} - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OR MANUFACTURED PRODUCTS CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §5323(j)(1) The proposer hereby certifies that it will comply with the requirements of 49 U.S,C. 5323Q)(1), and the applicable regulations in 49 CFR part 661, Check for YES: � OR Certificate of Non-Compliance with 49 USC §5323(j)(1) The proposer hereby certifies that it cannot comply with the requirements of 49 U,S,C. 5323Q), but it may qua(ify for an exception Version May 18, 2023 (?�i�I.� F.ai�l'\i•'1t5 �;\il�lii-E'ti h:\fllf3{'r I� - i�E.C}�'it1[., I�li�[3�iC'E:��r�rr�•;e7'is»s to the requirem�nt ursuant ta 49 LJ_S.G. 5323{j}42}, as amentled, and fhe appllcable regulations in 49 �F� fi61.7, �heck ior YES: i� uoes Qi#erar agree? YE5 � g Initia4s af Autharized Representative af Qf€eror �fferot s Name: Lane Star Auctloneers, Inc, Address, CiEy, SfBte, 8f1CI Zf� Cp�B: ¢��� ���k IV Parkway �ort Worth, TeKas 781fi6 Ph4ne Ntimbar: soo-275-33ss Fax �l�.�mb�r: ��;-�4o-s��; Printed Name and Tiffe of Authori2etl P,epreseniaEive: Mariiyn K, Surr�ess, CE�!#��esidenf Eril�ll Address: Mar�]yn�uiones�ara�ictia�eers.com Signature a€R�thorizsd �2epresentafive: yy R�te: osiairza Llnless Suppli�r is exempt [See FAR 25. 903}, �rhen autf�arized �y statufe �r expliciEiy inc�icated E�y Parti�ipating Public Agency, Buy American reqF�irements will apply v�here only unr�anu�a�fured �onstru�iian material mine� nr produced in the l�nited 5tates shalf be used (see Subpart �5.5 - Ar�ericar� Recavery ar�d Reinvesirr�enf Acf-Buy Arnerican statute far addifional defailsj. CEl�1'fFICA7IQN d� ACCESS TfJ REC��2€l5 - 2 C,F.R. � Z40.336 �fferar agr�es �hat the Inspector General of the r�gen�y ar any of �heir duly authari�ed represenEatives shall t�ave access to any dQcumenis, papers, ar other rec�rds af ofierar fF�al ara pertinsnk to afferQ�s �ischarge of its Qbligar�ans under th� Coniract far the purpase �f making audi#s, examir�ations, excerpts, ar�d transcripfians. The righf alsa includes fime[y and r�asonable a��ess fo aFier�r's persar�n�E ior Lhe purpose af i�terview and dis�ussiQn relatin� ko sucfti dvcuments. Qoes afferar agre�? YE5 M B Initials o( Ruiharized Representatfve ot offeror CER'�IF3CA'iE4N OF APPLICRBILITY TO SUBCpNTRACTQRS Offeror agraes that a[I contracts it awards pursuanl to the Gar�t►act shall be baund by the foreg�ing terms and �on�itions. C]oes oi#eror agreP? YES MB ini�ials ot Authori2ed Reprasentative of afferflr CaMMUNITY 4EVELQPMENT 6LDC�L GRAAI7S F'ur�hases made �nder this cantract may E�e partialEy ar fiilly #un�ed with fetleral grant funds. Furtding far fhis w6rk may �rtcl�d� Federal Funding sour�es, including Commur+ity aeveiopmenf Bkock Grant jCa8G} funds from fhe U,S. [}epartment af Ho�sing and Urb�n Develapmenf. Whsn such fiundi�7g is pravided, �iferar shall comply with all ternls, Gan�itions and requirements enumeraietl by the grant fundi�g sourc�, as we[i as requiremer�ts af Ehe Stafe stalutes for which the �ontract is titiiizetl, whichever is th� more resiriclive requirement. When usir�g Federaf Funtling, Offeror shall �omply wi�h all wage and 4aiesl rep�rting pr�visions af fhe Federak E7avis-Bacon Ac�. H�lp-44141.abnr Provisians alsa applies ta this �ontracl. Ciaes afferar agree? YES M B Initials of Ault�ariasd �eprasentative of offerar Offeror agrees ta camply with all federal, state, and local laws, rules, regulations and ordinances, as applicabie, It is further acknv�riedged that afferor certiiies �arnpliance with al� prov�s€ans, laws, a�ts, regulatians, et�. as specifieal3y noted abave. gf�er�r's Name: Lane Star Auctianeers Inc. Address, Gity, S�ale, and zip Cade: 46�9 Mark IV P�rkway Fart Worth, Texas 76106 Vcrsiun �Yfg� [S, 2U?3 QI�11�1:� PARTNFltS F;1HIf31'I'S �\IilCii'f F- f C;C3iilirAf� E� li�i)5 ('EH`I'1FI['.-�i'iQ�S Phane Num�ier: soa•a�s•ssss Fax Num�er: a��-�ao-s��7 Printed Name and �'itle of Rutharized Repres�nfative: Marifyn K. Surgess, CE�lPresident Email Address: Vercian May !S,'{1?3 OMNIA PARTNERS EXHIBITS EXI3IBIT r- FED�RAL rUNDS CERTIP'ICATIONS FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS Awarded Supplier(s} (also referred to as Contractors) may need to respond to events and lasses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited ta, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a prapasal, the Supplier is accepted these FEMA and Additional Federal Funding Special Conditions required by the Federal Emergency Management Agency (FEMA) and other federal entities. "ContracY' in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is alsa referred to and defined as the "Master AgreemenY'. "Contractor" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is alsa referred to and defined as "Supplier" or "Awarded Supplier". Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3, i. FEMA considers a"financial interest" to be the potential for gain ar loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest ta exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement, c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations in which fhe financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's emplayee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989} at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Notice of Legal Matters Affecting the Federal Government In the event FTA or DOT funding is used by Participating Public Agency, Contractor agrees to: 1) The Contractor agrees that if a current or prospective legal matter that may affect the Federal Government emerges, the Contractor shall promptly notify the Participating Public Agency of the legal matter in accordance with 2 C.F.R. §§ 180.220 and 1200.220. Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XI3IBIT F - I'ED�RAL FUNDS CERTIFICATIONS 2) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. 3) The Contractor further agrees to include the above clause in each subcontract, at every tier, financed in whole or in part with Federal assistance provided by the FTA. Public Policv A contractor must camply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C,F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevaifing wage laws, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minarity businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department af Commerce. Bid Guarantee For proposals that are to include construction/reconstruction/renovation and related services. bids must be accompanied by Certified or Cashier's Check or an approved Bid Bond in the amount of nat [ess than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the surety to the bid bond canditions. The bid bond shall have a corporate Surety that is licensed to conduct business in the state of the lead agency and authorized to underwrite bonds in the amount of the bid bond. Prevailinq Waqe Requirements When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to compEy with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Reauirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this �EMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. � 200.328 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Version May 18, 2023 OMNIA PARTNERS �XHIBITS EXI-IIBIT F' - F'�D�RAL FUNDS CERTIFICATIONS 1. CONTRACT REMEDIES Contracts for more than the federal simplified acquisition threshold (SAT), the dollar amount below which an NFE may purchase property or services using small purchase methods, currently set at $250,OOQ for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms and must provide for sanctions and penalties as appropriate. 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on or after June 20, 2018. Although not required for contracts at ar below the SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA's Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in afl contracts for any AFG-funded vehicle, regardless of dollar amount. In fhat situation, the contract must include a clause addressing that non-delivery by the contract's specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account for force majeure or acts of God. AFG recipients should refer to the applicable year's Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. TERMINATION FOR CAUSE AND CONVENIENCE a. Standard. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b. Applicabilitv. This requirement applies to all FEMA grant and cooperative agreement programs. 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable: a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity(30 Fed. Reg. 12319, 12935, 3 C.F.R. 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 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b. Kev Definitions. i. Federallv Assisted Construction Contract. The regulation at 41 C.F.R. § 60- 1.3 defines a"federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which Version May 18, 2023 OMNIA PARTN�RS EXHIBITS EXHIBIT I' - I'EDERAL I+UNDS C�RTIFICATIONS is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program invalving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant ta any Federal Marii program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. R_equired Lanqua�. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. Qurinp the performance of this contract, the contractor aqrees as follows: (1} The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or natianal origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. {2) The contractor will, in all solicitations or advertisements for employses placed by or an behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or nationalorigin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's Version May 18, 2023 OMNIA PARTN�RS EXIIIBITS EXHIBIT r- FED�RAL I+UNDS C�RTIFICATIONS commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (S) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, sa that such provisions will be binding upon each subcontractor or vendor. The cantractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable ta any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. [n addition, the Version May 18, 2023 OMNIA PARTNERS EXFIIBITS EXHIBIT P' - P'ED�RAL FUNDS C�RTIrICATIONS applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVfS-BACON ACT a. Standard. All prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141- 3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5{Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R, Part 200, Appendix II(D). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. Appficabilitv. The Davis-Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. c. Requirements. If applicable, the non-federal entity must do thefollowing: i. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitatian. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis-Bacon Act, must also include a provision for compliancewith the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3(Contractors and Subcontractars on Public Building or Public Work Financed in Whole or in Part by Loans ar Grants from the United States). The Copeland Anti- Kickback 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. The non- Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance with the Davis-Bacon Act {40 U.S.C. 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 AssistedConstruction"). Suqqested Languaqe. The following provides a sample contract clause; Compliance with the Davis-Bacon Act. a. All transactions regarding this contract shall be done in Version May 18, 2023 OMNIA PARTNERS �XHIBITS �XHIBIT F - T�DERAL TUNDS CERTITICATIONS compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborersand mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wagesnot less than once a week. 5. COPELAND ANTI-KICKBACKACT a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 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"). b. Appficabilitv. This requirement applies to all contracts for construction or repair work above $2,400 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provisian far compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. 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). Each contractor or subrecipient must be prohibited from inducing, by any means, any person emplayed 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. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site af the building or work. Sample Languaqe. The following provides a sample contract clause: Comaliance with the Copeland "Anti-Kickback" Act. a, Contractor. The contractor shall comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the campliance by any subcontractor or lower tier subcontractor with all af these contract clauses. Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XHIBIT F - P'�D�RAL P'UNDS CERTIFICATIONS c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a cantractor and subcontractor as provided in 29 C.F.R. §5.12." 6. CONTRACT WORK HOURS AND SAFETY STANDARDSACT a Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of inechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be 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. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. Applicabilitv. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of inechanics or laborers, It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c. Suggested Lanquaqe. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause; Compliance with the Contract Work Hours and Safetv Standards Act. {1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers ar mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in suchworkweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Federal agency or loan/grant recipient shall upon its own action or upon written request of an authorized Version May 18, 2023 OMNIA PARTN�RS �XHIBITS EXfIIBIT T- rEDERAL FUNDS C�RTITICATIONS representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime cantractor, or any ather federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor ar subcontractor far unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of thissection. (4} Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses setforth in paragraph (b)(1) through (4) ofthissection and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor ar lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4} of thissection. 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a Standard. If the FEMA award meets the definition of "funding agreement" under 37C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non- Federal entity must comply with the requirements af 37 C.F.R. 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 FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicabilitv. This requirement applies to "funding agreements," but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these pragrams do not meet the definition of "funding agreement." c. Fundinq Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines "funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whoie or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance af experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 8. CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROLACT a Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean AirAct (42 U.S.C. §§ 7401-7671 q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported ta FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II(G). b. Applicability. This requirement applies to contracts awarded by a non-federal entity of Version May 18, 2023 OMNIA PARTN�RS �XHIBITS EXHIBTI' r- P'ED�RAL rUNDS C�RTII'ICATIONS amounts in excess of $150,000 under a federalgrant. c. Suqqested Lanquaqe. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. Federal Water Pollution Control Act 1, The contractor agrees to comply with all applicablestandards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure natification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. 9. DEBARMENT AND SUSPENSION a Standard. Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). b. Applicabilitv. This requirement applies to all FEMA grant and cooperative agreement programs. c. Requirements. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from ar ineligible for Version May 18, 2023 OMNIA PARTN�RS �XHIBTTS �XHIBIT r - � � DERAL 1+UNDS C�RTIrICATIONS participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of par�ies debarred, suspended, or otherwise excluded by agencies, as well as parfies declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a"covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a"covered transaction," which is any non-procurement transaction (unless excepted) at either a"primary" or "secondary" tier. Althaugh "covered transactions" do not include contracts awarded by the Federal Gavernment for purposes of the non-procurement common rule and DFiS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. iii. Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2. The contract requires the approval of FEMA, regardlessof amount. 3. The contract is for federally-required auditservices. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of$25,000. d. Suqqested Lanauage. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or dlsqualified. Susaension and Debarment (1} This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C. F. R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R, pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in additian to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/ar debarment. Version May 18, 2023 OMNIA PARTN�RS �XI3IBITS �XHIBIT I' - I+�DERAL FUNDS C�RTIFICATIONS (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BYRQ ANTI-LOBBYING AMENDMENT a Standard. 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 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 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 Federal awarding agency. b. Applicabilitv. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of$100,000 or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II(I); 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c. Suggested LanauacLe. �rd Anti-Lobbvinp Amendment, 31 U.S.C. � 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall 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 U.S.C. § 1352. Each tier shall 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 recipient who in turn will forward the certification(s) to the awarding agency. d. Required Certification. If applicable, contractors must sign and submit tothe non-federal entity the following certification. APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Version May ] 8, 2023 U�i�I.a i'rIRT�F:RS E\f1f�31"15 GtIi1131T F- l��� Fll'R.al� 1'l'11'175 ['f•.R'I'�[�IC';�'I'fC?\� Federal contract, fhe making of any Federal grant, the making of any Federal laan, the enteri��g int❑ �f any cooperative agreement, and the exfension, �antinuation, renewal, amendrr�enf, ar madifcatic�n of ar�y �ederal cantr-act, grant, loan, Qr cooperative agreement. 2. If arsy funds other than Federal �ppraprEated f�r�ds ha�e #�een paid or will be paid to any person far inffu�ncing or a#fernpfing to influence an o#ficer or employee Qf ar�y agen�y, a Memher af �ongress, an officer ar emplay�e of Congr�ss, ar an empivyee of a Mern�er of Congress �n conne�iion with tY�is Federal cpntra�f, grant, loan, ❑r caaperative agre�ment. the undersigned shaEi can�pl�te and suhmit S#andard Forrr�- �LL. "f�isclos�re Farm ta Report L.o�bying," in a�cardance with i#s instructions. 3. T�e undersigned shal! reguir� that #he language af tl�is certifi�at;an �e in�luded in the award dacuments fQr all subawards af al� tiers �including SLii7C�li�f�CfS, subgrants, and confra�ts unc��r grants, laans, and caaperaiive agreements} and that all subre�ipients shall �ertify a�d dis�lase accar�iingly. �his ce�tifcation is a material repres�ntatian ❑f fact u}�on whi�h relian�e was pEaced wl��n ihis transaciian was made ❑r enfered ir�to. Submission of this certificatifln is a prerequisite fvr making or entering inta this transa�tion fmpased by section 1352, fitie 3'I, L1.S. Code. Any �ersan who fiaiis t� file the required certificatian shal� �e suhject to a ci�i1 penalfy of nflt less than $10,Qa0 and �ot mare than �10�,fl�0 forea�h such faiiure. The Contractar, Lon� Star Auctianeers Inc. ����ffes ar affirms the trut�fulness and accura�y of eac� staternenf of its certificatian arsd dis�losure, if any. In addition, fhe Can4ractor t�nderstands and agrees tl7at th� ��avisions of 31 U.S.C. Chap. 3S, Admi��istrative Remedies far Fals Ciairr�s and 5tatements, apply ta this certification and dis�iasure, if any, f'J f �� l'` � �� .. � 5ignature of Cc�ntractar's Authorized � ial Marilyn #�. Burgess, CEDIPresident i�ame and Title af Gontractars Authori�ed Officiai 081a1124 Da#e Versipn I�i:�y I $. 2[}?3 OMNIA PARTN�RS �XHIBITS EXHIBIT P' - I+�DERAL I'UNDS CERTIFICATIONS 11. PROCUREMENT OF RECOVERED MATERIALS a Standard. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. §200.322. b. Applicability. This requirement applies to all contracts awarded by a nan- federal entity under FEMA grant and cooperative agreement programs. c. Reauirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. 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 by 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. d. Suqqested Lanquaqe. i. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at EPA's Comprehensive Procurement Guidelines web site, ht�s://www.epa.qov/smm/comprehensive-procurement-quideline-cpg-proqram. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 12. DOMESTIC PREFERENCES FOR PROCUREMENTS As appropriate, and to the extent consistent with law, CONTRACTOR should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements. Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisitian, or use of goods, products, or materials produced in the United States. This includes, but is not fimited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all Version May 18, 2023 OMNIA PARTN�RS EXHIBITS EXI3IBIT I�' - FED�RAL FUNDS CERTII�'ICATIONS manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and palymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber." 13. ACCESS TO RECORDS Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2098}. Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or ComptrollerGeneral. Access to Records. The following access to records requirements apply to this contract: i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to repraduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.ln compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMAAdministrator or the Comptroller General of the United States. 14. CHANGES a. Standard. To be eligible for FEMA assistance under the non-Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending onthe nature of the contract and the end-item procured. Version May 18, 2023 OMNIA PARTNERS EXHIBITS �XHIBIT I' - I'�D�RAL I'UNDS CERTII'ICATIONS 15. DHS SEAL, LOGO, AND FLAGS a, Standard. Recipients must obtain permission prior to using the DHS seal{s}, logos, crests, ar reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1(2018). b. Applicabilitv. FEMA recommends that all non-Federal entities place in their contracts a pravision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-appraval. c. "The contractor shall not use the DHS seal(s), logos, crests, or reproductians of flags or likenesses of DHS agency officials without specific FEMA pre-approval. 16. COMPLIANCE WI7H FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. R�plicability. FEMA recommends that all non-Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a partion of the contract. The contractor will comply with all applicabfe Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 17. NO OBLIGATION BY FEDERALGOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the cantract. b. Applicabilitv. FEMA recommends that the non-Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from thecontract. c. "The Federal Government is not a party to this contract and is not subject ta any obligations ar liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 18. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The nan-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. Version May 18, 2023 OMNIA PARTNERS EXIIIBITS �XI3IBIT F - F�DERAL rUNDS CERTIFICATIONS b. Applicabilit�. FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining ta the contract. c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." d. !n the event FTA or DOT funding is used by a Participating Public Agency, Contractor further acknowledges U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, and apply to its actions pertaining to this Contract. Upon execution af the underlying Cantract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining ta the underlying Cantract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Gavernment reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Cor�tractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed thaf fhe clauses shall nof be modified, except to identify the subcontractor who will be subjecf fo fhe provisions. FEDERAL TRANSlT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) SPECIAL CONDITIONS Awarded Supplier(s} (also referred to as Contractors) may be asked to provide products and services to agencies following Federal Transit Administration and/or Department of Transportation requirements. By submitting a response, the Supplier is accepting these FTA and DOT Special Conditions. NO GOVERNMENT OBLIGATION TO THIRD PARTIES These requiremenfs do not apply to micro-purchases ($10, 000 or less, except for construction contracts over $2, 000). (1) The Participating Public Agency and contractor/vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the purchaser, contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting fram the underlying contract. (2) The contractor agrees to include the above clause in each subcontract financed in whole ar in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be madified, Version May 18, 2023 OMNIA PARTN�RS �XHIBITS EXHIBIT F' - I'�DERAL I'UNDS CERTIP'ICATIONS except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS These requiremenfs do not apply to micro-purchases ($10, 000 or less, except for construcflon contracts over $2, 000) (1) The contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act af 1986, as amended, 31 U.S,C. 3801 et seq. and U.S, DOT regulations, "Program Fraud Civil Remedies, "49 CFR Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying cantract, the contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, ar fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the contractor to the extent the Federal Government deems appropriate. (2) The contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. § 5323(I) on the contractor, to the extent the Federal Gavernment deems appropriate. (3) The contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall nat be modified, except to identify the subcontractor who will be subject to the provisions. ACCESS TO RECORDS AND REPORTS (1) Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, dacuments, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records. (2) Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto, (3) Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. (4) Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of perFormance under this contract as reasonably may be required. Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XfIIBIT r - r�D�RAL P'UNDS CERTIrICATIONS FEDERAL CHANGES (1) Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this Contract. Contractor agrees ta: a) Maintain all books, records, accounts and reports required under this Contract far a period of not less than three (3) years after the date of termination or expiration of this Cantract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until Public Agency, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. FTA does not reguire the inclusion of these requirements of Article 1,01 in subcontracts. Reference 49 CFR 18.39 (a)(99). CIVIL RIGHTS / TITLE VI REQUIREMENTS The Participating Public Agency is an Equal Opportunity Employer. As such, the Participating Public Agency agrees ta camply with all applicable Federal civil rights laws and implementing regulatians. Apart from inconsistent requirements imposed by Federal laws or regulations, the Participating Public Agency agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federai assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. (1) Nondiscriminatian — In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 20000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with disabilities Act of 1990, 42 U.S.C, 12132, and Federal transit law at 49 U.S.C. 5332, the contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Emplovment Opportunity — The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R, chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take Version May 18, 2023 OMNIA PARTNERS �XHIBITS �XHIBIT F - r�D�RAL I+UNDS C�RTIP'ICATIONS affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientatian and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. in addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - ln accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination in Employment Act," 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 61d1 et seq., U.S. Health and Human Services regulations, "Nondiscriminatian on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U,S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminafe against individuals on the basis of disability. In addition, the Contractor agrees to compiy with any implementing requirements FTA may issue. (3) The contractor also agrees to include these requirements in each subcontract financed whole or in part with FederaE assistance provided by FTA, modified only if necessary to identify the affected parties. INCORPORATION OF FTA 4220.1 F TERMS (1) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisians required by DOT, as set farth in FTA Circular 4220.1F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA-mandated terms shall be deemed to control in the event af a conflict with other provisions contained in this Agreement. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any Participating Public Agency request, which would cause the Participating Public Agency to be in violation of the FTA terms and conditions. (2) Flow Down — The incorporation of FTA terms has unlimited flow down. DISADVANTAGED BUSINESS ENTERPRISE (DBE) The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or Version May 18, 2023 OMNIA PARTNERS �XHIBITS �XHIBIT I' - F�D�RAL FUNDS CERTIFICATIONS 4) Disqualifying the contractor from future bidding as non-responsible. 49 C.F.R. § 26.13(b). 5) Non-Discrimination Assurances. Contractor or subcontractor shall not discriminate on the basis of race, cofor, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). 6) Prompt Payment, Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor's receipt of payment for that Work from public agency. In addition, Contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies to both DBE and non-DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of Participating Public Agency. 7) DBE Proaram. In connection with the performance of this Contract, Contractor wil! cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goaf is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance of the Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.C. Sections 6321 et seq. and 41 CFR Part 301-10. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 1) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA- mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any Participating Public Agency request, which would cause the Participating Public Agency to be in violation of the FTA terms and conditions. 2) Flow Down — The incorporation of FTA terms has unlimited flow down. SUSPENSION AND DEBARMENT Version May 18, 2023 OMNIA PARTN�RS �XHIBITS EXHIBIT P' - rEDERAL rUNDS CERTII'ICATIONS The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 C.F.R, part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Government Wide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (i��'es�ective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended fram participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or fl Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R, part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or appraval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. CARGO PREFERENCE REQUIREMENTS Use of United S#ates-Flag Vessels. The contractor agrees: 1) To use privafely owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels. 2) To furnish within 20 working days following the date of loading for shipments originating within Version May 18, 2023 OMNIA PARTNERS EXHIBITS EXHIBIT r- FEDERAL I+UNDS CERTIFICATIONS the United States or within 30 days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington D.C. 20590 and the FTA recipient (through the contractor in the case of a subcontractor's bill-of lading). 3) To include these requirements in all subcontracts issued pursuant to the contract when the subcontract may involve the transport of equipment, materials, or commodities by ocean vessel. FLY AMERICA Fly America Requirements: 1) Definitions. As used in this clause- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. "United States" means the 50 States, the District of Columbia, and outlying areas. "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C. Chapter 411. 2) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services. 3) If available, the contractor, in performing work under this contract, shall use U.S.-fiag carriers for international air transportation of personnel (and their personal effects) or property. 4) In the event that the contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. Stated Reason(s}: 5) The contractor shall include the substance of this clause, including this paragraph, in each subcontract or purchase under this contract that may involve international air transpartation. RECYCLED PRODUCTS Version May 18, 2023 OMNIA PARTNERS �XHIBITS �XHIBIT F - F�DERAL P'UNDS C�RTIFICATIONS 1) The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency {U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materiafs," 40 C. F. R. part 247. CONFORMANCE WITH ITS NATIONAL ARCHITECTURE When applicable: 1) Contractor shall conform, to the extent applicable, to the National Intelligent Transportation Standards architecture as required by SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 and as amended by MAP-21 23 U.S.C. § 517(d), note and follow the provisions of FTA Notice, "FTA National Architecture Policy on Transit Projects," 66 Fed. Reg.1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. ADA ACCESS 1) In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. SAFE OPERATION OF MOTOR VEHICLES 1) Seat Betf Use - The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company-rented vehicles, or personally operated vehicles. The terms "company- owned" and "company-leased" refer to vehicles owned or leased either by the Contractor or Participating Public Agency. 2) Distracfed Driver - The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this agreement, PROMPT PAYMENT 1) The Prime Contractor shall pay any Subcontractor for work that has been satisfactorily performed no later than thirty (30) days from the date of the Prime Contractor's receipt of each payment made by the Participating Public Agency. Additionally, within thirty (30) days of satisfactory completion of all work required of the Subcontractor, the Prime Contractor shall release any retainage payments withheld to the Subcontractor. FTA PROTEST NOTIFICATION A protestant must exhaust all Participating Public Agency Procurement administrative procedures and remedies before pursuing a protest with the FTA. 1) Any and all protests shall be in writing and shall be filed with the Purchasing Manager with the Participating Public Agency. A protest relating to the process for determining the most responsive Version May 18, 2023 OMNIA PARTN�RS �XHIBITS �XHIBIT P' - F�DERAL P'UNDS CERTII'ICATIONS and respansible contractor shall be filed within five (5) business days after the protestor knows or should have known the basis of the determination. The Contract Officer shall respond to a protest within fourteen (14) calendar days after the receipt of the protest. The Purchasing Manager may grant the Contract Officer an extension for the response if warranted. A request for reconsideration of any and all determinations by the Contract Officer shall be filed with the Purchasing Manager within seven (7) calendar days after the receipt of the determination. 2) A protest shall include: a. The name, address, and telephone number, including FAX number if availabfe, of the protestor; b. The signature of the protestor or authorized representative; c. Identification of the contract/solicitation; d. A detailed statement of the legal and/or factual grounds of protest including copies and/or citations of relevant documents, and; e. The form of relief requested. 3) If any of the above information is omitted or incomplete, then the Protestor shall be notified, in writing, within two (2) calendar days after that determination, and the Protestor sha11 have two (2) calendar days in which to remedy the specified problem. 4) The Participating Public Agency will not make award prior to the resolution of a protest, or open bids prior to resolution of a protest filed before bid opening unless the Purchasing Manager determines in writing that it is in the best interests of the Participating Public Agency or in keeping with Item 7 af this procedure to do otherwise. Potential contractors will be advised of a pending protest if the protest is filed before award. 5) The Purchasing Manager may allow for an informal conference on the merits of a protest with all interested parties allowed to attend. Interested parties include all bidding contractors, and may also include a subcontractor or supplier provided they have a substantial economic interest in a portion af the IFB or RFP. 6) The Purchasing Manager shall respond "in writing", in detail, to each substantial issue raised in the protest. The Purchasing Manager has the sole authority to make determinatians for the Participating Public Agency, and a determination shall be considered final when it is labeled as such. A request for reconsideration will be allowed by the Purchasing Manager if he determines that data has become available that was not previously known, or that there has been an error of law or regulation. 7) The Participating Public Agency may proceed with procurement when a protest is pending if the Participating Public Agency determines that: a. The items to be procured are urgently required; b. Delivery or performance will be unduly delayed by failure to make the award promptly; or c. Failure to make award will otherwise cause undue harm to the grantee for the Federal Government. 8) FTA will only entertain a protest that alleges: a. The Participating Public Agency failed to have or to adhere to its protest procedures, or Version May 1 S, 2023 o�ivi:� ��.arz•i «:izs e�tiisr�-s E\f{1BT'T' F- E� E:llf�:ft.-�!. F'l 1�D5 ['l:;E�i'i1=IC'.-11 i0\4 failed to review a complaint or proiest; or b. Viaiatians o# Federal faw ar regulaiion, 9) A protest ta F�A rnust be fi�ed in a�cardanca with FTA Circular 4220.1 F, avaiiabl� from the Ganiract flfficer. Sp�cif�cally, pratestars shall file a protest with �TA R�gian 9 or FTA Headquar#ers Office no �ater than fi�� �5} days after a�inal de�ision is rendered under ti�e Par�i�ipating Public Agency's pratest pra�edu�e. In instan�es wher� the profestor alleges that tY�e Partici�ating Pu�lic Agency '{ail�� to maKe a fnal d�termination on Ehe prvtest, protes4ars shall fife a prQt�st wifh FTA n�t la#erthan fi�e �5} Lalendar days aft�rth� protester knew or shQuld ha�e known of #he grantee's faifure tQ re��der a f+�a1 defermination an fhe protest. A protest filed vvith FTA shaif: a. lncfude th� nam� and addr�ss of the pr�test�r. b. Id�ntify the grantee, projecf numher, and the num�er of the contract soiicifation. c. Contain a stater�snt af the grounds for �ratest and any supporting dacumentatian. Tl�is should detail the alkeged failur� fa �ave or adhere to protest pracedures, failure t� re�iew a complaint or protest; ar Vi�Eation af Federal law or regulation. include a copy of l�e Ic�cal protest fiied with the g�-antee and a copy of Ehe grantee's decisfon, if any �fferar ac�rees tv comply with a�1 terms and canclitinns outlined in the F�MA and Add�t�onal �'ederaf �'unding Special Conditian$ seGtion af this solicitation. ❑iferar's I�ar�e: Lone 5tar Auc#ianeers, Inc, Rddress, City, State, a�d Zip �flde: _ 4F���] Mark 111 Parkwa� Fnrf Wnrth,sex�s_ 7610�_- Pho�e N�rnhe�: �4�-275-3335 Fax Num�er 8�7-740-9777 Printed Nam� and Tiile af Autharizecf Re�reseniati�e; Manfyn K. 8urgess. CEqlPresident �mail Address: _Marilyn c[�i7i�nestarauc#ion�rs.com 5igna#ure of Authorized Represen#ative; aate: �$1��12�4 Versinn hfuy ]3, 2f12; OMNIA PARTNERS EXHIBITS �XI-IIBIT G -1V�W JERS�Y BUSIN�SS COMPLIANC� NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submifting proposals musf complete the following forms specifc to the State of New Jersey. Completed forms should be submitted with the offeror's response ta the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 DOC #2 DOC #3 DOC #4 DOC #5 DOC #6 DOC #7 DOC #8 DOC #9 Statement of Ownership Disclosure Non-Collusion Affidavit Affirmative Action Affidavit Political Contribution Disclosure Form Stocicholder Disclosure Certification Disclosure of Investment Activities in Iran, Russia and Belarus New Jersey Business Registration Certificate EEOAA Evidence McBride-Principles New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: � all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; � Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and � Bid and Performance Security, as required by the applicable municipal or state statutes. DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certi�ed to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Orqanization: Lone Star Auctioneers, Inc. Orqanization Address: 4629 Mark IV Parkway Fort Worth, Texas 76106 Part I Check the box that represents the type of business organization: ❑Sole Proprietarship (skip Parts II and III, execute certification in Part IV) ❑Non-Profit Carporation (skip Parts II and III, execute certification in Part IV) �For-Profit Corporation (any type) ❑ Limited Liability Company (LLC) ❑ Partnership 0 Limited Partnership ❑ Limited Liability Partnership (LLP) ❑ Other (be specific): Part II L� I �❑ The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THlS SECTION) OR No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 14 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is neededl: I or Susiness Entity Marilyn K. Burgess Home Address (for Individuals) or Business Address 4629 Mark IV Parkway Fort Worth, Texas 76106 Ed Lanford Jr. � 4629 Mark IV Parkway Fort Worth, Texas 76106 P�rt II� ❑isc�osu�� oF �a°Io DR GREATER ❑1NNER5HIP IN TH� STOCKH�LCiERS, RAfiTNERS OR L�C MEMB�RS LlST�❑ IN PART II !f a hidder has a direct or indire�i parent entity which is publicly Yraded, and �ny �aerson holds a 1U percent or greater ben�#icia! interes# �n ihe publ€cly traded �arent entity as of the lasi ar�nual f�d�raf Securifiy and Exchange Commissian �SECy vr foreign �qui�afen# fiiing, ❑wnershi�a disciosure can #ae met �ay pr�viding I�nks t❑ ih� website�s} containing the last a�n�al fifing�s} with th� ��d�ral 5ecurities and Exchange Commission �or fareign equiva�ent� that contair� the r�ame and address ❑f each p�rson f�oldir�g a 14°Io �r greater beneficiai interest in th� puhlicly traded parent �ntity, alang wi�h the relevant page r�umbers of the fiiing�s} that can#ain the information on eacf7 such p�r-s�n. Attach additianal sheets if more s�ace is needed, Pl�ase list the names and addresses af �ach stack�older, �artr�er �r memk�er awning a'� D percent or greater inter�st in any correspQnding c�rp4ratitin, partnership andlar limi#e�! liabifity cQrripany �LLC} listed in Part li ather than #vr any p�hlicly #raded parent entities referenced abo�e. The dis�losure sha�l he continu�d untif names and addresses of every naE�cor�a�'ate st��k�olcfer, and individual partner, and member �x�eeding tf�e �� p�rc�nt �wnership criteria estabfished p�rsuani to N.J.S.A. 52:25-24.2 has been listed. Attaci� aa�ditional shee'�s if m�re s�ace is neec#ed. Stoci:liolderlPartnerli�7emE�� r.ind HQme Address {far Individuals} or Susiness Address C�rres ❑ndin C�ititl� l,iste�l in Part 1[ Part IV Certifica#ion l, t��ing duly swoer� upon my oath, her�by represent that fhe foregoing infarmatian and any at#achments ther�to i� the best af my knawledge are tru� and complete. I ackr��wl�dge: that I am authnrix�d ta �x��ute this certi#ication an hehaEf of the l�idderlpropaser; that the �name �f contraetFng unit� is relying �n the ir�forrrEation cc�ntained herein and that I am under a cont{n�ing ohligat�an from the date of fhis �ertifi�atian thrvugh the completiar� af any contracts with �type eaF coritractiRg urrrt� to nofify the �#ype of Gontracting unic� in writing af any �hanges ta the inforrr�atiar� contained h�rein; that I arr� aware that it is a criminal offense to make a false statemeni or misrspresentatior� ir� this certification, ar�d if I do so, I am su�je�t ta criminal prosecution u�der the law and that it wil� cansfitufe a material �rea�h af my agreem�n#{s] wi#h the, permiiting the �type �f cc�ntrac#rng unit� to declare any cantra�t(s} rest�lting fram this certification void and unenfarceabie. Ful! Nan�e {[��-inf}: � Marilyn K. �urgess �� � �irle; � C�plPresident 5i�naEure: -��J��l� �� �� ri��. �,_� I Date: i 0$ID'1124 DOC #2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON-COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statuto Reference N.J.S.A, 52;34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional. It is used to ensure that Description: the bidder has not participated in any collusion with any other bidder or Owner representative or otherwise taken any action in restraint of free and com etitive biddin . NOI�T-CnLLi1�I�iV A�'.�'iDAV[T State ot New ,i�rsey Cotlnty ❑l' Tarrant SS: I Marllyr� K. Burgess residi��� iF� Fvrt Wa�th (namc nf al'Fmnt! (���ur�e p1'municip�alily 1 i�t t11e Cn�Fnt�' of iarrant �t��d 5tate r�f rexas ��#'���I age. hcin� d�ily s���ar3a �cCprdiF�g t❑ fa��+ i�n m�� t�ath depnse ac�d sat� ihat: 1 am C��IPresident {titie vr pvsikipnj Marilyn K, B�,rgess e��Citl�d AucNone�r Services t�f'tlze ti�7n oi- Lona StarAuctioneers, Inc. {name af f rmj the ��id�ler 3�ia�:i�i�; t��is Prt�pnsal f�r t��e L�id and that I cx�cuted t��e �a'sd ps�aposal with (�itic nS'hEd pruposail fu[1 aiiil�c���ity ta do sa tliat said bi�der� ��as ��ot, dit�ectly ar ii3directly enle��er� into any a�reemenl, participated i�� any callusiatt, c�r other�vise takeri any acti�i� in restrafnt t�f fre;e, cam��etiti��c: L�iddin� in con�7e�tion with th� al�ave nam�d �roject; arzd t�lal a!I st��te���e�its contained i�� saicl proprasal and in this afficlavit a��e irue ai�d correcl, and rnade witl� f�iil kr�o��l�rl�L th�t the �mnla Partr�ers �-elies izpoi� tlie tr��tti ❑f tlie state�neiits contai�ed in said 1'rapasal {namc ui'cnnu�ictin� E�{TiE1 ancj in the st:�te��ients Gantaiii4�f i�z tl�is af'fida�it in hwardi�i� ilie �c�nt�•�ct tior- the said p��oject. I furtl�e�� wa�-ra��t that �to ��ersa�i �r sellin�, a�ency has bcGr� empl�7y�d or retai3red ti� soficit a�- secuf'e sii�}� CQ13�i'c3CC Lf�J017 c3t] a.�CL'ClT1L'll� Ol' Ui7Cj�1'ST31lf�111�* FDl' ft CQS11i17itiSIC7i7, pere�nta�e, hroket�a�e, «r coi�tin�ent fee, e�cept bo�:� f€de ei��plavices t�r bnn� ficle est�b�isl�ed cocn�n�res�l ❑�� s�lli��� a�;encizs maii�tainec! l�y �one Sfar AuctiQneers, Ir��. Suhscri6ed �nd swan� to i. . ]� ] �efore me tl;is day 2' J l��f�.� r_ , �� � Sig��atlFr•e August 1 ? �4 1.�.��,��'��-� Nota:y pi�blic of Marci Haw{c (Type ot� pt-ii�i naine o1�aFfiant under signtft►ire) My Ca�ninissit�i� e�pises'�� l � .�(�`�f --� ��, ����.-L�' � {Seal} �_. �"�e ,. MARCI H4w�� ���` Ha[dry 10 7}2$}64444 ���: s��i�� My Commiss�an Ekpir@s p�' cf � January 31 , 2fl2fi I3t]C' #3 AI'FIR��ATIVE ACTIi�N AFFi��AVIT {P.L. 19�5, C.127} Cani�,anS� Nanze: Lane Sfar Auction��rs �nc, Street: 48�9 Mark IV Parkway C�ty, �tate, Zi� Cade: �ort Worth, Texas 7G'€a5 1'rnnosa[ Certific��tian: �n�licate Ueln�v cc�m����y's c.oin�alia«ce �vith Ne�v .iersey Af7��•srtati�e Action re�«latia��s. (:om�ai�y's prapasai ���ill hc�. �tG.4epted eve�� if' ron�pa;iy is ��c�t ii� cai�ipliaiice at tl�is ti�ne. No cn�7traci a��dlor p��rc}iase ordez• n�ay 6c isst�ed, hr��vever, until all Affir�r�ativ� n�tia:� reqtiire�n�nt� ai�e �r�et. Re uired Affirmative ,�,c:tion E�idenc�: Pro�ttrt.ment, �'r��fessianai & Se�•vi�e Cant:-acts [Exhi�it A� Veitidors izltist_s�iloF�iit �vith ��-��p��sal: ]. A phc�loco�,y nf a��alicl �ettet• t�iat tl�e coiits-a�ta�- is aperatin� �tndee an e�;istiil� Tedei-ally a��raved nr sai�ctis�ne�i affir�z�ati�e ��tint} pra��-am �gaa�l fi�r nne year f�-om t��e c3atc af the lette�-}; f]R A pl�ot��cc�py ❑f a CerEitic�t� of EmplQyee [riFn��si�atia�� Re�r�i-� �ppr�a�al, isst�ed in accgrdance witl� N.J.A.C. 17:27-�}: o� 3. A photacupy of an E�r�pl�yee ]z�tari��atiai� R����•t tFnrm n�34? ] pr��vi�i�d b}� the Divisian a�' G�»traLt Camplia��ce az��i �qua� Enipinyir�ei�t pp]�ortimity it� P�iblic Co�ttt'�.cts and distribut�:�f to the pu�lic a�e»cy to be �.omp€eted �y tl�c cor►tt'��tizr in c]CCOI'E{�T]C� WIl�7 N.J.A.C, l 7:27-�. Pubfic Wark — Dr+er �aU 0�[1 Ta#a1 Pra'ect Cost: A. Nn approved Fecler�l ❑e New .lersey AfFirmative Actian Plai�. We wili G��n�plet� Report Farm AA2(]�. A praject contract �I3 riuii�be�� wil[ 6e assi�n�� to yt�ur fii`m ti�an re:ceipt of �he �a�n�leted li�it�al Yr��ject Warktarce Repart �AA?4i} tor this cc�i�t��act. I3. Appra�ed �'ederal ❑r Ne�v ,lersey Pi�n — ce��ti�s:ate enclosed 1_fr-ri'lI7C'7" CL']'21J]� tJ7Ci1 1�7� Sfi11C7yTC'17I5' Clfll� iiPfpl'i7TClf7C717 C[7171C1I17NL� I7f'i�ern, rrf•e co�r�piece rrjrcl cori•ec< <r.� tlae best nf r�ri� k►ro�t�lecl�e crr�d helrc�J: �;� 1 r a81�11�4 �'� Dcrle J utitnri�ed � sitll�liPe rri��! Tifl DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or suhcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P,L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or suhcontractor agrees to attempt in good faith to employ minority and female worlcers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.3.A.C. 17:27-5.2 promulgated by the 'Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or suhcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27�. Signature of Procurement Agent DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2), Additional information on the process is available in Local Finance Notice 2406-1 {http://www.nj.�ov/dca/divisions/dl�s/resources/Ifiis 2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include linlcs that are no longer operational. 1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a"fair and open" process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer fle and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD Forms" link on the Pay-to-Play web site at http://www.ni.eov/dca/divisions/dles/pro rams/Ipcl,html#12. They will be updated from time-to-time as necessary. b. A public agency using these forms should edit them to properly retlect the correct IegisIative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that da not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d. The form may be used "as-is", subject to edits as described herein. e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the bacic of the form; where that is not the case, the te� should be edited accordingly. f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. It is recommended that the contractor also complete a"Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.eov/dca/divisions/dl�;s/resources/lfns 2006.htm1). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. DOC #4, continued A. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities {contractors) receiving contracts from a public agency that are NOT awarded pursuant to a"fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legislative leadership committee" • any continuing political committee (a.k.a., political action committee) • any candidate committee of a candidate for, or holder of, an elective office: 0 of the public entity awarding the contract 0 of that county in which that public entity is located 0 of another public entity within that county 0 or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an "interesY' ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit • all principals, partners, offcers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign coinmittees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. " N.J.S.A. 19:44A-3{s}: "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making expenditures." ❑�C ��, C[�11�111LS�L� C. 271 P�I�ITiCAL Ca1VTR1�3[ITIQN DISCL��URE FQItM Req�Eired ]'urst�af�t tt� N..f.4.A. I9:�14A-�fl.?G This Ftirm n�• iis pe:•n�itted Facsimile n�usi he subniitt�d t� tlie local unit nu l,tter lkt�n lU d:�ys �:•iar ta ttie a►v.�rd otthe cantt'art. Part l — Ver�dar Information Ve3�i�Ul' N�iiri�: Lone Star Auctianeers, lnc. I�ijCifess: 4G29 Mark iV �arkway C iti': Fort Warth �InLC: ��xas Zi ; 75�1�8 Tiie �ii�dersi�ned bein� autl��rized ta �ertif}', he��eby �e�-tiFies that the s«�z3�issi�n provider� herein represet�ts COIIl�]I1�lI1Cl'. 14'llii TIIC �31'C}4'ISID[15 Of N..�.S.A. � tJ:��A-ZO.ZG �kild 75 ic�3CCS�i7lL'C� �7y ff7C 1i�sti�i�s:tioi�s ac�on��anyii�� tI�is form. r' ` { �L � Maril n K. Burgess CEOIPresident Sig�iat�tre f'riz�tLd Nazne �'itle Part II — Gontributian Dis�lasure Disclos�n�e re��iiri�nent: Purs�Fanf to N.].S.A. i 9:�4A-2f1.26 t��is disc[s�s�i�-e n��ist include all �•e�7o��table paliEical contribzitions �more than `�3d� per electin�� cycle} tav�r tkle I? �i}ot�ths ���-io�- to s�ibm�ssiot� to t�1C C1�117fZ]I[L��S Llf t�IC �DVe['Illli[:17T Cll�l[It:S IISIL'i� 017 tI1L Fi]!'ill �7['C7Vided �y the locai unit. ❑ CheG�; he�'e if disc�4sure is pravided in eiectrani� For�n Cnntri6iitor fVstrne i2eri ie�it lYame I]ate �ollar Amount N�N� � ❑ Chec�: here if'the ii�Pnr�nation is �or�tii�ued on subseq�iei�t page�s} DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.2G County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senatar and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayar and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. ❑�c #s sTr�r.xHoza�Elt DI5CLa5[1RE [.�ra�r�r�cAT�a� Nam� at'Susiness: � I cei-tify thal tile list hel�rGv conl�tiF7s the i��►�i1es aiz�l hoine a�l�ls�esses t�i'al� stocich«fdet-s l�uldin� I D°rn t�r i7�ai-e o:f'tl�e iss���d ar�d nutst�ndina stuck of the �izldc;rsi�ne�1. Dlt C.� 1 certify tl�at i1� �ne stt�ck�initier ci���i1s 14]°ra r�r i��az•e crf�ll-�e isst�ed aizd atitstant�i��� sEoc1: o#` tli� ��ncie�-si�ned. Chec�C tlie �a� that f•e��-esents tlie t,ype nf h�siness n�•ganizatior�: �i'artner'ship �C.i7i'rSt71'Z[1011 I�5c�le Pro����ieto��sl�ip �I,imite�� Parts��z�ship OLimited [_iaUility C�r�poratin�z OL,imited Liahility !'ar[ner�sl�ip 0 5u�cha��ter S C�rparat ioi7 Sign �r�d n4tari�e the Fo:•n� bela�v, and, if �ecessa:ry, coinplete khe stoclth�lc�er lis# l�eiorr. 5tockh�lc3et�s: N��r�e: ttifame: MarNyn K. Burgess Ed Lanford, Jr. N���ie Ad�ress: I-Iome Adcl�'ess: G45� WoodstoClc Rd 545� Waodstock f�d �art Worth, TX 75116 �art Worth, Texas T�1 �& Nt�n�e: Name: Ha�»e Addc•�ss: H��i��e A�l�i�ess: Na��ne: Name: Hot�Ye Ac�dre�s: Hame Acldress: 5ui�scribed an�! snam �efore me tE�is � day nf AL1gE�5t 2�4 . [.NuYary Piibli�} r� �� My C.oinmissiun e��ires- .,��'.1L�..((.C'7�:� �L•� � �:iil ],�y� j i (A1'�anlj Marci How�e, Natary {}'ri�it name & Eid�. oFaf�au�lf ^� A��a �� MAR.[1 FfdWi,E r � �`� r�ocan� io ut�sibd-s�4 ;�r My Cflmmissifln Fxpire5 'F�� �an�lary 3�, 2026 DC]C' �G L71SC[,OSL]REQF,INV�,S'i'MENT A�',T1V[TI�.S 1N IRAN,,,.,,�U,SS1A AND t3ELARCIS N.J.S.A. 52:3Z-5'7, et seq. tP.L. �41Z, e.25 and l'.i.. 2QZ1, c.4] anci 1V.J.S.A. 5�:32-fiD.I PEl!'5llElfli ifl �N_].S.A. ti�:j�-4�], et seq. {P.L. 2fl1?, �.2? a��d f'.L. �?�21, �.�#} an�l ;V..I.S.A. 52:33-G[].1 any person or enti�y ihat s��i�mits a bid ar Ear�{7t,sal ai• t,t2ienvise proposes ta er�teE• iE�tn or reneiv a ��,ntraet nt�Es� c.erti�v tii�it i�either thn gerso�3 nvr �ntitl', nn�' ai�t� ��f its �3arer�ts, suhsitliaries, c��• af%li:�tes, is identifie�i a��t tlle 1Ve��' ��I'tif'.j� [�L'�J�i1i131C1}i {7I the 7'r•rasis3•)�`s Ch�i��tea-?S List �3s a p��•san or eiitity' er�ga�t�i in im�est3ne��t acti�iti�s izi ]r�n. I�tissi;� or 13cfarits. Tlte Cltapter3� ii�r is fniu�cl �n tl�e L7ivisinn's website �lt I7t[j]S:IIIV��11.St2ltt.111.GS1Il't:_l5L[t'Vl�lil'CIl��.r._e1, Vea�dorsl[3idd�rs must revic�� ihis lisl rriat' tc� completi���; tl�c 6elutivi certi��atian. [FYhe Q�iaii f�ed PEif•�lt�sin�y r1ge�7t c�f tiie ,'�fE717tEC CLi4lCity' EJti3ities f1ut��nrit_y fincls a�e�•s�m ni• enlity to be ii� vial2tiort oitl�z la���, Ete s}tall ta�:c a�tion as �nay k+e a��}��t��riate anci pro�i�ied i�y law, ruie ar s:��f7tr���t, iaiclu��iil,� buE nni limited tt�, iinposin� st�n�tioi�s, se�l:in� c.amplianc.e. re�n��e�'in� daniages. �ieciarin� [hr parFy in cleS'ati�lt and seekii��� del�atinet�t or suspensio�� oFthe ��arty. �I I cerlii}', �ivsiianiln N..I.S.,�. 52a7-57. et sey. {P.I_.20l2. �.2� and 1'.1�. 2[Y?i. c,�}, Zqd N.J.S.A. ��:3�-Cifl. i lha[ nei[f�er thc VrndorlBid�ter list�d a6nve nnf ai�y of'itb parcnls. su%siciiaries. ��r ai�1ilia�cs iti lititc:d �n Ll�e i+1e��� 3ersey ❑�pR�II11E[]l OI lEl� �IPi1ltiL�Ej'�� C��7�lfli�f �] �.ISI Ut� �t�ticics determine�! io b� rn��ged izz prohihited activitics ii� Ir�3��, �ussia or f3�lar��s. Q C1R ❑ ! urii unabEc t[z rc�lify as ah����e C�eca«st ilie Vendc�rlF3iddcr undlur �rn� ur ntnre ��f-itti [��treEtts. subsi�li;v'ies, nr �l�lifitiles iti li5ted n�t fhe �]e�v fe;rs�y I3cp:irlmer�[ ni'tfi� l'masiu�'s C'f�apt�€ ?5 I..ist. 1 4�ii] pro��ts�r � detaile[9. acciii•atc ,u�d pr�cise desLri�rinn oCtt�e �c�i��;tis�s of'tlie Veizdvrli3iddtr, or �nL ��i iis �aarer3t.�. sul�,idiari�c oi• al'iifiatcc, has ct��age�l i�t E�c�udiii� iai�cstitienl a�ii�itic4 i�ti Ira�� hy cam��loii3�g iht info��tjttli�fn reyucste�l biln�v. y F.Ettity Ln�agefi in lnvestm��il r1�ti�ities [Z�Intions{�ip tn Vendi�rJ Bitider Descri�tinn aiAct�vities Duratian of' Cng�i�emenl Anfi�ipateci Cessatian I7ate :lrtc�c•h,�t�s�'rlirfi�n! `ih�er.r Tf:4'�ccr;sn��. CE[t f'1 �i C':1T1[3� � l, the i�i�d�rsi�nzd, certify tlyat I an� authorized to exe�ute this c��•titicati[�n nn behalf�ofiltc Vendor, thal the F���egnin� inF�rm�ition and any attachtnents her�ta, ta ti�e �esf «f rt��� Ivlo�vled�e are true an� c�nipl�te. I acknnw]ec�rye that the ACL'A is relying an the infnrniatian cot�tai��ed herein, 2��d that tlt� Vendar is under � r�ntin��ir�� ��Uli�atio« frUm the da�c oftl�is certiiic;ation ihrt�iEgh t�3e �QiTapletiarl o['any cont�•s�t[s; with the ACL?A to iiotify ti7e �ualified P�irch�sin� A�ent in wrikin� p� anJ �hanges to f��e infaririaFioi� i:t�33tained hereii�: that I aR� a�vare tiiat iT is a ct'imina� of'fense t�� make a f'alse stateinent or misrepresent�tion in t�iis certiFi�atinii_ [f 1 c�t� so, I��ill be si3hject tu �t`imin�il„prose�utiai� urzder the law, and it wifl ca�7stitute a rnalerial �reach af my agreement{s} �vitl� the AC'UA.1 an� pe�•Fnitting tl�e ACUA tt� �eclare any �oi�tr�ct{s} resulti�i� fi�om tlris eertif icatinn ��id and ui�enfarcea�le, � Marilyn K. Burgess / Pi•ri+te�l h`u�iie r��'.-1 rrclaas�i�ed. tgertt ,Si,�7�aalr�re aj� rllrori�e�f: [gc.rrd CE�IPresident �8101124 'I"irle pt���, Lone Star Auctione�rs It�C, C'[}77if]L7171' r�'R17re DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A.52:32-44) Offerors wishing ta do business in New Jersey must submit their State Division of Revenue issued Business Registratian Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. https://www.njpartal.com/DOR/BusinessRe�istration/ o�r� #s EEQAA EVIDENCC Equal �.mpl�yinent (J����ni�tu��it�+!A�firn��tive llction Go���s, Protiessior7a� Services ��eiieraf Se�•�'sce P��ajects E�fl1AA E�i{len�e V�37��ICzI'S S�'C CLC�LI]f�C� ECl SLEI�Ili1� LViC��I1L'� Ot CL7117�7�1�311G2 41+1t�1 N..�.S.,�1. � f}:5-3 I et se.c�. and N.J.A.C. l7:?7 ir� nr�€er [r� be cc�i�sidered �� ��espoii�iE�le vei�dai. QneoFti�c !'allowin� m��st �e. in�licdeci �vitli sub�riission: • Capy t7F Lett��• oF F'et�e� al A�pro�al • Cer�ifi��te c��'C=riployee filfo�-i�7atit�n Repoz•t � f ull�� �xecuted Form AA3�� ■ Fi�lly E�eG.utec� EEt�-� Pepof�t See t�t� �L13d1:I317[:5 dt: I1lF :III�`il'Il�.st�1LC.i1 .L]SILI'�cl5ili'Vl�nnl:r��ct coi7i 1i3i7��1 d!1 ��. �ci�' fi�r fvc•ther infa�•cnation. { ctrtiFv tk�at my i�id �acica�e iiic�iid�.s the ��e���ired evidence }�c;-the abo�c list and 5tate websi��. ��iz1e: Mari�yn K. Burgess •C-;��e: C�DIPresident i . , 5i�;31atus�e• Dake: �810�124 PB-AAF.1 RS/26/09 AFFRIMATIVE Department oF the Treasury Divislon of Purchase & Property State of New Jersey 33 W. State St., 9th Floor PO Box 230 Trenton, New Jersey 08625-0230 Contract - Adverti�ed Bid Bid Number: 24-06 Bidder: LONE STAR AUCTIONEERS, INC. MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LAIVGUAGE N.].S.A. 10:5-31 et seq. (P.L. 1975, C. 127) Affirmative Action Supplement N.].A.C. 17:27 &OODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, wlll not discriminate agalnst any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expresslon, disabflity, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to thelr age, race, creed, color, natfonal origin, ancestry, marltal status, affectlonal or sexual orientatfon, gender identity or expresslon, disability, nationality or sex. Such equal employment opportunity shall Include, but not be limited to the following; employment, upgrading, demotlon, or transfer; recruitment or recrultment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for trafning, Including apprenticeship. The contractor agrees to post in conspicuous places, available ta employees and applicants for employment, notices to be provided by the Public Agency Compliance Offfcer setting forth provisions of this nondiscriminatlon clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualiffed applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status; affectfonal or sexual orientation, gender identity or expression, disability, natlonality or sex. The contractor or subcontractor, where applicable, wfll send to each labor union or representative or workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labar union or workers' representative of the contractor's commitments under this act and shall post coples of the notice in conspicuous places available to employees and applfcants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans wfth Disabilities Act. The contractor or subcantractor agrees to make good falth efforts to afford equal employment opportunities to minority and women workers consistent with Good faith efforts to meet targeted county employment goals establlshed in accordance with N.].A.C. 17:27-5.2, or Good falth efforts to meet targeted county empioyment goals determined by the Division, pursuant to N.].A.C. 17:27-5.2. The contractor or subcantractor agrees to inform in writing its appropriate recruitment agencies Including, but not Ifmited to, employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender ldentity or expression, disability, nationality ar sex, and that it will discontinue the use of any recruitment agency which engages In direct or indirect discriminatory practices. The contractor or subcantractor agrees to revise any of its testing procedures, lf necessary, to assure that all persannel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as estabfished by applicable Federal law and appllcable Federal court decisions, In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, creed, color, natfonal origin, ancestry, marital status, affectional or sexual orfentatfon, gender identity or expression, disability, natlonality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decislons. The contractor shall submit to the pub�ic agency, after notification of award but prior to execution of a goods and services contract, one of the fo4lowing three documents: Letter of Federal Affirmative Actlon Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 The contractor and Its subcontractors shall furnish such reports or other documents to the Divlsion of Public Contracts Equal Employment Opportunity Compllance as may be requested by the offfce from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Divislon af Public Contracts Equal Emplayment Opportunity Compliance for conducting a compllance Investigation pursuant to Subchapter 10 of the Administrative Code at N.].A.C. 17:27. * NO FIRM MAY BE ISSUED A PURCHASE ORDER OR CONTRACT WITH THE STATE UNLESS THEY COMPLY WITH THE AFFIRMATIVE ACTION REGULATIONS PLEASE CHECK APPROPRIATE BOX (ONE ONLY) ❑ I HAVE A CURRENT NEW JERSEY AFFIRMATIVE ACTION CERTIFICATE, (PLEASE AITACH A COPY TO YOUR PROPOSAL}. ❑ I HAVE A VALID FEDERAL AFFIRMATIVE ACTION PLAN APPROVAL LEITER, (PLEASE ATTACH A COPY TO YOUR PROPOSAL). �✓ I HAVE COMPLETED THE ENCLOSED FORM AA302 AFFIRMATIVE ACTION EMPLOYEE INFORMATION REPORT. PB-AAF,i R5�261fl9 S�ate af �lew ]ers�y []i�ision nf puk�lic ConYra�ts Equal EmptoymenC ppporiunity Comp�iance EMPL�YEE INFQRMATI�N RE��RT IMAOiiTANT- fiEA� SNSTRUCI'f�NS C}N 6ACK DF F4{tM CA{?tFkJl_I Y BL=FORC C6MPLETING FOkM. 1YPE OR PRiN7 IN 5HARp 6ALLpQ1iVT PEN. FAILURE T� PRpPFR4Y CdMPLE?E il1E ENTI32c FQRt•! ANd SilBMIT THE IZEQlIIREp $ISp.Op FEE MAY bELAY F55llAi�lL'E QF Y�L1R C�RTIFICFITE. 00 NQT Si1BMFT EEO-1 REPORT FpFt $ECTSQN 6, 1'1'EM 11. SECTT�N A - Cfli�iPA1VY I�ENTTFECATIQN 1. FIp, Pip. [}R S�CIRL SECUR2TY 2. TYPE pF �VSENE55 3. TOTAL Nfl. �F EhiPEQYEES IfV TME ENTlRE Cf7hlpqfyY_ 75199Q95� � 1. MFG � 2. SERViCE � 3. WHOLESRLE 12 n h, RETAEL IXI 5. C3THER a. COA1PAiJY iJAN7E LafVE STAR AIJCTiOM1iEERS, IIdC S. SSI;EET C7TY COl1N7Y STATE ZIP [ppF 4629 MARK IV PAftKWAY F6RT W�RTH TARRANi TX 7fi1a6 6. NAME OF PARENY 4R .4FFILIATE� COMRANY [jF N�NE, SD iNdiCAYEj CI7Y SFqTE Z[P CQbF. 7. CHEC3( L]NE: f5 TFfE C4MPANY� �SIf+lGLE-ESTABLISHMEPiT EFIFL6YER ❑ML]LTI•ESTABLISHMENT EMPLOYER 8. 1F h1UI.7i•ESTA$LISFfMEl4T EMPL�YER, S7ATE FHC NLlh9$ER aF E57ABL]5HMENTS 2N h] 9� FOiAL �JUMBER OF FMpLDYEC'� A7 ESTABLISFIMENT WhIICN HAS 6EEN AV�ARQEO THE C�NTRA[T 30. PVBLlC AGENCY AWAROENG CONTRACT Ci7Y CDVNN STAiE 2iP CpOE QNSNfA PARTNERS-REGIpNS 4 i-i�tJSTQN HA72RF5 77[ 77p92 Of�cia! Llse Only DATE RECEIVED INAVG DATE RSSIGNE� CER7iFICATIah1 Nl1M6EA SEGTIQN 8 - EMPLpYNiElVT aATp li. Report all p=_rmanent, [emparary and part•[Im2 ern�iUyEH; 6N YpVR aWM1! PAYROLL. Enter the apprnpriaLe f�g�res on all �IneS and �n all 4olufnn5. p�here [heCe a�e np emplpyee5 In a parcl[ular catago�y, enler d!e[a. InClude ALL emplOyees� nqi jus[ tisase in niinqrltYlnan-minpri[y cate94r�es, in cGiumns 1, Z, & 3. PO h'OTS[18M1117'Af4 EEO-1 REP6P.7- }pg Categosies All Emp4oyees . . : . . MALE ...�a�.a....,... ........�.r....... FEMALE ..........:.: zvta+ COL.2 CpL.3 Arrler. Amer. Is. 2& 3} h1qI.E FEMALE 6ia�k Hlspanir indldn ASf2n NOn Al�n y4a�k H�snanic lndian As�an Noh M11�a « i 7 RFfi�e & Clen¢I 4 I 2 � 1 0 �erv�ce Vvorkers Frvm prev�oc�s Report !iF anyj 7emporary & Par[ The tlata t]elow shall Ni7T he included lry the Flgure5 faY [ne appru�ria[e Ca[egories Above. Time EmployeFs 12. I�OW WAS INFORMRTIflN A$ 7q fiACE DR ETHNiC GftOl1P 2N SECTIOM 6 08TAINEp? 14. 15 7HI5 TliE FIRS� RRIVCRS LICENSE Emp�Qyee inFormaElvn Repavt Suhm�tfed? Z3. OATES dF PAYROLL RCRfr]p VSE6 FRaM: 7�171�d rO: 7/3��24 0 Y�S I� N4 SECTIaPi C- 5TGNATU{t� AND TND£MTTFTCATIDN 16. NAME OF PEft50A} CflMPLET]NG F4RM (prlfl[ 0� l'ypB) ��ATVRE�� � TITLE NSARILYN IC. BLIRGE55 CEOIPRE5FpL-N7 ��1�. �IJ. ■. • / . /! 17. AG�ORE55 NO. & SFkEET CiiV � r� �IJMr� 4b29 MARK 3V PARKWAY FQRT WpR7H TAHRAN7 f Cer[iFy tha[ [h� informa[laq art EhiS form is [rue an CUrre[t. i5. IF Nq, oRTE LP.Si e�vonr susMlrreo �ATE 81;124 57AFE ZSp �OOE Pi1aryE, ARER Cb�E, NCI. T'�}CA5 761Q5 $Qi}-��5-333G DOC #9 MCE�RI UE-PRI I�CIPL�;S TAT� QT' NT�1'V J1�1t5E�' DEPARTM�NT UF TH� TREASUItY FI VI�IUI� ❑F PL'I��'HA�E A1VD F�tQPERTY 3 1'VES7' STATE STR��T, P.�. i3d� 230 RrNT(JN,IVEW .IERSE�' OSC,zS-.023t1 MAC�RiI3E �'R�l�C:1PALS Fa.�M BIn SaLIC[TATI�IV #: 2�-�6 V�iVDDRIBIDDI?R: Lor�e Star A�cti�neers, lnc, �r•.�roar��s�sinnL�i'S it�[�i]IRL;MC�IT TU PRL7VID� A C�RTIFiC'AT1�N IN C�IVIPLIANCE WYTH THE 1V[ACSRID� PRIiVCIP.4Lfi AND NORTHERN TR�LA]VD A�T 4F [989 Pu�-s�ta�tt t« P�iblic Law l���5. c. I�4, a responsiblz Ve��d�i•Il3icide�- selected, afte�� pt�biic biciciiilg, t�y tl�c Directt�r Qf t��e Divisi«:i �i� ['itrchase �iid Prapert_v, �tis����ai�t to N.J.S.E1. 5?:34-12. ��Zust cui��pls:t� tl�e �e�-tilT��li��� bela�v �y chec�ii�; ai�e of tlie twtz optin�7s listed be[�w 2�n�i si�tii«� w��e�-e indi�ated. lf � Vez�cl�rlBidt�l�r ti�at wai�ld �t�er�vise. l�e ti�va��ded a purcllase, contract ar agreement c�t�es z�ot co��lplete tl�e cer�ificatiaz�, then tile ❑ire�to�• znay c�ete�-mi�ie, in accor��nce witl� app�i�ahie law a�id �-�Fles_ tl�it it is in tlic ��est ii�terest �rf�tfie Stat� to a�var�l the pu��c��ase, cantra�t ❑�� a�i�eernent tn �r�othe�� Venilai�IBidtiet� tllat I�as �t�mpleteti tl}e cet�tificalic�r� �zi�r� l�as subtr�itleci a b�t1 tuit(�in tive �5] percent ��t'C[ie most a�vant��ea��s �id. ]f t11e ❑it't'CtQi' �il}[{y �.[1I1t1'�3CFCi1'S [�? �7� 1T1 vic7�atis�n ❑t'tl�e ��ri���:ipals tl�at are tl�e s�i�ject �rf t3�is I�z��, f�elsfie sl�all take sucli action as may �e a�pi•opriale �n�i �rovided L�y �aw, s•�ile c�r �oiitract. incltidii�g L�ui i�ot Eii�iite�i t�z, i��posir7g sai�etinFis, seel:'sr�� t.cnn��liar��e, recaverin� cla�n��es, dcelaring tl-�� ��arty ii� c{et�ati[t anci seei€ii�� dcb��-me��t c}r s�.ispen�inn nl't4�epart,y. I, the ��n�lcrsigned, ❑�i be�alf tl�e Vei�dorlE3idder, ce�-tify pursuant tn N.J.S.11. SZ:3�-!?.? tl�ai: ■ � � ;1 ; .! �'l�he Ver��inrl8itlder has ��o l�«si��ess csp�ratio��s in Norther�n l:tland; or {?�� "�'��e Vendnr'18idder wiil lake laGvtiii steps i» �ond f�tith to �o��duct an}r b��siE�ess a�erations it Izas ir� Northeim Irelan�J � in a�Cord�zi�e ��iti� t�e MacF3ride pr'incipals o�i�on�is��imin�ti��i i�i emp��.v���ent �is s�t fc���t� i3t sectior7 2 of P.L. 19�7, c. 177 �N.J.S.A. 5?:i SA-5�1.�} ar�d in �c�nfnriiianci �vitli t�e United iCin�t�o»>'s Fair Einployizietit tNoi��leri� IrLiat�d} Act of I'�8�3, a��d permit indepeaulent mnnitarir�g of its ct�mplia��ce with those �rit�cipals. : . ► 1, tIie ti��c�ersi�ned, certiiy that 1 am a«thorized tn execute ti7is certiticatinil on l�el�alfoftiie Ventlorl�idc��i�, tl�at tl�e fn��egoing infnr�riation aiid an.Y attacl�ments he��eto, ta tl�e best of �ny k�iQwiedge a�•c true and complete. i acl.n�wie�3ge tl�at ti�e 5tate of Ne.� JeF�sey is ��el,yiii� oi� fiie iizfa�•matiQii cai7tained i�eceiti, attd ti�at the Vendarli3idder is ti��de�- a conti���ri�i i��ation fro�r� tf�e �ate of this c�rti#�icatiaii tl�ra�f�;l� t��e rc��n�l�tion ot any cQn[ract�s} wiilz the 5ta£e to z�atify tl�e 5tate i�� �vi�iti[�g of aily Gl��nges ta tl�e infar;natior� cnr�tain��l l�erei�i; t��at [ ai�� a4vare tl�at it is �i tiriFningl af�fen�� tt� tr�ake � i'alse statem�ttt c�r tni�representaEioi� in this certification. [f [ do s�s. [ �viil 6e st��je�l tc� crimir�al prns�c�ition u�i�ier t.he l�iw, ancl it ��ill �anstitute a inaierial breaclt af� my� agree�nent(s} �viti7 ti�e St��te, ��ern�itting tlZe 5tale ta de�las�e a�7y �onlract[s] resu�ting from this ��rtifi�atioii to he �oid and �ei�for�����le. OSIQ 11�4 �ate Marilvn K. B�ir�ess C�QIPresi�ent nt Name ai�d "�itie I L: E i� L U.4 Tl'01V PR�C�,S�S ��ND CI�IT.�Ri,� 2. Proclirr�slPricrrt� cr} P��ouf�le rdre �,11�1,/'�r� (��/�er•rai•'s ot�Ii�r� c7rrcti�rr rtrrcfin�r Fee i�. i��it..1..5(�1__-__t-�' r:?I' it �t•�s',I..S':'f.i r Ijrcliccrte tlzc�.fecr a�• fe�s to i7� �•]amgecl.f'oi• rtsc� �/'t1�e i•t�c�b-bc�szd oitli�zn air�°tioia syst�►yz. Pt-a}�iele cr Ga»�plete, f'e� s��{zeclr.�le fr�r- t1�.is ser-ti�ici. .��t cr fraittir»trir�, rrdclress ea�lr af�t1��J. fcrllo�t.�irt¢ ite�izr Iisted l��lo��'. Pt-�ipdsei-s slzoulGl r_•le�zf•l�� spell aerl anc� itejrat�e ar d�litiecrGe crll_%�s,.fec� st��a�ctzri-�s. clisc•o1�Fat�� a�a�J rel�rrt�� sts-arc�tt�res, rrdditioraal ca.�[s ccizt�Ic�r tzdcl-�s�as, �,••l�ar�arrr�' is �•�aspn��sihle_ far prrt�irl� cj-edit crry-�1 f�.��s. i��a�T��, etc. L��e Star A�ctivneers �LSA} prapas�s ta provide �MNIA participating �artner5 a€ull-servi�e timed onliroe auctivn system far the sa[e of surplus, seixed, tnnfiscated, impaur�ded, andjor ur�cl�imeti ch�t#e� prop�rty af �II types. T#�is contract wilf ir�clude real estate as well. �ane Star remits 1D�% D� gl"Q55 5�I25 tO S�II�f �IILI �� a{��"ill�! fe� Y� ESC� Wi�iilil �IV� ��y CI�yS Q'� the closing af each auctivn. Lane Star retai�s the 9% 8uyers Prer�ium, Lorie St�r cofle�ts and remits applicabie sales taxes to the appropriate state taxing a�tharity. C��t to ❑mnia Partners Cast ta 8uyer Buy�r P�emium paid retained �y Auctioneer Admin Fee callected from buyQr arrd paid tv �5C4 Qfllfl 1�.5°/0 9.5% 3°/a � Is c�.fee clzctrged if tlt�= c7lfclic�f� t�s ix�al.�i[ccessfirl �rt�rras at•e ta�t.svldj? ur•� ��s tlze atrctiar� fee ca pt�r�cera�a�e af s�rlc �j-ice r�j• f1c�[ fe�? CQrr�missians and the 6uyer �remium are bot�+ cafculated as a��rcentage af the ealle�ted 5elling pri�e af the item jlat} excluding sta�e sales and diesef equipment taxes. � Is thcrc cr rnijrijrrirrra cazretiQra f�e? �3a. IV. �UAtlJA TiUN PROCESS AIVI� CR17E'RIA • Is the ccuction. f'ee the same for c�ll auctions or a scc�led fee based upon size of auction or sale price? Our commissions and Buyer Premiums are the same for all a sellers' auctions no matter the size or dollar volume of the item or total sale. • Is the c�uction f'ee deducted from or added to the sale price? Buyer Premiums are added to the selling price and distributed to the Partner and Lone Star respectively. • Provide fees for involved marketing of the auction sale, including real estate (residential, commercial and industrial lots), commercial equipment and vehicles. Advertising costs for real estate, specialized or especially valuable equipment, aircraft, large watercraft, or other high value assets will be on a cost-reimbursable basis, proposed to and approved by the seller prior to the commitment to media. There is no way for proposers to anticipate the breadth, depth or duration for advertising which might be required under this agreement. E.g., on June 5, 2019, Lone Star Auctioneers sold a monumental bronze statue of Robert E. Lee in a restricted auction. The statue brought $1,435,000 and was paid for within eighteen hours by wire transfer. There is no way we could have anticipated the need for a marl<eting plan and advertising costs for a famous larger-than-life bronze statue of this magnitude. • Provide any other information applicable to the auction fee. The OMNIA partner is paid 100% of the collected selling price of their assets upon completion of the auction and collection of proceeds. Implementation and Trainin� Indicate the fee or fees to be charged for use of the web-based online auction system. There will be no fees charged for the use of our online auction system. Provide a complete fee schedule for this service. At a minimum, address each o.f'the following items: IV. EVALUATION PROCESS AND CRITERIA • Describe the types of costs, if any, applicable to implementation of the web-based auction progrczm for cc contrczcting membeN. There will be no casts for the implementation or continual use of our online auction system. • Describe ccnd provide the costs, if any, applicc�ble to providing training for a contretcting member By way of an initiaE Zoom or Teams meeting, key partner members will be provided simple instructions and guidance in the preparation and transmittal of an auction spreadsheet for the sale of items to a camfortable level of proficiency. We will provide additional "refresher" or "new employee" training as necessary at no cost to the partner. LSA has never charged for training. (See Attachments-Training Material) • Types of costs may include implementation fee, tNaining fee, customization fee, trc�vel, peN diem, materials, etc. There will be no other costs or fees associated with use of our online program. Our process is easy and quick to learn. There will be absolutely no need for travel or per diem costs or materials. • Provide other information applicable to implementation and training fees. None. Technical Sunpart • Describe c�nd provide fees for technical support services, if any. There will be no fees for technical support. • Provide any otheN information applicable to technical support fees. No fees apply. System Up�rade & Maintenance • Describe and provide fees system upgrade and maintenance, if any. None. • Provide any other information applicable to system upgrade and maintenance fees: 3 IV. EVALUATION PROCESS AND CRITERIA None. Other Costs None. ■ Describe and pNovide any other fees or costs applicable to the contract. Provide a cotnplete fee schedule for this service. At a tninimum, address each of the following items: • Sales Tc�x Lone Star will co{lect and remit timely all state and local sales taxes to the appropriate taxing authority in the state where taxable assets are being sold. o Indieate how sales tax/use tczx would be traelzed c�nd pczid. Our software automatically differentiates between taxable and non-taxable items based on our data upload spreadsheet and calculates all sales taxes due for taxable items and generates a report showing taxable totals. Taxes are totaled by invoice for each buyer and for each auction and are stored in our database by tax classification in the appropriate sales tax accaunt. On a monthly basis we remit the reconciled taxes due to the appropriate taxing authority. o Identify what jurisdiction(s) would be the recipient of sales tc�x revenue. The taxing autharity in the district would determine to whom collected sales tax wauld be paid, and that would vary seller by seller. • Revenue Share Discuss possible revenue share c�rrangements. None. The partner gets 100% of the revenue and the cooperative receives its 3%. o Offerors should state proposed percentages, how revenue share will be calculated and how and when they will be pc�id. None. • Is a fee charged fo� a Member to register on the system? 4 IV. EVALUATION PROCESS AND CRITERIA No. • Is a fee charged for cz potential bidder to register on the system? No. • Discuss how fees are collected frotn agency pc�y c�nd a Buyer pczy perspective Fees are collected from the buyer at the time of payment. Lone Star would collect the 12.5% Buyer Premium and remit to ESC4 their 3%o in accordance with this agreement. • Describe options available for collecting payment from bidders (e.g. agency collect, Contractor collect, etc.) Lone Star would collect all funds from buyers and remit those funds to the seller by EFT no later than five days after the buyer payment deadline. ESC4 would be paid in accordance with the requirements of this contract. b) Performance Capability i, Include a detailed t^esponse to Appendix D, Exhibit A, OMNIA Partners Response fot^ National Cooperative Contract. Responses should highlight experience, demonstrate c� strong national presence, Throughout our response, Lone Star has detailed our experience in terms of major government clients, geographic range of performance, duration and continuous performance af contracts in a variety of auction formats. Our clients and buyers are exceptionally loyal to Lone Star Auctioneers. In the fourteen years we have held OMNIA Partners (TCPN/NIPA) auction contracts, not one seller has changed auction providers. o demonstrate a strong national presence, Lone Star Auctioneers has a very strong regional presence among local and state government entities and a strong national presence among state treasurers and attorneys general who are responsible for the sale of the contents of unclaimed safe deposit boxes. o describe how Offeror will educate its national sales force about the Contract, 5 IV. EVALUATION PROCESS AND CRITERIA Our national sales force is comprised of approximately 153 of our satisfied OMR11A sellers that have been using our services for years and our in-house group of employees are involved with telephonic contract, internet social media, such as Instagram and Facebool<, trade show booths, coffee break sponsorships at conventions, and print advertising in local, regional and national print media. For specific assets we may advertise in Contractor Hotline, Rock and Dirt, Trade-a- Plane, Boats and Narbors, Rotor Magazine, Coin World, Stamp Collector Magazine, sports card and other affinity publications. For auctions of wider interest, we periodically place advertisements in print media such as TexScan, the Texas Classified Network, and other state-wide classified publications around the nation. When appropriate, we have and will continue to advertise in Spanish-language publications on bath sides of the border. Mexico is a strong market for vehicles, big trucks, equipment and agricultural equipment. In our publications we promote by usingthe OMNIA Partners name and logo. One feature of our advertising and promotional efforts is our purchase of domain names for our clients to use in directing their website traffic directly to their auctions such as: Alabamaunclaimedproperty.org Cityofdallassurplus.org Dal lascountysurplus.org lowaunclaimedpraperty.org Montanaup.org Tennesseeunclaimedproperty.org These clients then imbed the links on their own websites to direct casual visitors ta the auction for the possibility af becoming a buyer. o describe how pYoducts and services will be distributed nationwide, Our online auction services are available for use throughout the U.S. and are as easy to use in Vermont as in Fort Worth, Texas. o include a plan.f'o� mc�rketing the products and services nationwide, and describe how volume will be tracked and �eported to OMNIA Partners. We do not have a plan for marketing nationwide. We spent great effort and a reasonable amount of money trying to develop a nationa) market under a cooperative purchasing agreement prior ta our first TCPN (NIPA, currently OMNIA Partners) contract to no avail. It is a very difficult market to approach nationally for these types of services. There will be no tracking and reporting. 6 IV. EVALUATION PROCESS AND CRITERIA i��. P�-o��irlc� rr 3t�cbsitc linli ar� vrrler ta reifit�jti� ti��ehsiCc errse nf e�sc�, cri�cxilcrhilr�� cr�ac� c:aperbr.'litir�s: wr�vw. LSA. �c www.LSD.cc www. LSAa u ct i a�� s. �� i7� www. LS�a u�tians.carri �Nate ".cc" and rivt ".cam"� 4Note ".�c" and nat ".cam"j • L7tscrihG llae �rncess,Jo�• c►•ccrtif�� a�zd ca�tr����tir�g �i� aircti��t. Tl�e fall�wir�g is the simple "N�w Ta" far clients �sing oWr F�I!-ser�ice madel. It is so mucl� easier, faster, and simpl�r. With Ft�ll-ser�i�e auctians, t�se �lient lats th� �tems fpr sale, �or�piles and err�ai�s us a lotted sprea�i�heet fram an Exe�l template �nre pravide. The client talces ph�t�s af each lot nurr�bered with the corresponding lat number and emaifs or �eiids them �ia ❑rop8ax. The ciiesrt determines the da�es and durations tif preview and inspectian peritids and staffs them ac�ordir�gfy. l.on� 5tar s�ts the starting �ids arid increr�er�ts based ❑ri ❑ur histQrieal experience uvith the same asse�s svld in c�ur anlir�e a�cti�ns. We past, monitor, change, del�te and clase aucti�n5. �one 5tar Staff manitors i�ems t�a� are nat r��eiving �ids �o i�dic�te starting price might r�ee�€ tfl b� lawered. We callect the pra�eeds, �ay our Seli�rs with�n ❑ne week anr� remit ai! sal�s taxes t� t�e �tate. � Descr•ihe t�re steps,f'or a �rier���ac�f• to hegiiz trsi�xg tlr� iti�eh-l�ctsed ar.�ctFr�rz sysle»a. 1. TF�e memb�r �alls Lane Star A��t'saneer5 ar�d speaks with ❑ur O�eratians Manager of Online A�a�tions wh❑ s�hedules a Team ar Zoom meetir�g. 2. Memfaer r�ceives "Haw ia" link. 3. a�erations Mar�ager explains the informatifln ir� detail with the mem�er including'the simple spreatfisheet process. 4. M�mber sends spreadsheet and images ta Lone 5t2�r. 5. Mem�er receives full set of reconciled electronic reparts providing a com�lete audit trail far al! transaction5 a�d data at the same �ime as aur payment. �P4ease see Report Samples su�mitted separately.j 5. Member receives wire, ac�r, or eheck for ].a4°Io Qf proceeds witnin 5 busines5 day5 afier clase of auctron. • Desc►•ihc� t1aE� ccrpctbilili�s rc►rd �rractio�zcrlily aj�Dff"e►•or's ��eb-bres�d o��line r���ct�o�� sk�ste�n. LSA us�s a proprietary, custom-designed s�ftwar� pragram pro�iding anline auctians af g��ernment surplus on its domain, l.50.cc � LSOa�c�ions,��m. The saftware is state-vf-t�e-ar� !V. EVALUAtIDfVPR�CE5SRAfpCR17ER1A and was developed specifically for the sale of assets in online auctions for government clients. It emulates eBay almost identically in function but has a unique, LSA interface. It is virtually limitlessly expandable for future needs. We constantly evaluate this site, its uses and successes to identify possible features and functions to add that would make it more effective, efficient and feature-rich for the benefit of our sellers and buyers. • Operating software and applications needed for the auction site to function; • LSA owns the custom online software and its personnel are proficient in the administration and operation of our on-line auction programs. • Our online auction software is written in PHP and Javascript using a SQL database for virtually unlimited access and scalability. Our site is hosted by a leading developer/designer of auction software. • LSOauctions.com / LSO.cc is easily accessible, highly visible, intuitive, simple to use, visually distinctive, secure and extremely successful at yielding favorable resufts to our clients. Our online auction home page contains as many as 100 images of "featured" items in addition the client and category lists. Even with this large number af images, LSOauctions.com is optimized and loads very fast for users with DSL and broadband access and surprisingly fast with slower speed connections. • There are virtually no constraints for individuals who have access to the Internet. Sellers and bidders can participate from anywhere which has Internet access, including public libraries, Wi-Fi hotspots, etc. Troubleshootin� and Downtime LSOauctions.com / LSO.cc is hosted on a different server from main website LSAauctions.com. This allows us to redirect our domains to a secondary server(s} in the event our domain server goes down. LSA's domain server host is Media3, one of the oldest and most reliable in the industry. The online auction site is hosted through Auction Method. Their staff maintains, supports and modifies our software / hardware, providing periodic upgrades and changes. In the rare instances when we make modifications to our software, those changes are scheduled for integration in the middle of the night when bidding activity is the lowest. 8 IV. EVALUATION PROCESS AND CRITERIA In 2020, LSO's website and database were moved to cloud storage on AWS, Amazon Web Svcs. This move took less than 24 hours and was planned for and announced in advance. With that move figured into our uptime, LSA hardware had a reliability index over 99.999 in 2022. Our software uptime in 2022 was 99.999% for the year. Our online auction software utilizes a SQL database that is backed up nightly onto separate cloud servers using multiple accounts with limited access to protect the integrity of the website, limiting all vulnerabilities. Recovery Plan for Online Server LSA and its hosting providers have a disaster recovery plan in place that will address any internet failure, power outages, system failure and other possible scenarios which could potentially disrupt commerce or hamper the flow of information in a technology-dependent business. The system is set up to do full backups daily and incremental backups continuously. This allows us to restore data from no more than 5 minutes ago, at any point in time. Full backups are also maintained with our main account for 7 days and then the backups are I<ept in "cold" storage for up to 4 months. Lone Star Auctioneer's overall business objectives and those of the owners personally are threefold: • To yield the highest possible net return on assets to our clients in the highest ethical fashion while alleviating costs and effort of the client; • To maintain absolute integrity of assets and processes within the scope of the contract in all our business practices; • To provide responsive, courteous service to our clients and the buying public. Indicate how often upgrades are made to the system, including the testing process used before implementation of an upgrade: We periodically upgrade features of our software as we recognize areas of improvement or identify additiona! features to be added. There is not a regular schedule to upgrade the software system. To some extent it is always an ongoing process. We can and will make specific upgrades at the request and expense of clients; however, we have attempted to make our software as feature-rich and flexible as possible. Should upgrades be developed, testing is 9 IV. EVALUATION PROCESS AND CRITERIA always carried out on a"test" copy of the website prior to moving and implementing on the actual website. Some of the reallv interestin� features of our software are: • More intuitive, easy-to-use icon-driven functions for sellers for uploading, posting, changing, adding and deleting lots, descriptions, images and auctions; • Expanded and enhanced search features for both buyers, sellers and administrators; • Simplified and better organized descriptions, terms, special conditions, etc...; • Additional "Just Started" and "Closing Soon" feature for bidders to see new listings and upcoming closings on a daily basis; • Enhanced "My Account" section with immediate access to invoices / paid receipts; • Ability for buyers to add or remove items from the Favorites; • Improved single login so bidders have complete access throughout the online website; • Easy-Pay online credit / debit card payments for invoices under $10,000; • Automated ability for buyers to provide supporting documents to claim a tax exemption for resale through their account including electronic signatures on forms meeting State requirements; • Complete automated accounting, payment and auction reports section for sellers; and • Broadened access for sellers to the entire transactional database for their online auctions to customize additional reports or analyses of particular interest to that seller or department Both URLs, LSAauctions and LSOauctions, have built-in search engine optimization (SEO) code to increase website rankings, facilitate simpler searches, and make it easier for visitors to access us. URL shortcuts, LSA.cc and LSO.cc, are also available to all for speedier access with fewer keystrokes. 10 IV. EVALUATIONPROCESSANDCRITERIA • Desc�ibe the system's security capabilities and the privacy protection available to both sellers and buyers: Lone Star Auctioneers' online auction website has an SSL certificate with DigiCert ta maintain internet security for both buyers and sellers. The encryption enabled by the SSL certificate assures online visitors that confidential information and transactions cannot be viewed, intercepted or altered. Our corporate headquarters server and our online auction server are protected by state-of-the- art firewalls and up to date antivirus protection. Both are password protected, and access to them is strictly controlled. Access to client information and buyer information is also strictly controlled and limited to only those individuals who have a functional need to access that information. We do not release any buyer information for any reason except as basic registration date such as name, address and phone number. Social Security numbers, credit card or other financial information is never captured on our site. We have not and would not release any client information without the express written permission of the client. Our servers and other hardware are physically secure as well. The access and control of the online auction server is closely controlled. It operates in a high-priority, special utility district that is protected from brownouts and rolling blackouts. The following information is provided to convey the seriousness with which we regard security of assets, information, hardware and software. The server room is climate-controlled and stays locked around-the-clock. Only key management and IT staff have access to the server room. All components of our voice and data servers and communications systems are password protected. The Lone Star Auctioneers Building is a high-security facility that the United States Marshals Service Asset Forfeiture Office in Washington, D.C., referred to as "Fort Knox" because of our extensive, multi-layer, redundant security. The entire complex is under internal and external CCTV surveillance by numerous day/night color cameras. There are is a comprehensive alarm system, multiple videophone entry systems, a combination keypad entryJmagnetic-swipe employee entry system, and levels of security we do not detail for security reasons. 11 IV. EVALUATION PROCESS AND CRITERIA • Describe the tools and customizcctions ccvailccble to the seller for creating auctions, including but not limited to, internal reallocc�tion, dutch or split c�uctions, reserve prices, minitnum bid requirements, bidder deposit requirements, c�bility to copy previous auctions, ability to repost previous auctions, etc. Tools and custamizations available to sellers: The following topics address the features available to Sellers through our online software: . Fund Accounting We have the ability to report to the client agency by Seller, department, fund account or other allocatian. • Internal Re-allocation We have a system for internal re-allocation if any client agency requires. • Changes We can change virtually any aspect of an auction or lot including descriptions, images, etc. We can also reassign auctions or groups of auctions to other Sellers, departments, fund accounts, etc. . Reserve price We can set reserve prices (minimums) on particular items. The program will not allow the item to sell belaw the reserve. We can change the reserve price during the caurse of active auctions. The reserve prices will not be visible to the public. A"reserve not met" message will display for all bids below the reserve. • Copying Auctions Our system a(lows us to copy all of the information from one auction to an unlimited number of other auctions with a few keystrokes. Only the information that is not to be duplicated requires entry. • Relist function Auctions can be set to relist automatically if they do not sell in the first auction. . Bid Increments We can set bid increments which are appropriate to the types and values of items being sold. This is a feature we use to try to maximize value related bidding prices and activity. • Notification Emails The client agency can decide which buyer notification emails it would lil<e to receive and who within the client agency should receive them. • Cooperative Purchasing Partners Any non-participant approved by the client agency to use this contract will receive complete reconciled reports. No activity will be commingled with agency auctions. • Internal Reallocation Lone Star can create a system for the client agency to reallocate surplus assets within departments or for other approved entities. • Private Auctions 12 IV, EVALUATION PROCESS AND CRITERIA We can create private auctions that require special authorization to participate, i.e. firearms auctions to law enforcement or ATF-licensed dealers, freon sales to licensed A/C contractors, alcoholic beverages to licensed warehousers, 8-liners to dealers out of state buyers, etc. Participation for bidders would be upon proof of licensure or other stipulation dictated by the client agency. • Starting Price We wili set starting prices for each auction which will encourage bidding but discourage lowball bidding. These prices are visible to the public. The system will not accept bids below this level. The starting price can and is often adjusted during the course ofthe auction. This technique has worl<ed quite well for our online auctions. • Bidder Deposits For online auctions, we discourage the use of bidder deposits. The cost of receiving, tracking, administering, applying, accounting for and returning deposits does not offset the fractional benefits ofthe deposits. We have a very high percentage of collection of payment. We will consider deposits for certain classes of items or for high value assets if the client agency so desires. We can require deposits for private auctions if the client desires. • Copying Auctions Our system allows us to copy all of the information from one auction to an unlimited number of other auctions with a few keystrokes. Only the information that is not to be duplicated requires entry. � Describe the tools available to the bidder for participating in auctions, including but not limited to, email notifications, proxy bidding, identity protection, etc. Locatin� Items of tnterest: 1. Prospective buyers can quickly and easily locate auctions of interest in a number of ways: by using links by geography, seller, or category, by key word search, by advanced search, by featured image, or by all images. 2. Seller/Calendar Date (Agency) — Links to current Sellers appears on the left side of the LoneStarOnline.com and LoneStarAuctioneers.com home pages which will take potential buyers to the auctions of sellers in a desired area or to a seller who has the type of inerchandise of interest. 3. Category — A list of assets types appears on the left side of the home page so a potential buyer can select the types of items they may wish to purchase. 4. Keyword Search - A Search box appears just above the Seller list on the page. Buyers can put in one or more words, and the system will return all matches. 13 IV. EVAL UATION PROCESS AND CRITERIA 5. Advanced Search - Allows buyers to search by: item title or description keyword, seller, zip code (Seller can define radius in miles from that zip code}, lot number, auction status, date, any word, all words, or phrase, "Any" or "All" categories, active auctions, inactive auctions, or all, auctions, item ID number, and Seller number. The buyer can specify the order of the output file. 6. Image — Bidders can scan the ever-changing random feature images an the home page, or they can click the link View All Thumbnails which takes them to the Studio Gallery. This page allows them to select a Seller or Category of interest. Upon doing so, images for ALL lots of that Seller or in that category appear. By moving their cursor over an image, the lot number and description of that lot appear in a box on the screen. Clicking on the image will tal<e them to that particular lot far bidding or additional information. The feature images on the LSOonline.com home page refresh and change at two- minute intervals, so buyers will see different featured lots every time they visit the home page. Easv translatian into Spanish and twelve other lan�ua�es 1. Most web browsers offer language translations built into their systems. No need for special converters for specific languages. Our site is compatible. Dvnamic Closin� 1. Lone Star provides our clients the option of Dynamic Closing. This is ane of the most important features of our program and the single greatest improvement over the eBay-style of static closings. It significantly increases our clients' revenues. 2. Static closing refers to an online auction which closes precisely at the scheduled time without exception. The last bid placed in the final moment before the stated time is the winner regardless of how many bidders may have been bidding or trying to bid at the close. 3. This closing method is responsible for the practice known as bid sniping where bidders wait to bid until the very last minute in hopes of being the winner. One of the serious criticisms buyers have expressed with eBay-style closings concerns the problem of sniping. Bid sniping occurs when a bidder or bidders lay in wait at lower price levels and try to time their bid to occur strategically just as an item closes thus depriving other interested bidders of exercising their right to compete to any higher level. The legitimate bidder thinks they have the item won, and a sniper places a last second bid freezing out the other bidder. 14 IV. EVALUATION PROCESS AND CRITERIA 4. Dynamic closing counters the practice of sniping by extending the closing time when there is last minute activity on an item. If there is a bid placed within a pre-determined increment of time before the scheduled close, the closing is extended by that increment. If another bid is placed within that extension period, the closing is extended by the time increment. This continues until no bid is placed within the extension period. We determine the duration of the dynamic closing periods. A five minute window gives bidders enough time to make their bid decision on a particular item and still be watching and bidding on other items which may be closing at the same time. 5. Sniping harms both participating bidders and especially the Seller in that snipers, in order to I<eep their ultimate purchase price low, do not bid until the final moment before closing. This deprives the Seller of substantial revenue and the other bidders the opportunity to own the item for which they would have paid more. With static closings, the only winner is the sniper. The seller and all other bidders lose to the sniper without recourse. We would not recommend conducting an auction without dynamic closing. 6. Lone Star utilizes dynamic closing exclusively for our clients. Experience has demonstrated emphatically the value of this feature. We have seen online sale prices nearly double during extended bidding after the scheduled closing time has passed. For example, bids for one garbage truck went from about $16,000 to $28,850 in a dynamic closing period which lasted 12-15 minutes. We have experienced Dynamic Closing periods in which bidding continued for over 45 minutes after the scheduled close. Access for the Visuallv Impaired Our website software conforms to federal regulations for use by the visually impaired. With free software, a visually impaired bidder can access our site which will interpret each cursor position and will linl< into an audible reading of the site. Optional Emails Bidders select whether they want to be notified that their bid has been received in the system and/or when they have been outbid. They also have other options in terms of email notification. 1. Notification Emails - The following emails are sent to our bidders at certain stages of the cycle providing the following information: a. Registration information has been received; b. Account has been activated to bid; c. A person's account will not be activated because; d. A bid has been successfully placed by the bidder; 15 IV. EVALUATION PROCESS AND CRITERIA e. A bidder has exceeded their bid and theirs is no longer the high bid; f. Notice that they are the winning bidder on specific lot(s).and they will receive an email invoice from which to pay; g. An email invoice with total purchases, taxes, shipping, expenses, and total due with payment terms along with a link for payment to be processed by CC (Master Card or Visa); h. Notice that payment has been received, picl<-up instructions or a notice that their items will be shipped; and i. A notice that the buyer's purchases have been shipped along with the tracking number of the shipment (as applicable). Autobid or Proxv Biddin� 1. We offer an Autobid feature which is an automatic proxy-type of bid which is automatically placed by the system on behalf of a bidder who cannot or does not wish to participate personally during the closing minutes. a. To use this feature, a bidder selects the Autobid drop-down box to place his/her maximum bid on an item. Required bid increments are provided in the instructions. b. The bidder enters the maximum bid desired and confirms the bid. The system submits bids at established increments on that bidder's up ta (but not exceeding) the maximum bid which was entered by the bidder. If the current bid is $1,000 and the bid increments are $25 when the bidder places an autobid of $2,000, the program would bid $1,025 automatically. c. In this way a bidder has the opportunity to purchase an item in absentia at a bid no greater than his/her maximum autobid price but also has the opportunity to win it at a lower price if not outbid. Identitv Protection 1. Lone Star Auctioneers has an SSL Certificate with DigiCert to maintain Internet security for both buyers and sellers. The encryption enabled by the SSL certificate assures online visitors that confidential information and transactions cannot be viewed, intercepted or altered. 2. Lone Star Auctioneers does not disclose buyer information to any parties or entities otherthan the specific sellers whose merchandise is purchased bythe buyer. The sole exception is confidential release to potential government clients when security of information is assured in writing and/or is required by law. Such release is conditioned upon the commitment not to duplicate the information and to return the information in its original form. 3. All seller and buyer online accounts are protected with 256 bit encryption. We do not release lagin credentials by any other method but emailing them to the email address 16 IV. EVALUATION PROCESS AND CRITERIA on file. Our site will log out the bidder after thirty minutes of inactivity which helps prevent any unauthorized use of our system. 4. We use Frost Bank's TransArmor PCI Rapid Compliance Service that scans our networl< for security vulnerabilities each month and alerts us to any possible threats. This is a useful taol that not only keeps our network safe, but also helps us remain PCI DSS (Personal Card Industry Data Security Standard) compliant. Malware is a growing problem in the payment industry, so maintaining PCI compliance is of utmost importance. Federal Trade Commission's Online Auction Awareness Linl< LSOauctions.com and LSAoauctions.com each have a link to the FTC's online consumer guide for some time. Those linl<s will be maintained on our sites for the duration of this contract and beyond. • Provide website information to include administrative access to the site. Include instructions and screen shots for navigceting the various site tools. ESC4 members wifl have administrative access to the backend of LSOauctions.com for reports, invoices, paid receipts and report of items listed along with a detailed consignar report. (see images below) � Indicate how long auction records are maintained for download by the seller. AlI activities and transactions processed through the web-based auction system nzust be fully auditable for a period of five (S) yeaNs after the transaction. Lone Star Auctioneers maintains our auction logs for a minimum of seven (5) years. • Describe Offeror's system of technical support. What are the hours and days technical support is available? Do you provide upgrade packages? Distinguish between seller and buyer support Technical support is available between the hours of 8:00 A.M. until 5:30 P.M., Central Time, Monday through Fridays except Federal Holidays. Most holidays someone will be working who can provide a basic level of tech support. Non-emergency tech support by email will usually be answered in two (2) hours or less but in no case laterthan twenty-four (24) hours after receipt. Emergency support is available bytelephone at our main number, 817.740.9400, or our national toll-free line, 800.275.3336. 17 IV. EVALUATION PROCESS AND CRITERIA Fulf-service merriber ager�cies get uniimited emergency su�port by err}ail or te�e�hone and �anlimi��d nor�-emergency �echnical �uppart by �maii. Self-ser�ice members wiif get �nlimsted er��ergency fiechnica� support by email and by phone as available. Ur�l�mited r�an-er��erg�r�cy �r�iail support will be pr�vided to client agencies on an as avarlable basis, B��yer s��ppart i5 avai�abie during business �rat�rs at Seru�ce[7�one5t�r�luctior���r�.cr���7 s�r by tefephone at the nur►�bers a�ove. �ur system is so 5ir,-rple, we have �ery f�w 6uyer calls far h�lp. • 1•�'la�i1 is 117�� nfF�i�r�l �azetlro�lolog�� �of• r�ec�aresti�rg carstorjra:�r�tiot� �rj7s� tv�r.'��rl tiyyae �-rrnre for r•espoFi�irrg co rcrc.•Iz rr �•ee�i�c:st? A m�mber wat�l�i request one or mare cu5t�miaatians in writing ta oUr IT Manager. ❑ur saftware d�vela}�ment team wa�ld anaiyz� the requ�st and warlc to �Oe dane. A praposed budge� wauld be presented to the member f�r ace�ptance in writing. Depending upon the degr�e af diffieufty, the rewrite nor�sally cauld be accomplished in a ten day to 3� day time frame. ��. 17escribe 1►n�t� �Jff�rar i�cspr�rael.� �c� e�7res;gE:rzcv ordtf•s. A perfect exampie of o�ir respon�e ta an et�nergQncy ❑rder �cct�rr�d within the past 3D oiays 6etween May 21, �019, and June �, 2Q19. Ba�kgrour�d: lone 5tar Auctiar�eers, Inc. has held the aucti�n cantrac� fQr the City of ballas fQr the sale af surplus vei�icles, hea�y eq�ipmer�t, misce![anea�� F�&E, ii-npoundQd and a�andaned �rehicles. ❑n May 215�, w� were n�tified that the City C�uncil was gving ta cansider a resof�t€on at the next day'� meeting on May Z��`` #a have a cr�n�ederate manument �f Rabert �, Le� decfared rnisceflaneo�s surplus and if s�, could we seil it in an online a�ctian get it pa'sd for in time for tf�e council to apprave t�e sale in their r�ext meeting on th� 5�'' ❑f ]�r�e, 2�19, Of c�urse, we �aid yes. The statue had #�een removed from Le� �ark in ���,7 as a re5ult a� ciii�en ca�l5 far its remaval after certain events made canfederate s�atuary undesirable in public 5paces. The fa�lavving is the timeline for the engagement: May �1 Prepare fnr City Co�r�cil rr�eeting Research and gather images far khe p�sting Develap descriptians, terms arlti COndi�ions, Ci#y lega! restricti�rns on display �sta�Olish Che star#ing and end dates far ti�e auctian Esta�lish a restricted auctiQn open aniy to bidders who transferred $5�,�d� to o��r escraw accoe�nt :i 3 IV. EVRI.UATfUN PROiE'SS RNF CRITE1tIA Upload images, descriptions, the city's terms and conditions, etc. to our online website in preparation of launch May 22 Attend council meeting Receive council approval to sell the statue online Begin the marketing and promotion efforts May 23 Launch the online auction Continue marketing and developing prospects May 23- Begin receipt of wire transfer qualifying deposits June 4 Continue marketing and developing prospects Communicate with qualified prospects, answer questions, provide information and assistance to prospects June 5 Monitor the dynamic closing of the auction (In the last 48 minutes of the online auction, the monument received 43 bids and increased in price by $827,500. Notify winning bidder of their success by automatic email from our software Confirm wiring instructions for final payment with successful bidder June 6 Receive complete wire transfer payment from winner by 10 AM in the amount of $1,662,124.63 into our escrow account June 7 Deposit $1,553,387.50 into the City of Dallas account (selling price plus sales tax) June 12 City council approves the results of the auction and accepts the winning bid June 13 Lone Star returns each $50,000 deposit to the respective unsuccessfui bidders This should aptly demonstrate our willingness and ability to mobilize our resources in responding to emergency orders. The City of Dallas needed us to prepare, promote, effect, conclude and callect the funds for an online auction of a unique, high value asset within 21 days, and we accomplished the request quite successfully. These types of emergency orders are infrequent, but we are always ready to respond to the best of our abilities and experience. vi. Describe Reporting: • Describe the reporting capabilities available to the seller. Provide sample copies of a transaction log and admin fee payment reconciliation report. (see images below) 19 IV. EVALUATION PROCESS AND CRITERIA ' a�fei•ar shc�ll pr•o��icl� co�rtr•ncting snerrihcr- t�ae�zcv �� �•e cof2cilicrtiar� repr,�•t tit�rtlr ecach crdrni�� fc�e pcxv»2eri1 ta stal�slaiaricrte tl2e ccnro�rn� of t1�.E� pcty�rerzt. Lone 5tar is familiar wit€� this pracess and currently pravides members. ■ f]es�•t-i�i� tlae accoi�jrtr.'r�g �f•ocess c��t�l oi�liyae accaitj2ti�zg ccaperbilities, itt�'Ia�GLi�tg b��t iaot li�7tiled fa �lo�icmen�crtio�r of i�7v�icir�g, pc�ymeizt ���d jtor�._pc�y�rrc�iat by hidder�. ❑nlir�e Auctian Activity R�por�s Available to E5C4 Agen�ies {5e� images �el�wj Auction 5tatus Report Summarizes tFse financial detail5 of tt�e auctior� including the tatal sales, total applicable sale� taxes, shipping ar�d handling and insurance, tatal buyer charges, total buyer payments, net due fram �uyer5, ta�al �onsignor sales, total commi5siar�s earned and rset due to consignors. Final 5tatern�nt Repart This is the Corrsignor 5taius RepQrt which details the sa�es by ag�ncy, accaunting c�de, fund cade, department ar any flther allQcafiian of funds. This er�ables the tracking af the sales far eaeh di5tri�t ar fund accour�t. �� r� fV. EVALtJATIDIV PROCE55 AND CHITERIA This report is generated by district, fund or department account and provides the auction (lot) number, buyer number, buyer and company name and address, phone and fax number, winning bid amount, tax (if applicable), number of lots sold and total sales for that district, fund or department, commissions and expenses and net due consignor. Consignor Summary Report Summarizes the totaf sales, commissions, expenses (if applicable), and total due the consignor for a group of auctions by district, fund or department for a client and gives the totaf of those categories for that client. Active Buyers Report Lists the active buyers with their buyer number, buyer and company name and address, phone and fax number, email address and user name that participated in that particular auction. Buyer Payment Report Provides details of payment amounts, payment type (cash, certified check, money order, wire transfer) and sequential invoice number by buyer including buyer number, buyer and company name and address, phone and fax number. Lot Sales Report Lists the group's auctions in lot-number-order giving the description, buyer number and the winning bid price totaled to match the other consignor reports. Sales Tax Report Lists the taxable sales, tax rate and total taxes by consignor (if sales taxes are applicable). Accounts Receivable Report Lists by sale the buyer number and name, the phone number, the amount due, payments and any account receivable balance by buyer totaled for the sale. Unsold Lots Report Lists any lots which did not receive bids, therefore were unsold. vii. Describe Offeror's customer service/problem resolution process. Include hours of operation, numbeN of services, etc. Our online auc#ion staff is trained to field, identify and resolve problems concerning navigating our website or #he use of our software, the online auction process, payments or accounting, 21 IV. EVALUATION PROCESS AND CRITERIA title issues, terms and conditions, registration issues and/or other problems. They are trained to determine which person/department is best equipped to deal with that particular problem. If staff is unable ta resolve a problem, they refer the person to the online manager. Should that person be unable to resolve the issue, they are escalated to one of the officers af the company. 99% of problems are resolved at the introductory level. Cashiers, technical staff and officers are available for help Monday through Friday from 7:30 AM to 5:30 PfVI except major federal holidays. All services are available for assistance and resolution. viii. Describe OffeNor's invoicing process. Lone Star Auctioneers' electronic invoicing process is an integrated feature of our online software. When a seller's online auction closes, successful buyers are notified electronically that they have won an item(s) and that their invoice is available for download in their account. The buyer then clicks on the payment option to process by Visa/MasterCard online or other accepted forms of payments are Cashiers Check, guaranteed check, money order or within the required time frame. Since Lone Star tal<es all revenue from the auctions and remits proceeds to the seller, we do not invoice any entity or person. ix. Describe O.f'.f'eror's contract implementation/customer transition plan. As an example, attach a high-level project schedule, with milestones from each implementation phase. Include training that customer will receive as part of the transition. Lone Star Auctioneers currently has 153 clients that use or have used our OMNIA Partners (TCPN/NIPA) contracts on a regular ongoing basis or on an "as needed" basis. We are not aware of any seller under this contract that has migrated to another auction vendor. x. Describe the financial condition of Offeror. As of Aug 1, 2024, Lone Star Auctioneers maintains cash accounts in its name and its owners in the aggregate well into eight figures. We own our officer building and warehouse free and clear. We have no long-term or short-term debt, mortgages or other financial commitments whatsoever other than normal credit card balances. All invoices, credit card statements and other accounts, if any, are paid IN FULL, TWICE WEEKLY. 22 IV. EVALUATION PROCESS AND CRITERIA Dur sellers are paid in full hy wire, ach, Qr corn�any checfc within five day5 of the ciase af each auctian. xi. Descri2�e i�or.� �raarlc.eti�zg �.�ffar•ts to pi•ot��ote 1Lflji�:f2t1�17 [J�l�tE� sit�� b�� Pr,�enercrl h�.rvei�e • Desc��rl�� laatit� �jf'e�-or prnpos�s to �arrrr-k�t tl�c� pr'o�t•cc»a to �atejrtial ��idde��s. Pf-o��i��� scr��a��lcs a/. �frc�j•IfL'�I11� L'f/n�•ls �hc�t Its7ti�� effectr��ely� ci°arkec�. ❑ur ►rEast effecti�e marlceting techn�qu� i5 our histary, reputatian and word-of-mauth with pot�ntial clients car}tacting us ta use aur system. ❑ur staff fr�qu�nt€y attends la�al, regianal and state purchasing an� affinity canferences ars� seminars often staffing a Lane Star b�ath with visuals, handouts and sauver�irs. We sponsar e�ffee �reaks, goody bags and ather perk�. 8ul#c emails are sent out week€y �ramating the mem�ers au�tions along vvith a manthiy r�ewsle'tter whi�h �enerates �ngoing interest for ward-�f-r,iauth tapics. �r� ali the year� we ha�e held a contra�t with Dmnia {TCPN, fVIPRj� we have braugh� c;ients t❑ t�e cantract. • Descr•it�e uor.rr r�bilih� ta a�tive2�.> >ya�ti•ke� ar.rctiof�s tn pj-ospccCiti^�.a Uidde.s i�r of•rley- to crpert�cl Corrtractos•'s bidr�er• lr.'s(. Over 391 regular and sellers usir�g this cQntract should be ample evidence af �hat ability. • Iia�JiGate Glze �tv�i•�cge tzar3s�her� a�� "fails ",nei� c�ay' t�re �ropnsed �ti�el�site j•ecei��e.r. 7anuary �2.679,73a �d.7:6,49d Fehru�ry �a.7?2.5on �.HFs7.78o March �?,8i9,�=3•7T�5.Od9.9�3 May lune luly !2.417�fSlC� d.35d.472 Augusl I�,,f?S,fi2�• 4,500.531 Sepeemecr i;�_7i,[75! d.771.6;� 4eivder !?,55E.i6•: �.585.317 NnremBer �2.329.91! �4.189.697 Decemher i2,192,9E8 �3.9r1d_395 Tolai _ �3�.�22.9I3 L�,s77.543 � _..:..._.. �:� � �u: ���r; ;.:�r,;,.onu r1 c .�c��: ooc ��� .. t���l Li! 1 ? cmq ���..: f �:,i» �;n�; I • . � � $ 7 n r� �G e! 1: �, ..�.. n . 4.15.y�FlH1 • �,j'fe�'a�' �It�ll pr•oi�ia'e liszlcs ft'on1 cUrztf-cactiizg nreinber• ager�cv �•t�el� sites to �rarctia�t site. Texas A&M tJr�iversity h[tps:(�wv�awJsQ.��f �Ilitefl�5�sell�r VGV4YxM�C�5ZlIIIFVua7��3�s�IVpdHlt �� 1lI. �VALfJRTi'ON ARaCESSRNp CR1'fE'RIA Texas A&M AgriUFE �-�tt��Jwww,l�o.cc consi nQr 3� Qallas Caunty h#tp s:��www. l so. cc��� n�i � n� r�9 7 City af Waca htt s: www.lsa.cc�alliterr�s�s�ller Q2i0e58vZiBxYW�Jv Fort W4rth ISD Il�]5:�1W W W.I50.CC�COii51 11�7 � 5arn Houstorr Stat� University htt s:_�www.lso,ci��ll'stems�seller U2FtiEh�d7�N�i�2�pl.i3F�hdGUgVWSpdmVVc2laeQ xii. 1'i�avicic ��ay aclditio�xal se��ices ccncl crctii�ities the �czrctio�z s}.stem cccy2 pe�farrsa� • f'f•ovicle ,srrmPles of ijastrtretio��cal ��ocunaefztrit�a�a that is cavrril�xble to s�ller�s crr�cl biay�ers. fi�dic�ate crr�1� dista-iUzrlio�r �•estrictir�jzs rizat may crPply a�a�� laaw oftej�. the nzr�tc�t�icrls �rc i�pc�atecl. � �1 IV. EUAt IIAT��N PRpCESS RND CRI iER[A Z5 1V. EVAI.UATIOIV PR4CESSAND CHITE1t�A ..ras^ fc"�r::l�rsc �ini_'e y+Y.�lines'nnen [��ynp ��d s'�xt�n4 ��ur au2cn tems. �cscrivuons: P:ease � .�S:'.'� f:F _�""_ '' `!:5 v� tRi reSS�?:��¢lE_1-'':^..�•_ ... ':!v �r youcdslaL�%easc us_ 1 5c�eeEST.ee[ fcr ee(h aun�.en. •Cv MGT �s� a E•f'e �er � .� eeds��e[ ' xcrksT«{: tehs w�^1�+n e sP�eeds��et on a ��t pe� le' Cas�['. - lderl�6� each i[em (o• gr��� v� rto++s)'.���h e f�t nymlxr. •� `c 1-tie I�re �•, Iim::eQ [c �5 eFaraYer:. - e.�:�e wa�nes w a:o•c.�ma:. o,e���es:s :ems �n a a� wnene.�e. vcx:rie. -^S==�s can C- e: I�rq es':.0 feke. C�t C��nse use O'�LY 1 C_LC iv th� e�lir¢ Esicrc:�c�� [F •�c� tare Rc:e iNen 1.'.e�n in e le[, F:qdSe �s� a;�x.�•�Olcn': Or Z v¢��Cd - :rF+'e�e �t¢ms �n a?at CA `+v: �sc a�y [e6s, heid .e.���s or qv:'e�en mei'as nten cr_e��q ]e:e. .. .t �e e [e �.�eN an ;Y�. - -i � !•e - . _ :;�S�r�._ .:: he-•e lo we:� an ;SI:�x'= Pc.Ge+ ^.cl c' a� :'�C.CVAE•.'eLY FEL� c,••;'-� ��:: fo' � �'c�e�er�[� O�r �ymmeHs a�e rr�xlen in �ed Se yC•+3�ow .r1e: !0 Gxve.Y.� . ii .�i�cs. -=�iE M�"/� S::AE YO� IY�LvrJE i iOi i.1G! ! aT Yy'•I�!x lH fl[CTy2_$• �� . es ys, ycu e�d :hr 6�d�e�s [� ev:nfrm itie r•q��,� y.�l�•res e: e e�sted on :he co•rer,t Ic!s. -���ov�z shv.F� te r¢ sma�=er then 1:0o a 75a g�.e•-s ar.d in !ard7ceoe (horeeaniel] Ic�-e7 GrcLY• n'e remiun � iAa� ycv sh:ct o" �ma0es r e meSium eo sma9 seRin; en ye�r de.�rce. Shc-e�-g [F.em a: [M larqer eel�u�� sqrnrq w•�I �.ivp� rh�m Iv kad I cery tlowe• Euv lo'nc�• �•�ver:,:a. •.s•e asfc fe. a mmar.um o� a ar.u.es ro. venidvs f�rar.s 1 d.ne.c�de, 6aci � vasse�ve. sior, inle+�cr �n-��ph �) E�ne� c Ex� nnd [npin[ wi;h tixA cpen). Fv� miuc'le�eo�s, please picride ai'eaxi t p[pd q�Pl�;y iM� vf iY.� ��nnisl f�- ihp �q, C3�cY. i�.¢r¢ Sv ��c�.+-a.���- ��+�n^e: f:. r±f:.!!i�� cr !o viln' •.•�_L����: !'•.��� — Ail imagcs s�o�ld Ee �arned n:J� me bc r.umh�r a: ird:Eea'�d in �N k; =[pl�mn v� ywr Se�eedsh���. af�.yze CO nOT u5E Gsal�ei LETEks �1 wP.en REirvp iY.errt 1e 1he Ic� �ume:: I.aC 1's imey¢, sh�uld ee named: Ie, ic, le, id e. c[;j, �(Zl. !(3), t�31 Lc: 2': �rne9rs �h_�Id Cr ramcd� 2e. 2h, 2c, itl o• 2{1j, ](2}, 2 f3), ;(s� Le:3'a :maqr_ xn;.uld k nam W= 3e. 3h. 3u Id cr �(1�, 3(2y, 3(3), 3(.] e[r... 3r..��es ca� 6e ::C'eaded e�'.a e..� L�oFifef[ Peewn[, rnay he x��eA ie .t �: umy d•��e a�d m.�'[y : d��ped off a[ Lc�-a �Lfr a�[:��nee�s+or. �.brth n�f ee. 1'!e p�eFerll:ei ye�?e nc[ :e-d imd�ex ll�rr..ph rne�l d el e:l ��s�:S!e. Som� .ma�t;crvcrs are Gmr.ec' �n IF.e sir_ vf {�ie [hey caa ur.d mail. T^� u:�ai-� �2='-�C-C� -::25 tv 5 h18.'.t'r J�on�ly rac�mmerd :�at You try to �c'�ao 1}�vm n�v ecr b•ect�a..�eeei�[ « x��:�d •se�es Rcm e•ising. Plta:e canye �x fer �h� Crog9�x aeca:�n� nrn�n�cr�. Addi[oi�a I 1 nfn r m e}ion: iF ��c� -�c���'�i^ �:. �EE e'e�e [e eii� xSbf��[, p:�eSC O�o��CC i[ wh�n y�� ;ii6m�[ ya.r Pxc[I 5�•e.+CShccl� xls�. •[ �. a:�:a'rx a p�cR �heale eSE a 6�rc[[ Irrk 0� ye�� evm wCLK�:G � yC�� vnl�n� au::��- i�EmS. C�:e y�:r _e:[5�•y i5 5c1 up. we w+�l cme �/o� a]�rca I��'t [c uu �n ye�� Cc^tj[t �a��e Nce�e� or Ke[hr F.�w���y il ycy he�[ a�y ¢ucsi•c�s� pFlia nou-c 9:30am • S:CCCm'�-F C vhens'8i1-�dC-9=@0 or 9Cv:15•�335 �� 1V. E1IALUAT1a1V PR�CESS AND CRITERIA �7 N. EVAlUA T1�IV PR�CESS AND CR7TEHfA .L�e�Il�aij'i[.l�f:'7�l;lf�_`�:Y_� 'j ����k;i���<rr;:�x�r�,�� ��.+r ��=f;� �c�?;P:.i;:�if:,�i:'�F.'i-? ;��; ;3�c� �I��;iR�i•.�f'Y �I.rR�;�',��. ���Li�l.?Y��"i � 'S� _'I. Eyp,; . -._ 1����m�ex��-iFia���3�Gf.�?.= .�/;`.4�.�� j��,. �'i�� �iF:":. t;ylr�:,�: �❑ !V. EVALf1ATfdIVPROC�SSRNQCRITERIA ui� �....r,n,!,ur�.r�,;' �r ...u_ � � rnn e „.. . . :Ye,w[�eniya�[hc�rk::�rc�p'.[;�o�!.....h�•-�"._:_i�.!.:x:f � x��l:GYO[ncxdio:r�.s���ny�o.•.��. � i. �.. . W eaw �se �r.c sccr: i.� :���en �r,rn . Ei.te:i. i�i•__ r�: i_.. �i n�.a.�i i i_..._. �. wr:��n,uivd��oner�rsei�me.�:.:�a.; . .. nfeateletu�Inew.Menyuugxr�r..:�:-� .... .� .. ..... . elvr icpq;� :n �he i.rsi : �ine. i1 t+.c�! :: i� r:� •...: �.. _: �...: :. k• :., ... �. 0��:'c:^qid'v� i[ �h_�:i f.dc y�-��o iF�id2�� r.� c�c•+«d Mryriin .• c.»:cF'f �n'- R»te Y �� pKhrts. C.ii�.��F'f-.�dw�i : �. � . i.�. ..� i�. . .. . ..� . .. ... .�. .. r:1�i4rR�ey 1��51��n��a� �•... r �� � � �. �.•��y 5[ar Auc:ic�ieefs �kal'�::i� �;�:esiar�ucllcneers.corn} in•:iletl you+.o 2r7ry InP Iclda� •EI]is Caunty"u» C1fGpCUx. I I ��r.ubdr, I �o L a Ellis Covnty 3 :];.•.-.:. O snvry Z9 IV. EVALUR i10N PROCESS AND CHITERIA �.� �� ,..n,.�,.�. E�.� �` ' �ey B � � . ' v ;.;,,�. ., -_-= _- . , . � .� , _ .. . ,. ..�. . ,.,�,. .t-� . .. � H ... _-. _ � ,.. _.• 6l<. .r .,, ...zi�r.� ry)F 57n. : i . ;t�� i ... a -. . .. ..r .:• :. ��.. � .:.: i„�..�e,w . � �.r.-.: ��=� - I � �_..x..� 'scL�LY.Lr1i[�'.[xtic•�_c�:_.3ss��-�L-'1 7S�eaala:�I4�l�`.""�.�:SO.�Zf!'li'k.'.tl[silC7YfCiL[J/J�].L^�L. _ _ r': •r-...l-� I:�i� !:f I!.�� �..1: V.�.,.. TnY:.6:J �:^� � ..i - ".' " I L..' .�.. . . :'l:l �:::._ . . . ... ....-CTbriwi hk �.vy:- ... Fiom:cEntm�xYh rk�•.�i'ax�sl.yu�ifxa•:i�mEii�.uR�� ru.lin�rx..i.7.ki�pkzn.•v�.aehi7.n•ci�n�3 S ent: Yfinl. :�L�r. PYiri• nlxr 3f1. 7(k] 5 I 11:.{,y �•f � To:k.�tl��?kn.�[.y..xtFHr�a•.c�nn I � SY6jert: [h�k4w1 dFim k�fn�mat4�� _ i A 1is[ dF items has heen added tq our item datahase. Itemnum Title �17922J�� La[: 25 - 2D02 Matk Con[ainer 1 i � Gar6age Truck � Thank you for using vur servi[es. Lan e 5ta r(7n I i n e. cam 3� fV. EVAtLIR ifCifU PRnCESS AND CRITERIA 3 :1 IV. EI/RLi1AT1�NP�iaCE55ANL]CRlTER1R � ,. 17. •y'x: ��1 E�1'la�d.'�4�`��,..�.--t+'�� I -r�.,:�,wa�iwM.�:n-ca�r.a�n nc L7t � Di-78697= Fiyst=. r forkll!t o.n.�...�,. t � ,. ��'�., ' �f�-q . � �* '� �`� 1� ``� !Y �� � � , aZ ��� ■1� �Z A sns ���. �..��o ��a ���. ,� b , �'���� � 0 3% 1V. EVAtURTIRNPRpCE55A1V0 Clil'fflilA 33 fV. EVALlJRifON PROCESS RND CRITERIA J � �V, EVALUATIDN PRQCE55 AIVQ CRITERIA � �:r�i-:, :;��u�::5'� A j _ . . . � � � . . . .-.. . . � ��':..-. .. . _. .. _. . . . � ., . • - — ' t';s: � s'F.r�� � '�`s}oy:���:::;ii�_�,�;:., . �..._�;::.':11;:"i;��k'�;.s��•:.�'.•i�?�ci�i: . . _ '�f , .. . .: . .Z .l� ...�T: 7 .1 E . . .:1..� � E, x''. � • ' � "' i ....... . ... .:. .. ..: ':. . � I r:��_ � -_ � •� .� r � �• r} �' � .� � • * '�. �1 - � - • � — _ „5�,.,r,T;l .�:: •_ :�.-. . --_ __ -;.c:: -• ryc_r,�f;,f- � ;�y�qp�; i,rs: '---e - - � - — � -- — `"�L5" . . .-. .. .. _...� _ .. _ . . �t �%j�r.�_ . � i't+ � . .. — .. ,K.��.��� � .�_.�.. ...... � -- n �.cwe m��y.w i-7aort1;3 � ..�.... �i.1 . I i-74dIAY3 ....._� � ... . .... . rn[d6 3 tenJn.� � ia��[�{xuir.�� �•En �-rc��am�r.n�cxu�m . h i�.r�„ ..... ..� � unrx. p �u.ri� .... ^.��� ,..i . �... , �.�-� �_.�... �� ...sy� .. ... ..,�.�..., �....,... .. .rdr..,., •- � .. . .x... . J .i....r. [�unai[n.v�a:avlf.MC[� fn�t�tC�MEY.q • . .••..• SW Ps�wi�M.pr,ttan [u�w ,n�euihfil=-+v��i1�s " ..• �.".a �x .,i...�m�n. cu���[�Ak�M �5 . .. . �. Yul [[nu[�nN�.mmcSk� .. .- ...- .. ii� a...' Yi�.SH� . . .. .. .. . . ... ' ' � ma i.� . . ..��.rew I . .� -" "" ..:y.xyi- ... . ,. ... . .. . a. i �ti�`r'... miAie�...f.x ii .. �. �mxc -� �i..i.. � e�Y.a i '�', µ..�...r ]v o. iI �e. .��n - W.a 6�=v�+�nc yY, v r-nn o—�-_� ti... �. H � c.-... v�r�ve uat in� rv..r 5. i.i� ix. r-s:�.-.�. ie� .nq �.—aTs 1u':... �w I.�ri.�..nC .� i.a. r. .�. �:..+� w ... e S. ... 2 k:lr.:w 4FL41�A Isv�aA �p,usb IM6s11� rxqa� � � IV. EVRI.IJRTlOIV PRpCE55 AfUD CRITERIA .'.:,�il�'4:��.1s::�i[:; _ . -5.�?�'i•`i i]t..:i"•Y� � . ..•.- •:. ���ii��:�: ..,...;.7+:tajsi>: I r:;1"sf3:;`.:;:;:,��`�: `a+� tn E�i ii�ei': � e;s�-: �t e �; � .: {:.�•:. �i::EiF�i :;sn+:: x.�i.l�;'��.�r,:. I �'t;�tifs'.•3e� I�:r6=1:�i:-li.•���:",:ZNc'•J�-jr1j I - I „roIrl:::i�'l:1p ..:z � �. �' ',�s , , �.. i_ •• �' : • � 'i ';j,:ie�u(.��:�i:��k�:�:��:3: F. J . �. ' •I.f��i•':s • }�.. -. S �;� ' 'fE;,al'.'..1�z%`-?-Jf�: ' � ':.i�'roj?:i"::: ! �i=� . f�:d3fr:y[.�.i�l�;r�i d I ' :'� ...ri . .�.. 4. ..F� �v'V.� _ _ ' � ._. ,.., ... .. .. , i. . ;:�,... ��m, .. nb..v ,�........... ... �_, _ ., . . � . _,.. ....�s � � r�,���, .... - o . . . ,... ...:�v... � � :..: r ... .�.. � i ..,.. .. ,. f_ � � � - � , � . �. i , �•t . � .,....... ..,� .._. �y ... _. ... , ... ...... wmenea�ue..rnar n� �.�r:.+.•.�-.�c....r� mm�mrs..w�.x�.�. . .., .� ..._�...�-� �-.�.._:,",� �....�.� � � � � 3h rv. Evaiva-r1�,v aRoc�ss,an�A cRrrERr,n ��nkfelE': i.3ii�jslr:i�= I , ■ + ��Ay�,�:=Pt��zo;i�s � --- --- ,. .. i �.• � r u . ;:i,i':'.�k_ioii�(A.�.� - -_ � -_ --_ ����;=.f;;��:>:I�;p�E:= „.� . ..,..�.�....�...... ,. .�.—... . ij�:',';r. !:.��q;�ai�is`�ti=� r �. �}';JC:����1�;3i�� � - .�. �.a�cme.n-oY�..�x ' y � = •' � • �. = llH �If1a ]: []1 PO11T R FnGE RA[I( €t+C LC1511RC54210 ,}!:• =i=.lr'� Y} �3 � _ :.:is�ls ��;i�cli, :;.'si ;f.i-� ; . ....,. ,,. .., ..a � ... �.., . � - .l w...,� �..... .. .. � t K e M.... �.•-�L .�{�I�°�fs i[i:i���: I �P��r!� .� ,...,� ',.'.: ; � � _._ ��`�g�ai�.Gel�i!:��iC.fj:ql.'::; � ... w� � _T �' �� • F'.1'� "5: �^�r I.; ' f -, ooc�oo . _ ._ ;�5 �� +,�;, i:�i:=���..y.; — - „ . ; -�=�y �:;::;::<�����r�. _,. _ �.��:��3�;, �.. . ;iF-`;''r:1'i���e"- ._..,.-. - -� -. ,....... •- �7 fV. EVAf.IJATI�NPROCESSANQCRfTER1A 38 !V. EVALi1RT1�N PRpCESS ANA CRITERIR � 1 ,_R " . a {:� ... . ... . � _.�� e � e � e . _ ' . . . _.r. . .'• ..: . . . ._ _ . _.__._. -�:'��.. `i�� :��;;�;:R:�;y,.. �ii.::��;:�� _iC-,�'� �•If,�.i>;:s�,:r�s:i��;: l� �.����,;' c_f:: i �i:�,�o.i :�' ,.'{-:: - ��r::...r A�l. i..I�;. �:'��. .f ... ..... . .... _ .... . 'p _E.; _ �� _ ;Y ��. .. =i . . � Y: . {,x-c' ]:iJ �• . ':.i-�: �' �a e - - ~i-�: . . .. - - - - - :, .. . .� . . _ , . , .. . . . ... . . • : •. � -_ �. . �� � .. � . " s. .:.; . t r��:: :f;� r.,ff _ _ 't(A> el�ei�.�i: ? i� 3;. �s:c.1:1 t , �P .. . ,._;.. ..�:,. .... ..:_��s_E= +�ftL� 1 :, ��,;�'��r=:. i .�i�l:; � . t�J�:j;:�;. . r�`-1,•i .. ,._ .� . . ... . . ...�.9. • . . . ... . . . . . ' . � -� .-. � � -. . �� � � .. s : 8n: ',: ,r .t�iaE;='%![ . ., . . . . . . . . . ... ::. . . , ,,:I .. .... N . ' . . . . , .. . � ' .i�Yl"..aEf.j.[.:j. ' 3 ' �R ❑ . .. `�r� .aF,':... +:�r��f�;��i.rYz�ij[,: �i.�;:i. - :. ... ;.�,�:!' � ��I�fF?.!f . i i.: - `_..._ 1, .'a.l.'f y.'��' .� � _ _ ..'.. - - _ _ _ - _ � , . .. -� ��J � � - . �' J . . i �� .. '.Vi�¢.C5"=i]C�ii�;sJ��.}rj:;'.�a3's'J��.1°.�'+`�''S.�I��r;:�.�:j:.�:j��1}sj[ei�":r' •. . I':i,�'1m�.. - � •R�_� � i ._ ..... . . . . - - u�fSi':• - � � � `i�:-r �a � r'�i�. ' I?-� . . - - -y-+�i�� - - .... �!^•�f-.I.�.[?1? .. c� :- = -�A.i�i�o3! -yi `;�i:���z,�stn.��'Xor sY; �T,t�a�i=ir.' •.{r�' ;(��i�r.j�::r :':F�:���:�::w{ri���-i ; :�_`;:.!_-.-� I . - _ -�. . � ,:� - - .... .. ... 1.�4[..�.. � .. �.fS�� �..�'i..� . IL�N?M'�:�.:��1:�A�i:. :I��.�^S �..•1':��C•rU��I�1 j.:��'..��" � . . ;A'- ::�Y�5���' .'.'A41y��'..' - } `'-Y . •• ' i . . � :i. I r� 1 y � � : �- � �. . ' . ' � �Yf.S�h.�.�....... I•,. �..�.. ..�"•...5._....1...:. ...i._M1.........: . A..� . .i..�•:�:1�^�' � iS:W '1. :i=?i�1�.�2�.!!��:1.5 � ;- �"� y':��r=:..;v�i`r -- "-�T� ei;:':��..�::. - - -=i��i���` �i�;�• � .. � . • }. . �s . . . _ -_ • . � . . . - � ' ��Al...�rh'�.�N�.:. ." _ _ �I�'- �-?i:.•...1: .;l�.i _i.=' . :Ux�:���it i�i�S.S�J�[-i�'0.=]'-1��a.iie _ _ "C-i('_i �•c-^! n �. .. . .. ' . : :::. . _ _ . .�. ��•�-: �_ E� . . . _. .. ,:., .. .. . . .... . . . . . ...- . • .-. . ... . . -... . .=�C i.s i�i-: .':%; :" ` ?.19Z v �,{a �: ::� _'� �(b+o-j?'= � �.: �T� �,n! i."I [ =� f i�� p �� t;?c l.�i�'. � l.'I.l i � E � i _=s z � a [c � i �a i i . . i�.-- _ - , , ,.. ,.: �- �. . :.r m _ ;[,;iii�f�.iS-. ;'dP:�''��[� ,"�ii�:i�; -3 z r ,[u��=1�:=i.°7'31 ;; ;�:I:';-= . ... . �.�:-:; ����:,.�=:� . ,_` ,.. €�=.•'�i?` ' i- - _ �;�:�� ''• ;, :�itll-�y;'�,'_ 3�3-1[;�=f'..A � ���i;' ,',.. � - =i.� �''=7._i�.l�;r: �� � o = � i. _ �: . . . ' '. . .. rv..: J ��' � �' ' �'' ' � � '..�' ..• � v:� � ' '���i[r- �6�;�'��a .- . .. ���s `�. � "r �.: �i': i r.��n�. . �.�:..�,., _,�,, Si" I 4. • - --- �'_" .-.1;•, .. . ' �+' � :�r1_ :��, � a .�� °,X "� F : + , aY�=t'�� P.X'j � a 4 _ � - a � _ .. . � . ' �.;-: . . � - � o_ _ !a:j�fc-].��1.7�r[�� s -'s��.i�R6 �� ��ej�Faj . ' . • - ,. '�•'• i:_:� � _ � x � : , .'��. � ���.;, .. ' ,�}' ,. : a�s7]aRi!:i:;.:°]Dl•;if=�.=i;f���'�}r��`.ia�4i:Yi[i�j"r � , ,. r ,..,. .; . ..,�: :,._ _ . _.. _-�aj. '�a a e i:: j: _ o� �•r' . . ... . _...... . . . l ... �l..��� _1 _v.:A�f;:- . � ' v-. .?,S . I�C�:=�S�A7T:1�".�`il�[�•��'n_�_I��.f--,�'.:i� B � ' . �iY',��� yi Y I � � : � .... . . .�.. . °+��9�:i'.I'�I _ - � ► • . 'ii'�3� �..! �5� ie tl '�e 9 a - ^.i - �:�..:. t=��i'_'i...i._i..ls�•. •,: �... '�:: � ' ' o � �1' ��`�]�qy �mJ� - a • a y y . .. .. �. � °: r �r. �� �� : l���- _ S , �' 1 +B ■ ., �� :i�- . a . , �_;. ; = , �:� : �� 1V. EURLUATIQIVPROCESSAIVA CRITERIA LSOauctions 4629 Marl< IV Plcwy Ft Worth, T)( 76106 �317-"/�40-9�400 FA)( a17-7A0-9777 netps://www.Iso.ccl Accounts Receivable Repori for f-ori Worth I5D - Fleet (05/20/22) Closed On 05/20/2022 Invoice Name (Redacted for buyer Item Tatal Payment prlvacy) 2II 63-41174 $ 20,160.00 $ 20,1G0.00 2863-�11175 $11,424,00 $11,�24.00 2II63-41176 $2,968.00 $2,9G£l,00 2863-�1177 $3,080,00 $3,Oa0,00 2£363-41178 $8,624,00 $8,624,00 2II63-41179 $:L,344,00 $1,344.00 2II 63-41180 $7, 647, 50 $7, G9•7.5Q 2863-41181 $3,248,00 $3,24•II.00 2863-411II?_ $4,p25,00 $4,025,00 2II63-411g3 $672.00 $672.00 2II63-411aA $4,536,00 $4,536.00 2863-41185 $1,960.00 $1,960.00 2863-411�36 $8,6II2,50 $8,6$2.50 Tat71s; $78,371.00 $78,371,00 Amount Due $0,00 $0,00 $0,00 $U,00 $0,00 $0,00 $0.00 $0.00 $0.00 $0,00 $0,00 $0,00 $0.00 $0.00 LSOauctions 4629 Marlc IV Plcwy ft Worth, 7X 7610G £317-7�40-9400 FA)( a17-740-9777 https://www.Iso.ccJ Active Fiuyers Report for Fort Worth ISD -�leet (05/20/22) Closed On 05/20/2022 euyer fVame/Address (ft�dacted fior Invoice Total Emafl Phone/F��c buyer prlvacy) 28G3-41174� $20,160,00 shishianya@gmail.corn 713-29'1-9882 127568 713-666-0775 2863-41175 16�1939 2863-41176 142590 2863-41177 163811 2863-�1178 59377 2863-41179 147250 2863-411$0 137313 2863-41181 122571 zs63-�.iisz 166345 $11,424.00 autocornerinc@gmail,co B172S81763 m $2,968.00 rezaalavim@yahoo,com 817-536-5323 ?317-535-9564 $3,OB0,00 elcene.enemo@yahoo.co 4697730111 m $8,624.00 fredstrucicrepair@aol.co 325-677-2127 m 325-677-2541 $1,344.00 J]�3144351@gmail,com 817-986-4�66 $7,647,50 marlc@marl<delanney.co 8325243461 m $3,248.00 partsmartimports@yaho 817-829-5017 o.cam $4,025.00 mtkgang55@gmail.com 5019604163 2863-�1183 11A�4�1 2863-�4118� A�9036 2a63-A•11�5 86201 2F3G3•4�7.7,t36 316�.5 $672,00 graceazumba202@yahaa 469�}646359 ,corn $�,536,00 gsanch�x�1@Ilve,com 817-96��927.9 , 8�.7-525-.18.77 $1,960A0 sixport@hotmail,com 8�7-2�47-3067 $$,GII2,50 wllsantractorsQwJndstre 908-764-�,870 am, net 908-.7.G4,187'p Amount nu.�.t � .$78,8.71,00 � � Lo� Count;.27 1,50auctions �46�9 Marlc IV nl<wy �� Worth, TX 761p6 $17-74Q�9400 �AX a1i-740-9777 https;//www,lso,cc/ Lot Sales Repor� for part Worth ISD � Fleet (05/20/22) Clased On 05/20/2022 Item Number Descrlption 8868� l,a�;: �QO - 2007 Chevrolei: Malibu �Vehicle �k980-I-p�.S 886�34 Lot;10�, - 2p00 Ch�vralet Impala � Vehicle ��948-p-007 88685 l.ot, 7.02 - 20p7' Chevrole� MaClbu �� Veh1cle #9�0�I-0�.� �£35�36 Lot; 103 - 2007 Ch�vrol�t Mallbu - Vehicle #9�0�I�001 88587 Lot,. 7.04 - 200� Chevrolo�t C- ' �2�00 P.Icicup � Vehicle #925�C� � R.��. . $86$8 Lat; 105 - 2002 Chevrolet �2500 Van -Vehicle #978-G- R�.3 ' .88689 Lat::�.06 �:2007 Chevrol�� fiilalfbu -vehfcl� #9�0-I»00.9 8�G90 Lo�;:107 - 2001 F'ord Taurus � Vehlcle #94&P-00$ 58691 Lo�: �,08 � 1998 Ford �-�,50 I�icicup - VehPcle #976-�-001 . a8692 Lot:109 -�.999 Ford E-250 Van - Veh(cle #�5p�001 88693 Lpt;. �7,0 � �Op� Ford F-250 Picicup � V�hicle #SQq.��-002 88694 Lot: 7.17. - 2007 Chevrnlet Malibu - Vehiale #590-1�0�,9 88�95 Lot; �12 - 2Q0�. F.ord ��15Q �Icicup - V.�h(de #925-C-Q02 a8696 Lo�; �13 � 2001 fbrd �-150 Van � Vehicle #807-U-Q0� 88697 l.ot; 7.�4 - 2Q07 Ford E-35p Van - Vehicle. #926�Q-0o6 88698 Lot; 7.15 -�00�, Ford �-150 Van - �lehlcle #977�F�024 Buyer (Redac�ed for Wlnning Bid $:1,70QA0 $600.p0 �1,750,Q0 $�,650.00 $2,5OO,OQ $a�a,oa $�.,55d:Q0 $60q,00 $1,Z50.00 $1,�450,00 �$:L,750,00 $1,800.00 $1,150,pb $�,,�50,OQ $4,O50.Q0 $�,350.00 8$G99 l.ot; �.�.6 � 200� rord F��.SO Pidtup - Vehicle #934-H�001, ga7oo l.oi':1�.7 � 1991 Chevrolet G�30 Box V�n - Vehicle #a53�001, 8870�. l.�t;118 � 1998 Ford [-�50 Van � Vehlcle #II06-Y�007, a8702 La1;; �,�9 - 2002 Chevrolel G1500 Van � Vehicle ��J48�P�0�,o 887.03 Lot: �.2q - �.995 IHC MOD �1�900 Rox Trud< � Vehicle #�J27�W-005 88704 t,ot; �.2�. -�,989 IHC Mbb A�900 �ox Trucl<� V�h(cl� #927�W-0��. 887oS l.ot; �22 -�2009 Fard C250 Van � V�hfCle #�34-I-I-�04 88705 Lot;123 � 2007 Fqrd F��.SO Plcl<up - Vehicle #948-M�002 8870i Lot; �2�4 • x996 Macl< CH-6�:3 Dump Trud< � Veh1cle �#�825�C- Q43 88i08 Lai; �.25 - 2002 Chevralefi �2500 Van - Veh(cle #92i-W� 425 88709 . , l.ot; �,26 - �.989 Fard I�-8000 tNater Trucl< - Vehicle #804-�- ao5 $�.,45Q.Q0 $�,,zoa.aa $1,050.00 $ �.,65Q.00 $2,�Od.00 $2,750,00 $1,7'50,�0 $2,65a.00 $1t3,4pQ.00 $�.,654A0 $7',704.00 Lot �ount; 27 . �fd Total: �9.,500»00 LSOauctions 4629 Marlc IV PI<wv Ft Wor�h, i)( 76106 � a17-740-9�400 FA)C 817-740-9777 Iso.cc Seller 5tatement bate; Number; 74 Q6/30/2027 Fort Worth Ei����; ISD - WI-ISE �tonald.hal�fwisd.or� C'ort Warth 15D - WWS� 4200 Lubbocic Rve Fort � Worth, "i)C 76115 Phone a17269764 1 Consignor Final Staiement Report for Fori Worth ISD - Fleet Clased On 05/20/2022 Buyer Name Item Num (Redacted far buyer Phane/Fax Winning Bid �.a�c Surcharge 8e Total privacy) Fees 2863-41�7q. 88707 Lot: 124 -1996 Mad< CH-613 Dump Tru�k - $18,OOQ.00 $O.Oq $2,�,60,Oq $20,160.00 Totals; $1$,000,00 $0,00 $2,160,00 $20,160.00 28G3-4�.�.75 88687 Lot: 104 - 2004 Chevrolet G2500 Picl<up - Vehide $2,500,00 $0,00 $300.00 $2,800,00 88688 Lot: 105 - 2042 Chevrolet G250p Van - Vehicle $950.00 $0,00 $114.00 $1,064,00 88698 Lot: 11S - 2001 Ford E-150 Van - Vehicle #977-F- $3,350,00 $O.OQ $402.Op $3,752.00 88702 Lot; 119 - 2002 Chevrolet G1500 Van - Vehicle $1,650.00 $0,00 $198.00 $1,848.00 88705 Lot: 122 - 2009 Ford E250 Van - Vehicle #934-H- $1,750.00 $0.00 $210.00 $1,960,00 Totals: $10,200.00 $0.00 $1,224.00 $11,424,00 2863-41176 II870G Lot: 123 - 2007 Ford F-150 Pickup - Vehicle #94II- $2,650.00 Toi:�ls; $2,650,00 28G3-41177 II8704 Lot: 12� -19f39 1HC M00 4900 Box Truc1< -Vchicle $2,750.00 Tofials: $2.750.OQ 88709 �Lnt: �26-19$9 Forcl L-£i000 WakerTrucl<-Vehicle $7,700.00 7'a�als: $7,700.00 28G3-�41179 a8700 � Lot: `217 =. �.�9�. Clie'vr� Totals: 88692 Lot: 109 -1999 Ford E-250 Van - Vehicle #350-001 88695 Lot: �.12 - 2001 Ford F-150 Picl<up -Vehicle #925-C 88696 Lnt: 1�.3 - 2001 Ford E-150 Van - Vehicle #�07-U- 88701 Lot: 11a -1998 Ford E-150 Van - Vehicle #806-Y- 8870II Loi: �.25 - 2002 Chevrolet G2500 Van - Vehicle Totals: 2863-41�8�, 88690 Lnt: 107 - 2001 Ford Taurus -Vehicle #948-P-008 88703 Lot: 120 - 1495 IHC MOD 4900 Box Trucl<- Vehicle iotals: 200.00 200.00 1,150.00 1,350.00 1,OS0.00 1,650.00 6,650.00 .11 11 �� �� •�� �� 88G83 Lot. 100 - 2007 Chevrolet Malibu � Vehicle ##930-I- $1,700.00 88694 Lot: 111- 2007 Chevrolet Malibu - Vehicle #930-I- $1,800.00 $0.00 �31i�.00 $2,96�.00 $0.00 �31i�.00 $2,96�.00 $0.00 -$330.00 $3,080.00 , - $o.00 �s3o.00 $s,o�o,00 924.00 $�,624 924.00 $�,52�4 344 .00 $217.50 $�.,667.50 .00 $172.50 $1,�22,50 .00 $202.50 $1,SS2,50 .00 $157,50 $1.,2Q7.50 .00 $247.50 $1,897.50 .00 $997.50 $7,647.5Q So.ao $�Z.00 S6�Z $0.00 $276.00 $2,576 $0.00 _ $348.Q0 $3,248 00 $255.00 .00 $270,00 11II 7olals: � $3,500 8II68�1 �Lot, 101 - 2000 Chevralet Impala - Vehicle #94II-P- $600.00 7otals: $600,00 2863-41184 a8697 Lot; 114 - 2007 Ford C-350 Van - Vehide #926-L�- $4,050.00 Totais: $�,050,00 2$63-41185 aII693 Lot; 110 - 2002 Ford F-2S0 Pickup - Vehicle #f304-Z $1,750.00 7otals: $1,750.00 0,00 $525.00 $4,025 0.00 $72,pp $672 0.00 $72.00 $672 0.00 $�86,00 $4,536 0.00 $486,00 $4,536 $0.00 $210,Q0 $1,960 $0,00 $210.170 $1,960 III868S Lot: 102 - 2007 Chevrolet Malibu - Vehicle #930-I- $1,750,00 $0,00 $262.50 $2,Q12,S0 8$686 Lot: 103 - 2007 Chevrolet Malibu - Vehicle #930-I- $1,650,00 $0.00 $2�7.50 $1,897.50 II8689 Lot: 106 - 2007 Chevrolet Malibu - Vehicle #930-I- $1,550,00 $0,00 $232.50 $1,7a2,50 8II691 Lot: 10a -1998 Ford F-150 Picl<up - Vehicle #976-E $1,150,00 $0.00 $172.50 $1,322,50 88699 Lot: :116 - 2001 Ford F-150 Picl<up - Vehicle #934- $1,�50,00 $0.00 $217.50 $1,667,50 Totals: $7,550.00 $0.00 $1,132.50 $�,682,50 Totals: $69,500,00 $0.00 $8,871.00 $78,371,00 Summary of S�les Ac�ivitV at Fort Worth ISD - Fleet (OS/20/22) Commissions are Calculated on a Percent of the Sale Price of EACH LOT, Commission Summary: Commission bescriptian Commission Rate Amount 5old Comm. Amount 0.00% $69,500.00 $0.00 Statement Totafs 27 Lats Soid. Total 5a les; $69,500,00 Less All Expenses; $0,00 Less Commissions; $0,00 Total Amount Due: $69,500,00 Sales Tax Collected: c� �� • Describe Offe�or�'s plan to minimize the number of buyers who renege on a purchase and the tools available to seller zf this occurs. Lone Star Auctioneers advises bidders in numerous places on our website and in aur online auctions that if they do not pay for purchases, they will be banned permanently fram participating in any of our live or online auctions. If a bidder is slow ta pay, staff contacts them to make sure they plan to pay. If they don't plan to pay, our personnel makes them aware that they won't be allowed to bid on anything ever! We then offer the item to the backup bidder at their last bid. Almost all such items are purchased by the backup bidder. We strictly enforce this policy. We notate their registration page with the details of the transaction with the auction, time, date and any other pertinent information for such bidders who do not pay. We marked them as "banned," and our software will not allow them to register or participate in online auctions. At our live auctions, all registering bidders are checked against the banned list to confirm they are in good standing. � Describe the types of items commonly sold on the proposed website and any exclusion. Lone Star has had great success selling a wide variety of items on our online auctian website for government clients at all levels, federal, state, and local. We have sold assets including (but not limited to): Bronze statue of General Robert E. Lee Airplanes and Nelicopters Ferry boats and ather Watercraft Heavy Equipment and Big Trucks Fire, Ambulance and Rescue Vehicles Police Pursuit Cars Confiscated Guns Fleet and Seized Autos and Pickups Transit and School Buses Exotic Automobiles and Race Car Recreational Vehicles and Trailers Office Furniture and Other FF&E Computers and Camputer Equipment 40 IV. EVALUATION PROCESSAND CRITERIA MiS�ellaneo�s Equiprs-ter�t and ioois Gald and 5ifver Coins at�d �ullian Diarnonds and Lv�se Gems Ar�tiq�:es, Art Wark, and Fur Coats �iariey bavidsar� Callectibles & Apparel �ons of Pa�ing Aggre�ate Medical Eq�ai�ment Motorcy�les Warses NurizismatiC Coins Printing Equ�pmer�t Sparts Mer�sora�ri#ia And Many p�h�r Types Qfi Assets As examples #he success we have a�hie�ed with s�rrplus items, �F&E, vehicles and heavy equipment an �n�ww,l_5t`����cti�r�s.Co��n, we have provided screen sh�rts of a number af item� which have sold receritly f�r varia�s clients. �see Attachments-Exai�ples af Websit� Listi�gs} Exclusian af Iten�s We dQ nat �afa� tc� excfude any items frarn t�e Qnlin� auction with the exc�ptiar� af i�ems that are banned for sa€e in certain �r all states, hazardcaus c�emicals, Icnawr� or suspe�ted �aunterfeit gaods, lighters, or items t�rat may pase a threat #a the buyers ❑r ger�eral public. We d� +iot sell racist ar pornagrap�ic items �n �ur siCe. We wauEd work with ti�e m�mf�er to determine t�e appropriat�nes� �f special items t� offer �n the i�tern�t. We will work with mem�ers for the sale af asset� thQy may requ3re �peciaE permits ar licenses such as certain types of ineaiical equipment, #irearms, contralled refrigerants, etc, We ha�e h�eld restr�cted auctions which req��red �idders to provi�ke proof af parti�ular license� or permits. We do recomrriend the clier�t agencies 5hfluld �roup low val�e 4tems in#o single a�c'�ians ta errcouragE the sa�e, paym�r�t and rer►�a�al of t�ose types af items. We will pravide �ur #�est tucfgment and expertise t� rr�emher personnel to d�velop guidelines f�r suci� grc�u�ing5. Pr��dent managernent ❑� �uch low �alue items will n�inimize the maintenance and adsr�inistratic�n af la�ar and costs far �ath the client agency and aur firm. � I�zr�ic'txte pczl�►szeral optioras ac•ceptecl �v hicicler (e.g., I rsc2� ItICLSfE'i'CCli"Cj, :IME,Y; pe��saractl c1a�c1�. ccr,rl�ier's claech, mneze�� orcl��r. etc. j. We accept cash, c�rrect�y indemnified Cashier's Checks, wire transfers, �J.S.P.D. rnor�ey ❑rder�, ch�cks with irrevocable bank letters of g�arantee a�d ViSA�MasterCard credit and debit cards. -'� 1 rv. �va[r�arrary p�ocESs arua c�rre�►a b) Qualification and Experience i. Provide a brief history of the Offeror, including year it was established and corporate office location. Lone Star Auctioneers has been in the auction business for over forty (40) years primarily for government and not-for-profit entities. The company was incorporated in Texas on June 18, 1984. We have continued to provide full-service timed online auctions to local, state, and federal government agencies selling virtually every type of commodity around the western U.S. Gross auction sales exceed six hundred fifty million dollars ($650,000,000.00}. We are a certified Historically Under-Utilized Business (HUB} and a woman-owned, woman- run small business (SWBE), Small Business Enterprise (SBE). Lone Star is privately owned and financially very sound, and we are in good standing with theTexas Department of Licensing and Regulation (TDLR), theTexas Comptroller of Public Accounts and the Texas Secretary of State. We have fa.ir staff auctioneers, all licensed and in good standing with TDLR, and an experienced administrative staff of eleven with ethnic variety, (See Attachments- Certifications and Auctioneer Licenses for supporting documents) LoneStar maintains insurance and bonding coverage exceeding solicitation requirements including $2,OOQ,000 in general aggregate liability coverage, $1,000,000 in general umbrella, $1,OQQ,000 in automobile liability, $300,000 in Professional Errors and Omissions coverage, $250,000 in Commercial Crime Coverage, Worker Compensation insurance higher than statutory requirements, $1,000,000 Cyber/Network Liability coverage and performance bonding exceeding and performance bonding exceeding $250,000.00. Lone Star Auctioneers currently holds many auction services contracts with cities, counties and states. The following is a short list of some current contracts: State of Alabama, State of lowa, State of Maine, State of Utah, Cameron County, Willacy County, Dallas County, the cities of Dallas, Irving, Lewisville, Bedford, Cedar Hill, Euless, Fort Worth, and Waco PD among a few. Local university clients include SMU, UNT, UT/Dallas, UT/Tyler, TCCC, TWU, Weatherford College, Tarleton State, San Jacinto, Dallas College and the entire Texas A&M University System, Central Texas A&M. Numerous local school districts use our services, Fort Worth ISD, Dallas ISD, Crowley ISD, Decatur ISD, Garner ISD,Joshua ISD, Natalia lSD, Hale Center ISD and others around the state. Our buyer base is currently over 131,000 to whom 42 IV. EVALUATION PROCESS AND CRITERIA we promote auctians statewide and nationally. Lone Star has sold transit buses, non- revenue vehicles and bus parts for the DART Dallas Transportation Authority, Trinity Metro (Fort Worth Transportation Authority), Capitol Metro in Austin, and Jefferson Parish (New Orleans area) to national and international buyers. We hold cooperative purchasing contracts with BuyBoard, TIPS (The Interlocal Purchasing System), and OMNIA Partners. Notable online auction experience includes: • The statue of Robert E. Lee ($1,438,500) and a police helicopter ($1,385,000) for the City of Dallas • The residual non-realty assets from Reunion Arena, former home of the Dallas Mavericks (for the City of Dallas) • The remaining non-realty assets from Texas Stadium, former home of the Dallas Cowboys (for the City of lrving) • Unclaimed Property for the State of Alabama, State of lowa, State of Maine, along with previous contracts with the State of Texas, Montana Department of Revenue, West Virginia, Utah, the California State Controller's Office, Colorado State Treasurer's Office, Texas Comptroller of Public Accounts and South Carolina State Treasurer's Offices. • Online auctions for the entire Texas A&M University system • And online surplus auctions for numerous cities, counties, regional agencies, universities and schaal districts around the U.S. Lone Star Auctioneers is driven by our own high standards. Our staff is more than capable of performing to the highest standards required by ESC4 and its member agencies. We commit to ESC4 the courteous, competent and friendly services of a dedicated staff to maximize revenues, maintain immaculate records and minimize problems from all our activities. We will make the designated key personnel available to perform the requirements of this contract throughout their employment. We will recruit and train additional staff as volume demands. ii. Describe Offeror's reputation in the mc�rketplace. Include how mc�ny bidders are currently registered with the Offeror's website. Currently we have over 134,000 registered active bidders in our online auction database. Lone Star Auctioneers enjoys an excellent reputation among buyers and sellers for integrity, honesty, dedication and results. We have increased our clients' net revenue over prior contractors for both live and online auctions. 43 IV. EVALUATION PROCESS AND CRITERIA iii. Desc�ibe Offe�o�'s reputation ofproducts and services in the marketplace. Indicate the number of yeczrs Offeror's web-based online c�uetion and/or live ctuetion program has been in place and include the number of auctions posted on the Offeror's website in the last lwo (2) years. Indicate the number of successful auctions (items were sold), and the numbe� of auctions where the buyer defaulted on the purchc�se. Lone Star has been selling live auctions for government agencies continuously since October 1985 when we first won the contract with the City of Fort Worth. Lone Star Auctioneers conducted our first timed online auction in August of 2003. Since that time, we have sold over 430,000 auctions totaling over $500,000.00 in assets online. In calendar years 2022 and 2023, we sold 77,237 lots of inerchandise in online-only auctions grossing over $85,000,000. Of those auctions, over 99.5% were paid for, and less than %Z of 1% went unpaid. These were sold in subsequent online auctions. iv, Describe the experience and qualification of key employees. Full Name Present Position or Office, Years of - Type of Work / Current Responsibilities Phone # & email address Experience President/Chief Executive Officer of policy, planning and confiral and general Lane Star Auctioneers since 1984- organizational decisions cancerning the Marilyn K. Burgess Auctioneer 40 overall day to day operatians of the TX License # 7878 Phone: 817.740.9400 company; Email: Lead Primary Auctioneer since 1988 Marilyn @ Lo neSta rAuctio neers.co m Vice President/Chief Operating Officer/Security Officer of Lone Primary Auctioneer/Security Ed Lanford Jr. Star Auctioneers since 1984. - Audio/visual equipment & set-up TX License # 7799 Auctioneer 42 supervision, Proposal preparation; Phone: 817.740.9400 security; real estate Email: ed@LSA.cc Operations Manager/Office Paula J. Hooper Manager-Auctioneer Auctioneer/Operations oversite including TX License # 12299 Phone: 817.740.9400 38 scheduling, management and oversight of Email: online auctions, Pau la @LoneStarAuctioneers.com 44 IV. EVALUATION PROCESS AND CRITERIA Present Position or Office, Years of Full Name Type of Work / Current Responsibilities Phone # & email address Experience Design, layout and data entry for live auction brochures & postcards, • Newspaper advertising • Trade journal & other print Advertising Specialist advertising Unclaimed Property Project • press releases Karen Plunk Administrator for State contracts: Z� • post-auction documentation Phone: 817.740.9400 Email: • Photography Karen@LoneStarAuctioneers.com Administer Unclaimed Property auction contracts, including asset verification, appraisal oversight, lotting & photography, shipping, data management and reporting. Preparation, reconciliation, Accounting documentation and reporting of all fiscal Phone: 817.740.9400 transactions for auctions; invoicing; Marci Howle Email: 20 reports to cooperative purchasing Marci@LoneStarAuctioneers.com agencies Cashier, Bank deposits & wire transfers Bookkeeping since 2003 Web design & posting for • Data base maintenance, Webmaster/Information • Search engine listings for keyword Technology Consultant searches, I<athi Awtrey Phone: 817.740.9400 20 • Create & transmit e-brochures, Email: • Technical support, Kathi@LoneStarAuctioneers.com • Digital image preparation • Social media • Newsletter transmission Sim E. Burgess Auctioneer 4� Auctioneer/bid spotter, reconciles TX �icense # 988o cashiers' drawers to compile deposits v. Describe Offeror's experience working with the government sector. Lone Star Auctioneers, Inc. has specialized in and concentrated on providing live, webcast and online auctions for government agencies since 1985. In that period of time, we have sold over $500,000,000 on behalf of government entities. We conduct very few auctions for private sector clients. vi. Describe past litigation, bankruptcy, reorgc�nization, state investigations of entity or current officers and directors. There have been none. 45 IV. EVALUATION PROCESS AND CRITERIA vii. Provide a�ninimum of S customer references relc�ting to the products c�nd services within this RFP. Include entity nczme, contczct name c�nd title, contc�ct phone c�nd emc�il, city, state, yec�rs serviced, desc�iption of services, number of auctions conducted, c�nd online c�uction dollc�r volume. REFERENCES Agency'Name: Texas A&M University Systems (Ali Campuses) Contact Name & Title Andrew Mitchell, Director of Lo�istics amitchel I@vpfn.tamu.edu Surplus Property office Address: 1130 Agronomy Rd College Station, TX 77843 Telephone Number: 979-845-0182 Years of Service: Continuously for over 20 years-member of Omnia Partners Locations: All Campuses Scope of Work' Online auction servites of surplus vehicles, heavy equipment FP&E, and ' other University system surplus. To-tal Sales: $16,166,257.00 Agency Name: STATE OF ALABAMA Chad Wri�ht, Assistant Treasurer Contact Name & Title: Chad.wright@treasury.alabama.gov Address: PO Box 302520 Montgomery, AL 36130 Telephone Number: 334-353-3677 Years of Service: Continuously for over 14 years Online auctions of unclaimed property, including Scope of Work: acceptance, secure vault storage, appraisal services, lotting, photography, online auction and shipping of purchases to buyers. Total Sales: $4,243,325.00 46 IV. EVALUATION PROCESS AND CRITERIA Agency Name: Cameron Countv and Cameron Countv 911 Alma Linda Chavez Contact Name & Title alchavez@cameroncounty911.com Cameron County Courthouse Address: 1100 E. Monroe Street Third Floor Administration Bld. Brownsville, TX 78520 Telephone Number: 956-425-1911 Continuously for over 24 years Years of Service: Currently utilizes Omnia Partners Scope of Work: Full Service Online auctions of County surplus property and fleet vehicles Total Sales: $2,947,203.00 Agency Name: � DALLAS.'COUNTY TEXAS Contact Name & Title Mike Frosch, Purchasin� Director Michael.frosch@dallascounty.org Founders Square Address: 900 Jackson St Suite 680 Dallas, Texas 75202 Telephone Number: 214.653-7253 Continuously for over 13 years Years of Service: Currently utilizes Omnia Partners Full service Online auctions of County Surplus, Scope of Work: including heavy equipment, vehicles, FF&E and miscellaneous items Total Sales: $9,325,582.52 47 IV. EVALUATION PROCESS AND CRITERIA Agency Name: : CITY OF LEWISVILLE Contact Name & Titie Kristi Byrd, Purchasin� Mana�er kbyrd@cityoflewisville.com Address: PO Box 299002 Telephone Number: 972-219-3765 Years of Service: Continuously for over 20 years Currently utilizes Omnia Partners Full Service Online auctions of surplus property, Scope of Work: vehicles and Equipment, miscellaneous and unclaimed property Total Sales: $8,169,071.73 6 FORT WORTH INDEPENDENT SCHOOL DISTRICT Agency Name: ' FORT WORTH ISD : Nellie Lucano, Purchasin� Mana�er Contact Name & Title: Nellie.lucano@fwisd.org FWISD Address: 999 North University Fort Worth, TX 76107 Telephone Number: 817-871-2155 Years of Service: Continuously for over 19 years Currently utilizes Omnia Partners Scope of Work: Full Service Online auctions of School District surplus property, including buses, vehicles and equipment. etc Total Sales: $3,769,057.91 viii. Provide a listing of Auctioneer Licenses and Auctioneer Associates Licenses. List relevant state, current and expiration dates. Upon request, Awarded Offeror(s) will provide all relevant documentation ensuring state licenses. Awardee(s) shall be licensed and in good standing. Marilyn K. Burgess Texas License Number 7878 Expires July 2025 Ed Lanford Texas License Number 7799 Expires July 2025 48 IV. EVALUATION PROCESS AND CRITERIA Paula Hooper Texas License Number 12299 Expires December 2024 Sim Burgess Texas License Number 9880 Expires July 2025 All licenses are current and in good standing. ix. Provide c�ny c�dditional information relevant to this section. c) Value Add 1. Lone Star Auctianeers respectfully offers ESC4 members with our "full service" auctions. The agency gains the productive labor hours for staff inembers who are responsible for conducting the auctions. In addition, the agency deprives itself of over 100 years of cumulative experience with auction starting bids and increment pricing and, more importantly, the understanding the psychology of selling at auctions gained by the owners and managers of Lone Star who are licensed auctioneers. This mode) is distinguished by the reduced requirements for client labor for performing the time-consuming and mundane administration of the auctions. Lone Star establishes appropriate durations of auctions, strategic starting prices, strategic bid increments, which auctions to feature initially and other tasl<s associated with launch. Lone Star posts the auctions, cantinuously monitors the auctions for bid activity, page views per lot, and adjusts featured lats, starting prices, increments, and titles and descriptions to increase bid activity. For significant lats, we even adjust our advertising and promotional plan ta draw more interest and participation. Lone StarAuctioneers also advertises specific auctions in local print and other media for client auctions as merchandise warrants. (See Attachments-Promotional and Advertising Examples) 2. Lone Star Auctioneers, Inc. has brought 153 sellers to OMNIA Partners in the past fourteen years resulting in gross administrative payments to OMNIA Partners for over $1,000,000.00. 3. Competitive Range: It may be necessa�y to establish a competitive range. Factors from the predetermined crite�ia will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessa�y. 4. Past Performance: An Offeror's past performance and actions are relevant in determining whether or not the Offeror is liliely to provide quality goods and services; the administrative aspects ofperformc�nce; the Offeror's histo�y of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the custorner may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. 49 IV. EVALUATION PROCESS AND CRITERIA S. Additionallnvestigc�tions: Region 4 ESC Neserves the Night to mctke sueh additionctl investigations as it deems necessctry to estctblish the ectpability of ctny Offe�o�. 50 IV. EVALUATIONPROCESSAND CRITERIA 3.2 Distribution, Logistics A. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line ofproducts and services offered by supplier. Timed online auction services available nationally. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Our online auctions are available both domestically and internationally. Our website has a link that translates our web and auction pages into Spanish with a click of an icon. Other languages are available for translation, but Mexico is the source of our most frequent international bidders. C. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in- store locations, through distributors, etc. Describe how Participating Agencies ver� and audit pricing to ensure its compliance with the Master Agreement. Participating Agencies are ensured they will receive the Master Agreement pricing of "0%" thru all distribution channels. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. The products we have to ship are the items sold on behalf of our sellers. Our shipping employees process those assets and ship them via UPS, U.S.P.S. or Parcel Pro depending on the nature of the assets. All shipping and product delivery are accomplished by our staff. E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. Not applicable. We do not warehouse or distribute any products either retail or wholesale. 3.3 Marketing and Sales A. Given the public nature of the solicitation and contract, OMNIA Partners makes solicitation and contract documentation, including pricing documents, available on its website so Participating Public Agencies my easily conduct their due diligence. Describe any portions of the response that should not be available on the website and why those portions should not be available. None B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days By virtue of this proposal, the executives endorse and sponsor this award as a public sector go-to market strategy. ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days Not applicable. C. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, contract details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i. e. v. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier- specific trade shows, conferences and meetings throughout the term of the Master Agreement vi. Commitment to attend, exhibit and participate at the NIGP Annual For•um in an area reserved by OMNIA Partners for partner suppliers. Booth space vii. will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. viii. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement ix. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) x. Dedicated OMNIA Partners internet web-based homepage on Supplier's xi. website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement • Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website including the online • registration page; • A dedicated toll free number and email address for OMNIA Partners Negotiable. D. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Negotiable. E. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. Agreed. F. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive contract Agreed. G. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts Not applicable. H. Provide the name, title, email and phone number for the person(s), who will be responsible for • i. Executive Support Marilyn Burgess, CEO/ President Marilvn@LoneStarAuctioneers.com 817.569.6004 Direct ii. Marketing iii. Sales Ed Lanford, Vice President/Business Development Ed @ LSA.cc 817.569.6006 iv. Sales Support Paula Hooper, Operations Manager PaulaC�LoneStarAuctioneers.com 817.569.6099 v. Financial Reporting vi. Accounts Payable Marci Howle, Accounting Manager Marci@LoneStarAuctioneers.com 817.569.6019 vii. Contracts Marilyn K. Burgess, CEO/President Marilyn@LoneStarAuctioneers.com 817.569.6004 I. Describe in detail how Supplier's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. J. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. K State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. L.Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 10 of the National Intergovernmental Purchasing Alliance Company Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales "). $ 0 .00 in year one $ 0 .00 in year two $ 0 .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the C'ruaranteed Contract Sales. H.-M. above are not applicable. N. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). i. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Not agreed. Detail Supplier's strategies under these options when responding to a solicitation. To be determined. 3.0 SUPPLIER RESPONSE A. Brief history and description of Supplier. Lone Star Auctioneers has been in business for over forty (40) years. The company was incorporated in Texas - June 18, 1984. As exemplified by the owners, officers and staff of Lone Star Auctioneers, our corporate (and personal) mission is threefold: • To yield the highest possible net return on assets to our clients in the highest ethical fashion while alleviating costs and effort of the client • To maintain absolute integrity of assets and processes within the scope of the contract in all our business practices; and • To provide responsive, courteous service to our clients and the buying public. Lone Star Auctioneers is a certified woman-owned, woman-run small business (WBE, SBE, and HUB-certified). We are privately owned and financially very sound. Lone Star is a full-service firm providing a comprehensive range of auction services including live and online auction services to all levels of government. The clients we have served include city, county, state and federal agencies, higher education, school districts, utility districts, and other government and public entities. We have sold virtually every type of commodity for various government entities. We have conducted auctions in numerous cities and states around the U.S. Our staff and software capabilities are sufficient to handle any growth in auction activity while maintaining oversight and providing a personal level of service for each of our clients. We have a well-trained, motivated and stable staff with little turnover. Our corporate history includes primarily contracts with government agencies with significant contracts with commercial entities. Several of our current and most recent federal government contracts include the following: • For over twenty years we held Vehicle services contracts with the Southern District of Texas, the Western District of Texas, and the District of Arizona. These contracts required us to have secure warehouse and outdoor storage facilities and vehicle towing capacity in each location. • For eight years we held successive U.S. Marshals Service National Jewelry Contracts. • For over thirty years we held the Texas Facilities Commission contract selling surplus, vehicles and equipment. Notable online auction experience includes: • The very recent sale of a bronze statue of Confederate General Robert E. Lee for $1,435,000 plus taxes and Buyers' Premium. 1 3.0 SUPPLIER RESPONSE • The residual non-realty assets from Reunion Arena, former home of the Dallas Mavericks (for the City of Dallas). • Unclaimed Property for the State of Alabama, State of lowa, State of Maine, along with previous contracts with the State of Texas, Montana Department of Revenue, West Virginia, Utah, the California State Controller's Office, Colorado State Treasurer's Office, Texas Comptroller of Public Accounts and South Carolina State Treasurer's Offices. • Online auctions for the entire Texas A&M University system. • And online surplus auctions for numerous cities, counties, regional agencies, universities and school districts around the U.S. • We currently hold cooperative purchasing contracts with Omnia Partners, TIPS and BuyBoard. Lone Star Auctioneers is driven by our own high standards. Our staff is more than capable of performing to the highest standards required by Omnia Partners and its member agencies. We commit to Omnia Partners the courteous, competent and friendly services of a dedicated staff to maximize revenues, maintain immaculate records and minimize problems from all our activities. We will make the designated key personnel available to perform the requirements of this contract throughout their employment. We will recruit and train additional staff as volume demands. B. Total number and location of sales persons employed by Supplier. Lone Star Auctioneers currently has three people involved with sales, and all three are located in our corporate headquarters at 4629 Mark IV Parkway, Fort Worth, Texas. We maintain no satellite offices. C. Number and location of support centers (if applicable) and location of corporate office. See B. above. D. Annual sales for the three previous fiscal years. Fisca12021 $44,891,943.00 Fisca12022 $42,755,343.00 Fisca12023 $43,737,145.00 Submit FEIN and Dunn & Bradstreet report. FEIN: 75-1990950-5-No report available. DUNS #: 190054551-No report available. E. Describe any green or environmental initiatives or policies. Lone Star Auctioneers (LSA) reduces energy consumption utilizing thermostats set at 78* or higher to reduce negative environmental impact of thermostats set at lower temperatures. LSA purchases sustainable supplies and materials to promote environmental awareness among employees. Water is not unduly wasted on excess landscape watering. F. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. None. G. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. (See Certifications Attachments) WBE-NCTRCA Women Business Enterprise SBE WBE-SCTRCA SBE-NCTRCA Small Business Enterprise HUB-Certification from Texas Comptroller of Public Accounts H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. In every business decision to hire a business, LSA consciously seeks and selects sub-contractors who are certified (example Southwest Office Systems-NCTRCA minority business of the year copy machine used in LSA office, Metro Locksmith used frequently with current member contracts. ) I. Describe how supplier differentiates itself from its competitors. Our commitment to our seller clients and customers (bidders) in the form of: • Unmatched integrity • Reputation for results • Excellent revenue production for substantially lower cost • Immediate responsiveness • Attention to detail • Impeccable audit trail and records retention • Immediate payment to clients accompanied by complete electronic documentation • Treating all clients and customers with dignity and respect • Stability and longevity of contracts such as: o Texas Facilities Commission and all departments, divisions and agencies of the entire State of Texas (31 years continuously) o City of Dallas (28 years continuously) o City of Fort Worth (38 years continuously) o Dallas County (36 years continuously) o Numerous other cities and counties (25+ years continuously) o U. S. Marshals Service Comprehensive Vehicle contracts (30 years continuously) for various contracts in DFW, Houston-Galveston, Corpus Christi, EI Paso and Tucson o U. S. Marshals Service National Jewelry Contract (20 years continuously) o Dallas Area Rapid Transit Authority (25+ years continuously o California State Controller's Office Unclaimed Property contract (9 years continuously) o State of Alabama Unclaimed Property contract (13 years continuously) o State of West Virginia Unclaimed Property contract (8 years continuously) o Texas A&M University System all campuses (16 years continuously) o Dallas ISD (51 years continuously) o Fort Worth ISD (20 years continuously) o Irving ISD (20 years continuously) o Numerous ISDs for years • Being a recognized leader in the industry for online auctions J. Describe any present or past litigation, bankruptcy or reorganization involving supplier None. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; Lone Star Auctioneers, Inc. is a privately held company. b. is not owned or operated by anyone who has been convicted of a felony; or Neither the owners, officer nor employees of Lone Star Auctioneers, Inc. have been convicted of a felony. c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. Neither the owners, officer nor employees of Lone Star Auctioneers, Inc. have been charged or convicted of a felony. L. Describe any debarment or suspension actions taken against supplier None. Additional Agreements are not necessary when using LSA's contract. ATTACH M ENTS CERTIFICATIONS AND AUCTIONEER LICENSES %xas Hi�toric�t�y `Underu��lized �usi�ess (WU�) Cer��fi�at� r��x '_. :. °P� ;� � , . , ; , Sfseuvilila Hl�farCtnlfy Undcruklllxed pusiizessPrU�ram CertiflcateNlD Number 175199Q9606U0 Approvaf Date; Juty 14, 2021 Scheduled Exp(ration Date; July 74, 202G The Texas Comptroller of Public Accounts (CPAj, her�by certifiies that �l ' ,�- ', �� ' � has successfully met the established requirements of the State of Texas Mistorically Uriderutilized Business (MUB) Program to be recognized as a HUB, This certificate printed JuBy 14, 2021, supersedes any registration and certiflcate prevlously issued by the HUB Program. if there are any changes regarding the informailon (i,e,, business structure, owne.rship, day to day management, operational control, business locatian} provided in the submisslon of the business; application for regl�tration/certificatibn as a HUB, you must lmmediately (within 30 days of such changes} natify the HU6 Program in writing, The CF'A reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upan findings of ineligibiliy, Stafewlde HUB Program 5tafewlde Procuremant Dlvlslon Nofe; Iri 6rder for State agencles and institutlons of higher educatlon (universftfas) ta be credited far uiilizing this business as a HUB, tfiey must eward paymeht under the CertlflcateNlO Number ldentifled above, Agencles, universlties and prime cantractars are encouraged fa ver{fy the company's MUB certification prlor to issufng a notice of ewatd by accessing the Internet (https;llmycpa,cpa,state.tx,usltpasscmblseavchllndex.Jsp) or by coniacfing the HU6 Program at 612-4fi3•5872 or toll•free In Texas at 1•888�863�5881. __ .. ' -._ Small �usiness Enterprise {SBE) ������ Lone Star Auctione'ers, Inc. Lone Star Auctioneers, Inco has filed with the Agency an Affidavit as defined by NCTRCA Small Business Enterprise (SBE) Policies & Pracedures and is hereby certified to provide service(s) in the following areas: �. '� •' .� r � This Certification commences February 15, 2024 and supersedes any registration or listi�g previaus{y issued. This certification must be sapdated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to ihe North Central Texas Regionai Certification Agency for eligibility evaluati�n. Certification Expiration: February 28, 2026 Issued Date: February 15, 2024 CERTIFICATION NO. WFSB84797N0226 ��r. �a� Io +1r � Certification Administrator -- - _ _ Women �usiness Enterprise {W�E) - � - Lone Star Auctioneers lnc. Lon� �iar Auctioneers, Inc. has filed with the Agency an Affidavit as defined by NCTRCA Women Business Enterprise (WBE} Palicies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 561990; AUCTIONEERS, INDEPENDENT This Certification cammences September 1, 2023 and supersedes any registration or listing previously issued, This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiraiion; September 30, 2025 Issued Date; September 1, 2023 CERTIFICATION NO. WFWB52311N0925 �� �.��,� � Certification Administrator C� �,� GEN'T.R� ?' �o� � * � * SOUTH CENTRAL TEXAS f�EGIQNAL CERTIFI�ATION AGENCY Your unified certification source wwwsctrca, org February 20, 2024 Marilyn Burgess Lone StarAuctioneers, Inc. 4629 Mark IV Parkway Fort Worth, TX 76106-2213 Dear Marilyn Burgess: We are pleased to inform you that �our application for certification in our Small, Minority, Woman and Veteran Business Enterprise (S/M/W/V) Prqgram has been approved. Your firm met the requirements of the SCTRCA Policy and Procedure M.anual and is currently certified as a: *56E WBE Certification Number: 224024240 Certification Expiration: February20,2026 Providing the following products ar services: NAICS 561990; ALL OTHER SUPPORT SERVICES NAICS 561990; AUCTIONEERS, INDEPENDENT m � � On the two year anniversary date of your certification, you are required to provide a renewal appl(cation affirming that no changes have occured affecting your certification status. The SCTRCA will send you a Certification Renewal reminder sixty (60) days prior to your expiration date. The SCTRCA will no longer include a certificate�upon certification renewals. Your expiration date is February 20, 2026. Please notifythis office within thirty(30) days of any changes affecting the size, ownership, control requirements, or any material change in the information provided in the submission of the certification application, Thank yau in advance, Sincerely, .�����I� � ��� � �� Sheena Thomas Executive Director ��';�7�'i= s.'r.c 'u"�se':13=� MARIiYN 1{ BfJRG�55 I nutriflkrr� i�1[AS EIEPART�IENT �F LIGENSl�IG & REGEILATI�N uc6tixE rrVra�ER 7em E%PIR�Sa112212pZ5 iE1LAS DEP�H711vElii UF iiCiFP;I�:[�,i; ::=: ;lf s,.}f �� c iuri �T{l'�� 4�IF i�l�[AS aau�� �v woaa�a Al7GTIONEER r��tAs D�PA�r���r a� LICEHSiHG & R�6ll�.R11�H LICENSENL11�7BER 1x2S9 EkPtR�S 1 y27fZS12d 7�1[RS U�wAftT{Vl�pt7 �F LIC�/i&1►IG & pEGIILAii�I/ ,'1"�il � �� T�3C61� ECIWIN H LANFORO.iR ` al3Cr�oT�EeR ��� � � TEIiAS UEPAATMfHT QF L[CEHSl�G & REGIIiATIDH LICENSE NUMBER 7799 ExaiR�s ayrz� r2nzs TE�CIIS GGPAF; Y'R'1L•hi7 UF L.ICEiV$IAlG & fiEGiiI,JITION i ��1'$'I� �8� T�E�C14�� 5IM E BURGE55 lVUCTlONEEfi TE1iA5 aEPARTMEHT Of lICEHSI�lG & REGULAYIQN iiCENSE NUfAHE14 9880 E ]f PiRES p8r:712Q:8 78][pS pEP1iiLYtS'I�HTDF LIEE►d$1'r/C.& Ri�GIIiLATfLIff 1 .t � 1 � 1 �: ° � . 1 � . , ' i 1, 1 1 / 1 '�' , _ . , , � �H�e r � s� �G �a.nts � �� - �._y- £F. �: �, „� �... , � ,� � j � To � � � � ' .° ' � _ 4 = ,' ��,'2 .. � ;, ` � � f..; � s w.+ �� R�,�j: _ , , _ . ._ �.. �_ � ` ...:..- . . .. � . � 'f �i. �..� . . _ � � S v f �:• � � k_ �1 a �J � J _ � �4 � �� j �� L � .... i Y`� a � *_ � � fi',ry aF il ����^� �r. �{���Y��,��-: `� t ,j x r::€ � ! {� �,.��.�- : �F "� ^"'i°" �r..j i ' _ �� e � �`5=> � Y ` ' � ;z �� d� � 4 '' .� .. ; a �k. �V �P k i ; � � 5.v . .. ..��`.. y " } _ Y+., _. Type � 1335 s�,ue � - ` ` Exp Date :.,Dai Penalty Fee THIS LICENSE SHALL BE SUBJECT TO SECTION 34-4-1, ET: SEQ., CODE OF ALABAMA, 1975, AND ALL RULES AND REGULATIONS OF THE ALABAMA STATE BOARD OF AUCTIONEERS, ANY VIOLATION OF THE ABOVE MAY SUBJECT THIS LICENSE TO SUSPENSION OR REVOCAT40N, ALABAMA STATE BOARD 0F AUCTIONEERS 9CeitPt E. 2Uavvicen Executive Director Contral # 12108 u :_, � �3 � � � ` _: c,� � . #' x ' �s �{� � �� '�'� 7 !. 5.. x$ } � . � s �' j 3 �i � `; F 3 _ ��, '� s- � � � ,. � ' - � .. . �j � .a . ��+ )� } � : � � ' `k. t E 5� .YA jtli.�•t .F�, Z._a„ ;t5$r � 4�t i. f ':�= 19 ���� � E � � �¢�: � ���'t � � �a �' � ���.� � _ -- �.. a��� :- -- .�'��::E'_ �.�tvka=-,??c � � ��� �F���;� a�� ��� ��'t��r�•�r�r ������i����� L������r�� ����� 1 0/20/2023 11736 IVewca�tle Avenue, Bldg. 2, Suite C Baton Rouge, LA 70896 Telephone 225.295.8420 Fax 225.372.8584 Website: www.lalk�:o�q Email: acimin@lalb,org A� Equai Opportunity Employer Your Louisiana A�iciioneer licensing reqltest l�as beEn ap�rovecl. Please use t��is letter as proof of lic�nsing. , IMPORT�4NT II�ORMATION: ■ It is your r�sponsibility to be avvare of and follow t�e Laws ��id Rules �nd Regulations of the �oar�, which e�,r� l�e found on our website. � A�eparate es�raw acco�.�i�t is required by law. Ii yo�.a �re th� financially responsil�le party of the auciion, you �ust clepos�t �Il money eoilected ii�to your escrow account. � Yau ffnu�t l�ave a written cont�act far any iteni or combinecl sale over $500, a All consignors must be paid withi� 30 ciays oire�eipt of th� money. � If yoa aie.hued to bici call only, i� is yo�� r�spon�ibili�y i� b� certaii� the Auetion Busin�ss that hired you is pzoperly 1'icensed to aperate in Lou.isiana. � I�� c��der t� hold an au�tian or bi� call in East �aton l�ou�e Parish, yo�i rnt�st apply for an auciion license diYectly from thvin i� adclition to yaur Lt4 �uctioneer's lic�t�se. Far all inform�iioil, visit the `licer�sin�' p�ge an our web�ite. s Your licensing number must be listed in each advertiseme�.t in �vhich yota are the fina�ciaily responsible p�:rty. �au are nQ�v reqt�ired to iricl��:l� `L,A' in ��-on� of yo��� lice���e iliii��i�er im �11 a�lirertis�err�ellts, ���. �. , � ;.. ; � .- ; �S: ,��{�u` ; ��r�+�rs ��r€:n��rrg �€ia� ; � k� `� �k ; - ��,,�r�'��i �-j Y, .TY t , � 1 � , I �s&---sEb' i_ _ � .'. �� � � F��� t �� � � � ��ag� ��� �:� -� � �2: _ � €,�: ' +��r:: � � QN � ��fi��� �o�� �87� ��v�;a�e9car A�s��i����rs L.a�en�s�� ���r� 10/20/2023 '11736 Neavcasfle AVenue, Bldg. 2, Suite C Baton Rouge, LA 70816 Telephone 225.295.8420 Fax 225.372.8584 Website: w+Nw.lalta.o�q Emaif: admin@lalb.org An Equal Opport�uiity Employ�r Your Lauisi�.na ��icti.oi�eer licei�sing r�qu�st laas b�en a�proveci. Please use ihis 1_etter �s �roof of licensi�ig. IIVIPORTANT' INFORMATIQN: � It is your r�sponsil�ility to be aware of ar�d fo.11ow the Laws �nd Rules �nc1 Regula�ions of the Boarcl, vvhic�i can d�� fol�i�d on o��r �,ebsite. . ■ A separ�te escrow account is required. by l�w. If yo�t �re the financially responsi�le �arty af th� audtion, yo� must deposit ��� inoney' collec.ted into your escrow a.ccount. W You in�isi l��ve a written co�ii��ct for �ny iten� o� �ombi�3ed sa.le over $500. � A11 consi�nors in�st be paid wiihin 30 days of receipt of the money. � If yo�� are.l�.ired to bici cail. onl.y, it is your responsibil'ity to be certain �he Auction �usiness tha.t hired yoiz is properly licens�d to operate in �Louisiana. � In order to hold ail auction or bid call in East Baton Rouge I'arish, y�u inust apply for an auction Iicense directly from them in addiiion to your LA Auct�oneer's license. FoY- all informaiioi-�,. visit the `lic.ensinb' p�ge on our website. � Your Iicensing nuinb�r must be listed ir� each �dvertisement in which yc��z a:re tr�e f�nancially responsible p�rty. �ou are no��r r�c�tiired to inclu�le `LA' ira front c�f you��r li�e�i,e n���:�'�er �t� a11 ati�rer������nts; etu. . : .. - - �a t '°: - � � �� s� � ��r �{ : ,� � �' ��;€ � � � '� t-- . s��k _ �. �.. €� .r-.. ;..._.. :�.. ��... �.;.•_•._:: �.e@�''. � � �� �'a�a�� o� t}�� ��v��-a�car A�r�������r� L`ac��a���� ���rd 10/18/2023 11736 Newcastl� Avenue, Bldg. 2, Suite G f3aton Rouge, LA 10896 Telephone 225295.8420 Fax 225.372.8584 Website: www.lalb.ora Emai(: admin@lalb.org f1n Equal Oppottuniiy Employer Your Louisiana Auctioneer licensing requeSt 1?�.s be�n approved. Please use this letter as proof of licensing. - IIVIPORTANT INFORMA'TION: � It is �c�ur re�ponsibility to be awar� of and follow the Laws aiid Rules an� Regul�tions of tl�e Board, which can be found on dux vvebsite. � A separate escrow account is required by law. If you are tlle financially responsible party of the auction, you must cleposit a�l nloney collected into your escrow account. � You must have a written contract far anyitem or combined sale over $500. � All cansignors mtist be paid withiil3Q days of receipt �f the motiey. � If you ar� hired to bid ca11 onty, it is yo�r responsibiliry to be certain the Auct'ron �usiness that hir�cl you is properly licensed. to op�rate ir� Louisiana. � In orcler io hald a� auction or biel call in East Batfln Rauge Parish, you �nust apply for an aucti�n license directly from them in addition to your LA Auctioneer's license. For all informatian, visit the `licensing' page Qn our website. � Your lieensing number must be li�ted in each advertiseme�t in which you are the �nancially resporisible part-y. You are novv rec�uired to incl«�e `LA' in front of y�txr lie�nse nun���r in all advertisernents, �tc. E dwin Lanford, Jr. ATTACH M ENTS EXAMPLES OF WEBSITE LISTINGS . �_ . . � . : J .:.L �. � � . � � � — � --_ —_ - - -� - -- - - - _ - — - -�r-.-�-.*�.� _ - - !,gns-::�.-. �W.�6�_,':;c%'��ss_�.�_jj:.•}�:_iii.''v�::�;y1�i".�;�7.t��i8�# 3a� City of DALLAS, T]{ - AVIATIUN �°� Ci�y ❑f Qallas - A�iatEon e� NaWgate Tn: komc 7 ci�y aF on��ns, rx - n�innnN Server rme: sep[emher i�, zQF9 oa:s8 Ph� CT .� �'1•F � i City af pALLA5, Texas - A�iation _ � eFn e�nvn Carrent Sid S1,ah7,soo.no uso fULLUESCRIPr1�N yigh Bidde� 8row��heti Tinse �ef[ �UDiNI f i1=f7 Er+ds �fi�28120i1 01:f0 P1.1 GT 5CaKEd 06j07i20i1 �1:QD Ph1 CT F��S� e�d 5985,a�0.9Q # of 61d5 60 {view 6Id h3ssary] $eiler G?y �f OA�lAS, TX - AVIF,Ti�y v�ew other i[ems 6y ll�is seller Lo[a[ion CUn[3ct Preview Pdyi11Cr7[ O1fE iFemonal All iLemS a�e in 11YKNOLVf3 N1GRiONG GONOiiiOY un1e55 OChcRrFSE SCa:ed. R€I i[Pm5 a:e svld AS ±5, N'MERE IS 15'iih �JQ �VARRANTIES �mphed or expressed. Iten� preview Is hlghfy recomme:>ded and hidding without pre�Ecw is strangly dismuraged. � � iiEH OE5CRIRTIOIt WAKI�IING: 'iH15 IS A ftESi R[CTEp AlfCl'IQM1 3nt:rested 6idders musi pvs[ a S1Q,0�]Q.Otl fash�ers [IiEck! �'+ira Tr�nsfer dzpos�t �A suppfy an vngirwl 6ank Ic[[er vf guarantee [or 51-2 hsiyon in vrd�r to �ain El�gihilify to h«1 nn :hi5 �rcR� Cn�[]�[ G�� of���. �[ E:7-.'��-9a�0 ic� m...P inicrmation �nd hznk lc-[Eer wordmg. Lo[: HC-1 - 8ell He�capter Modei 46] BeJI ne€i�apter I•lod�l 407 is a s�nglz fng�r.e, seven p€a[e he�i[op:er. Standa�d [onfourati�n p-cvide5 Fur �ng p:l�t and e:x passFnaers. +he rnanufa�cure dace fo� r.lie 407 is ]anvary 2007, 5ena] number 53743. Jail n�mDer N25927. T#ie ergine �s a kol�5 Royce madel 250-G�76, total eng�r,� [�Fi�E :9 dnE215 1S�S P!�h2 haufs. 7he e�lgine rrNJ requir2 �ts first ova:t�aui yrlien it rea�hes 2a0o hou-s oFfl�gl�t ope:anons o: 56 starT,S (En�me CyUeS] whi:hev2r �qm�5 �irSE. ��E anC�Cip2;r [t�e auc*afi svin have be�•:Een ZO-30 hflti-s of fl�ght Ume leh andior 5-lU 5[er[5 on [he engine ai tNe [ime af sale.The irrtenar is a ututy se[ up lcJoth), dual :ear 5liding doors and an ex[ended 3ar+thforeemei7t irisf�umeni �iane�. Tlie airi'aft 5sifl iP;Cf,uOE Lhe fpll��4inp eqwpment: • Chel".ori fF:gllt elsplay sqsi2ff7 � HY• 196 navn�aGon radeo ,r,arm;r transpor,GCr - �.. . . - - — '_-`--'� - _. �- C�[k o� Images to En�arge P.c::: r-c Navigate To: Hprne � Ci[y Of AAL4A5, i7C � Sur{�lus BIn "n."• Current Sid FVLL UES�RI4�i5Uk High eidder 5 ELLE R. TE RiSS Tima l.eft PI�YHE1SrTE0.ld5 sniss rax Ends REIaOVrL TERHS Started AVCTIOH iERliS First Bid Server Tir[se: Sepiem6er 17, 2�E5 05:10 Phs CT CI i Y OF [}Al.l.AS, TE7CA5 5urplus $t,435,�40.0� LISp �aw0ude r:r� n� i�i_� r [t� Qfi10512019 f 1:55 AM CT ❑512312�19 21:30 AM Ci $4 50, 0 �O.flU # of Bids 84 [view 6id I�iStnry] Se11er CiEy Of pALLA5, Tx vieru vtlier iteotis 6y tliis sel3e� iocatioiy Henslcy Field R811ds, Tx 75211 Con[a�t questians regarding the s�uEpture shau9d be directed to the Pubpc Affair5 & �uYrearh a[ pao�daifas�ityhall.cam or 214-67�-1897. Farv:ebslte, regis[ration or te�lini�al help, conta�t Lone Star Au�tioneers at 517-429-333b or1-800-275-3336 Preview Sorry •[here Is �a pre�ieva a�aila�le. PaylFient Due 7une 10, 2019 Removal VJ�tliin 5 6u51neSS dByS BY APPOIhiTMENT QN�Y! ADDITIONAi FEiS: �� �iuyer's premium (bP] Uf 7/r, w�ll Le rnlle�ted at settlemenc P:om the �vn�nir�g l�jcl�er, 13Q i E: Payrnent nius! fsP m�eie E�y Wire Tiansfcr. R31 k[ems are �n 11NKNOWN VJpRKIHG CGN�ITION unle55 a[ilerw[Se Sia[ed. Afl iEems are Sold A5 IS, WHERE 15 �+nih NO WARRAIVTIES urrp9ied or expressed. Item preview is iiighly reconuttended and i�iddng witfiou[ preview is strangly dts�ouraged. a o 0 �; . _ � ? — -.'_ y.r?; �� �.'F. ' �� t � .,'S � �r � i�' ��"1/1:�.. � � . � ,�' 1:•-. . ....-t fti5 �J�_-rt �.i.= - - . . � . .. Iw;� y � S - ,� �- :,-�al',} . �.- � �� �� � ;� :��J.f:,.� .�r.,�, � � i ;.����. S ; . - [ i A.I[ I ri I��.I f st(;� C] iCR EO EN�LFlRS",[ CLIClC TG fNLARG6 CI.I{:K !U ENL.AHG[ CLl(.I[ I V 1:NLARGC TFi�S r5 A RFSTi2IC.TE�TYfSFJ! At.L HX!]DfRS M135T WIRE A➢EPDSIT OT 55U,aq0 i0 16F!£ S�fAR AUCTIOPitERS' �SCRDW ACCUU{V-f TU ti� ELIGI[3LE Ttl 6IO ❑FI iEii5 L�fEFS. RLL IfJI�EFtESItE] F3EDl3FRS MUST R[GISI�LR APlL1 Stif��LY 7�iit C1Ei�O51�I S[FORE O6�OS�19. Lo[� 1- 1936 Rlexander ph�mister Frar[or, �'ftOberi E. Lee and Ehe Caizfederate Sr11d3er" 5tu€pfure hIOTE: GRANITE HASE SH6HVN IN P[GTl1RES IS NpT i�1CL[JQE[7 WTTH THiS LaT! Restored in 1991, Lhfs large monurrzentat scuEpture =_11ow5 General Robert E. Lee nding pn lsts hOrse. Tra�el�er, slfghtly ah�ad of another smaller harse crith a youn� sold�er, wha represents al1 Caniederate soldsers. ihe harses appear Co be rr�a�ing at a slow and steady pa�e. TRe art�s[ r•r[- --` -' `'== "Iis s[v!e that wa5 {70pulBY �Fier thE Cw�i VJa[ Pro[taC 5{udied SE�Eral phoroqraphs o! Confeder8i� SOEdICYS tD CrEatE I .. ..�b:F ;: � - J .(Ei' i 1 lr- "� ' �: � ��_� �.�i���,,_-. k�=`Y� � �'���,["�._ � - �'•=�.��.1�.�.�`-•1:.__ -II._'. '_ . __ _ �•. '�: ." _.i _ City nf QALLAS� TlC ��� State of Texas ������ rvavigate Ta: Nmnc r. slnr� pr fCxAs SURatuS vRaflERTY -]�FC � ix uepanNenl a1 Fransporlalion Server7ime: Septe-�ber :7. 2fl19 55:03 P�+I � �. - ..df.ie- �r . #�K { Currer�f �id 1^ � � 0 Hfgh 64duer ���� Tfine l.eFt � En�s •i� � SParted � FErst Hld 1�FE TxGOT - F+ori ArT�ises 5119,OOO.UO USb cap[afn123-0 [:DI•1PLIiL❑ 09� ]�i 2p i9 09: 35 kh1 C7 07lP612�19 09:� AM CT S75.qqp.00 Seilqf S7RTE DF 7EXAS SVRP�LVS o POP�ERFY • YFC v Iher i[ems hy Ihls selEer Lo�atinn 619 w Cctier Are Port A3nsa5, 7C 78373 ColitaR Fp1ix ireYin� a[ 35i-759-2854 of �e�lx.ti'eV:Ro={xdCt.gvv. Plelan Halik at36i-87B-55La o- nvl3i�.ha':k� [xdo:.o�v. Pi'ev3etiY $Y APPp[Vn:LNT Of]LY Y7I'fH �rj'�THCi. UoSed Oa�27 end G9'D2. Paynle�il Due September t8, 2015 � Of 6id5 -0] jvfew6fdi�EYery] Reln0Ya1 BY APPOIflTlh�H7 pf�LY 1^!Rh CON7ACT gY 09i30119 nElf3lT�ONAE f-FCS: A'"+url]ase:'S Fce ir�'�.e aii�•i:�.:.:�� : _...i�i L•2 i.�::•:.:•.:i �! .�..._�-.e.�. �„m.3LL �-..�.�i.••G L�]'Ji�c 1111�10[i�11[ floti[P.: linC aR C:iChlfr'S rherkc are :'�e �.-.m� A� c_.i!_.; ii� :I�i y,�yin�+:"e�mt, fach�L� � L�_Ck5 v�i:'1�::: ;]'n;.i•: •:..�'.1:�'.:: Vr•7 KOT he arc[•.�:[f•d. RII i;ems are 1n llWKNOWN WORldNG CDNOFf1pH y�1e55 othe'1Yise Sta[ed. F."� I[ems a'e Soltl AS ]S,'�J�1ERE ES 1l�th WO 1MFRRAYTIES im�l.ed orexpressed.Iten� prevlew is i�igl�fy retpmmended and 61ddEng wi[lia�t previeW is stron9ly dlacouraged. �-Y i '�q R� � � � � �� =`i� `'�'�.."�;�,-.���''�"�`�.. 7 +..;,�:,:� : :,.y:-�.,,t:rs:t,� .. , � . .,.... ... . ., . f'_`.`_.._ f._ � � - ~ ', . .Wy � # ��.��',r; �',.,,•. `� � . .-;; .. '�`�", , � ��,.� � �,��� �:��� � � �: r:��k����r�ir.u�s C:3Ckf��ir�inar, CYI[Hi��IniGilf:f S. r�." � -�+'4 . ' � � � � br. p �yT ���� 8� � �1�i' ,�'1� _ �. ; ',�} � ` S: ,s� "� �� 1.� :� � �[[Ck i!? F tii �.�5(,[ CClCK l�i ENIRRfF CSICttTG � N�/�((GF � LiCk i(] f.NLnR�E (LICkT�i ENLRNGE ,-- � ���- =�,��—� �- , .� �� •�. '.. ��. .wY - � �' .�'=- � .�..� ;: • , : ;s��.�:� -r �--.- -��� '���+M .. �� --;-'- - _., „�;�;.. [:I.ICx l!'� f::��.1:[:f Ci l� Y 1!� f�+:J�HLE CL3CK 1CI CH1l�RCfy !li[k }(1 fHIJ�M[.f CLfCKTrf F l�!I��[.f - --- i ... � . _ _ i F� �i � � - _ _ i s Ga."+ , - itl�.`" i•i i'SI±.-.• i �.� i! K if] f Hl_pRL� LLFC![ �U ENL0.NFE Cl lC% iLl CMLAHCF Cf lCK �[) F titf•H�:E LOI: lO3 - 1469 l�a1[e: 7-0af-rte MOCel T SmaW Pa55en�e� � Veh�[le Ferry P:a�erTy �306�ff Vzssel Yarr�e: Ha�k G. Govde =Joas[ Guara ri�ml�er: 543923 operator: >xss o�panment or T,�nsoorcanon Lv[�;1�� GLy: POR Ri 3::Sxs Lo[abon Sta[e: TeKaS Ships Type [:CST]- O:he: Carne: s ISF�ecia�:xeaJ 5Tq7E 6F TE7fA5 SURPLLIS pROPERTY - TFC ���, St�te of Te��� nav�ga�e io: iiame � sTnr� ar r�xns surer+ius P�:�Wii<��v � � r-c; > ix uec�art�neiu of lransNoriniun server Fiair. sepcen�n__�r V, 3ui5 LS=W pH LT r�r3 � wf=� W' �w i.� current E3d I "" """ I nign 0idder � TkFle ieF[ f 5[�[Casi[Rws' � Ends � stariee � FFrsE Bid � R OI8I05 TFC Tx00T • Pori Asansas sias,000.00 usri pongo123 LUI+fYi F.3 F fl 09/10'20I9 09:F5 AP1 �. u�;es zuFs aa:aa nr•� er 575,OOO.QO 14 iv�ew hiE h�story] Reivaval 6r A�pp1(y7MENT DHLY WITn C4MAC7 6Y fl913�119 Se13Cf STRTE C1F i�1(RS SV0.PLl�5 ��ewPLR7Y - TFC � 1hi•r IteniS LpF��is sa9tr. RPca��On E15 �4 CO[:ef AvE pi�:� qran585, F]( 78373 CpnSaci FE��x 7fevino d[ 3fii-749•2654 �r fe!ix.[revina ��cxtla:.9ay. NeEan H�4k ai 35i-BSG-SG18 0: noCen, h c�ikpcxa o[.gay. PfevieW BY APPU[IJTPY[N7 OHLY N'1TH CONFACT. Closetl OE3�27 anQ 09�Cp Paymenl Oue SEp[em6er i3, 2919 nUI11 I 1 Ul� nL f i 4 5: �. �u�CFdSEi'� Fee �r c��� � n��n� •+� j.75°'i �n�� �� [cl!e:�eC 3� cPli%i-�n•_n� ircm �S�L wmninn niaders. (��No[taFll ii9�fCP.� tio[ asl �asi�¢r'S Che:k: a'e'h� °.ii*;C, �i5 yio:etl n: 11'.� Pdynienl [erm., [;��hb=•'S C�iE[45 wrtiC�i ii i+✓e .,u•c]n�u �s.. 7:17T te accev;erl. - !al iczmg are in uh7(Np«•ry WDRKi'�G CON�.R10ftl uniess ochennsz sracetl. All items are sold AS IS, WnERE ]5 vhtn NQ vJARaANnEs impLee ortxpregse6- [!em preview is l�ighly recanimendrd and Bld¢i�ig wi�livut pre�iew Ia s[rangEy dLscouraged. T �. � • � _.r � . �Jl1 �� .�+ -=�►� - - - f g �� -�L�� J :..'. �F �f_� . ��ss � ,,-.{'�;.`;. �l� ,�f� �,, ��f� - LL3CNI�JFNLRRCF CLlfl(il]FN[AR�f Cl.l�v,�i�kNi.ANL[ CFfCI(l��f�.�.�.rf.� , .. ! .'i • � _��. �� � �h[t , .I � 1 :a�i S O �� . t I .���� �.�� Cl l� k i:: }���.qRl.� CLFCM Il]fNLARLE CLICN 1L1 Fk1.AR{:L ' CLI� K �yllIILANLE y� �,�� �� ���� L �- f+'"S� p _ ,_ �r� i � . , .. � i • �. � ;f_._ . � - �� :... �,.:.t�. �; �� . � ���.' _: .Jx [I.I�Ni[]fH1ASif:F �:iI�'K[!]IN�Ak�.l [��rH�[�I'�I!•�I[.I [�!!M l�]IHLIiH4E �. �a� '� � `- ��:? p�.! - ,` 1 � �y�.,4 ,, �� � � ;. � .� [�� - r �' L sr��6� � �..�,, [.ltC%iiliHlf.NC.f ['�I["klf�k«�Ak�.� ���{,K It)�HIM1Rf:i C[[Lk f��FN�AG[.2 � S' S�'i �� 1 r � � If � ��t.�`a�"�—� r`r'� � 'F [ i][.k I!: � f'il.H!.f [:�i['k I�i! nln�[:f �. I[E.% 1[ I f til f Hl.l I �,�p,f'� `� � � :.�r� �� � i r h �.: �•�� �.=�:,� i.: I• M I'!� 1��lak[.S � � � 1 fCN 1[] F N�Aq{;E �"..e_++!!F YJ..,;� ��� CFFfKT��FN[RHGE • 1� CL1C% [(] 1 NI.f.R[:[ , �. �� l.l i(:% i(1 1 M l ARCt � _� CL fCN f C1 i Mi Aft[:i - :... -- - - : . ,. . ..,, .. ,. . :;� S7A7E OF TEJfAS 5l1RPLL15 PROPERTY - 7FC �Idii�tinna! Fea^x� A nuyE�r'i, Le[n�um �&P} 0! 1557 w�ll [M CB�leteetl at sexilt4n#nt tram v.:n��in$ p{nBNri. guymrs �Say�� ny eaW+ or c.ash rqv�v�rnr;see p,ryrri r*�: rr�ms} wHl rrcr�vr a 3W rrax�:tmn m rhr BP �� in � L'�� � 6�Cfi01r{iiTld[�: pJli[}&TiMi7 L6�AT�UNS i[RFISiE4N#�T�G11i CRYi�6Gl141[S �- �.',scti r:� L ;s D�11�s CaunlY • Flee�tl'Se!=ed • Da1l�x, T1L r.sl;' 3[e�n Lot # 1U-40789:2�01 G�4LInN S5DC GR�I�ER � WeLVi6u5 s'f[r� I ti;, �: f� �t�rn rArt�iEs ii#7C7 l7EAt � 1 i � � � � `� � -� l � , �� . �. �/� � ,� �K --- Gatra►u�-`� ' v • w �.�' +:.��� J-.y i� . T � r_ �' �� � r � _ ` s` �,; r.� A , � � 1 ��, f �_.•.. .. ! �. I��—��� _.. i�. . _ .:...� ;a, �y ftF.�;:S.FJ.f�FF. c.... :.I.!......iil�i F:iF� —r'rF � iF`.F. C:4:F•�5a: 7r.��.... -.�i�.. �`a: ,P.�' hF:.. -,.. S�'JWFb .' �ES Hd'.'FS 4'E� ioSBLL$:•,. i1¢6@7 C9'rRFY ti+G..:;'s R�� ��emlm•e nu�:K:�vO'h'.li'�JFI;��''.�_L'�JL��71��k u'+a;E =�h2�+Y :c s'-afT� i••s a•c c•_•v AS 1� ri'HFeE!5 w�� tip SV�.wF,:!i'iES ���; • a: v e., •resa.7 hem �rrrw.e 111��li7� rese+nrnaisra anis waa�nt r�our pewrwi�, h etru.�CH AaErsuI�SM. Gen�ra� a sc�� rRr• ao.. ��:..•r.x AriS [u�•r�e c�r.,e.t•.._ y�',Gw��. i�.,i �.�m �� us�� a'•a rc w� c:arsr. ae��•:n ��sc a•e nc� �+,m�r�9 ar�:� �sa+�:�au�v r��� srs��r•��o : fv►n �i r.�aar fv e.�uri: as �Lv.c� o�•r 'o� ��� �rcc•an�!. y ro• �nip•ce.�� ��•+aH�:•. v.�;:.j .;� ���. ���r-�:.h_ i.��r,Sra �a e�� �esra r] AF rr...�t t ol '.L- nJ'��ar[y � 1 sM:n i� ��r,htlr .nra��dea 9r ..nF;�p,y n.��rr�s a�v a�} 6:5 I] - 1Lse(FE f5 A'L'.J SYIT{{ nit ilL+��*5 E:�:_ L[ i[:?5 "rf Ff1!� 5rlkr Cant�er.lpr�eian.6nipcciio� and Rernos+rl f qid rfistwy ,�,, iri�li 6ittdee. C urrrrrr lS��t: Min �1. B3tl IhCfCA1Pl1l. �k3d,ng E ndcel; � NY CXYOk[TL5 � � $ave Prir1C 1°h'-2�'']QiO� 325.'SA 4Rt�iqs 1&4y 527,4�3 p4 srs�a en F�,, �a� �4..?03f a: �9 09 84 am cT f y G• ■ 'F nam� +1�ptek� C�7rAdar• Caq[a[e y� 7ar�nillrsrr�l*wr�e�e hta�p r�.q� 'Suliu�lba hll rrar.�t s�otiwd t'�,�Ck;OI�;: DaEl�sCaunty • FlestlSelred - Dalias, T'7L l.at # �9:1993 CAT 913 CRAWI.�R �.aADER 5��1AL #8c5G�32i8 � rRrnrna���r��.r �. � � �' �►'�", FE17fi ITFM � 4 e � i� 4 � �!!1. � _ 'r-���,; . �---�:� � • 5 rr-•" �' . � � �.. � . _-�-��- _ - _ ,.� ,�� _ �' . �P �� �i��� . .K � �� i ��-�-;;`;�.. � S ♦ � �. �� �+'y� •Y�1.... '�� � ' I � ' � :. / ,s' ����f"��r�����r�cL*I ���� - r F3 • 1��.'If� � Item[kS��ls ,,, .::>;� •�;�� [..:r e3� �:M�v.e�;���=.:��k er.,�:r.� i�..::eu �,-`s :•-�� � F!i� r•:i ��:e��i �=�sv,,;.� Ft��;: r;�.�li�Ylilii NEEF1�L�s�l fLEFT SI+��K'5 :7561iR Slal4: i55Gf,�;;^g !�d 71�y! IuSk7 ut637 CC�JhTY 1J i�1777:] f���lf pET64r;.�.L irf�s5. J�ih�.1l Ey��npT..#xFT 5tiu�t�v 3ri G4i��'f �hi�L Y.f Rf�J+_-��f6FR�Jr.+�fmitf �W�GA ��a ISfM N£PlrjY/4 R7�0 tiRt Ilqi ifiCL!OE�O YJ1iTt Sl�. Y!•s!L'_E NI :r.-�s orr in �,.�iF'.7tiD'NM HeL���.i�:G C�Y[dfiti�k �. •�.r:: au�.er��•eruvor�� �na e a�y�� as,s �tn�Ekl i5w:in !;u 'f�'F.FF:!'JTI! S:���ir� ar e.prrssra Ir�n priwjrw �s lugP�Fy �ecawro7lendrq oaid p:pp�:eg Wi[hneH �re�Aew�ng Is N�flF�1� [�IYCGG�A�Ci SCI4Cf CCfitilCl, karaSi�+.lnspecii4n a�d Raeiscrra�l Nit[ FIiL�d[y PayraenF I nTa and Sales i�x Auc�fcm'ferms and DisrlsEmrrt .. � t � # � � 5ave Prli�t ftEy,h f��ilekv: [urrr'nt Ftid: #.4in e�d: Fild li1[rrifY�+lt; illdding Endefl: �.l�:s^ifS�il�7 S'•S 404.U4 {heQs: 72'I S.'.0.7 a4,Af� 525�.dYJ TuC Rpr �S. 2023 al G9'.�A 4� 3m Ci ����� �-; .. ` 'r � Hq1iM1a ►WCIkNI C+i.lrTffM CPnLlI[[ Ufi • •TIl�IIhfAl�lf1': .. . . �,i�� � �, . . . . .. ��. ,.�,�. � �• � �#� �`�i� �� SSLhk{t{E�! �n �ss� � ��� � � eu�r�akusr�xc u�sr�s�r�wss �a�•n�wx f[NFiS1CONl1111iSK5 c►rca[r+{ss HYIAYR4+iE1 ��� ��p� AU�:ilfl4i�SHNd f.�elY54fi�H3i r �':�•: 4 i.l :.l•:R D�Ilas County - Fteetl5eixed - Dailas, 7X � ��� LL«A}I+.•HS [111FIS L f.0%::Ills]NS Lat �# O�i: ?.Ufl1 �r1AC�C D11N1P �'f�l1C}{ VIN #1M2P�G�C11M05S99�1 fl f'REY1l7[1S IT}'� N[][i �LF:1N � �'�- """^"�' . "'�. Y�., �r, �,;,,,,;,.., � +,• �� ' , t;� �..:� � --� . - . �� �~ .� �.•+^.^ j� f � � � ' � �►''� Y �� `. J � I � i ��� . � � _ -�-- ��p�i�,: � . : . �.•: - - ----- � , �y i.�a ' � �J � _�Il�tl� ���s��� �6 I !+� n, Gcta �! : , �: i;'. :'A:'��'.�ie-F:[��:::i'_.. ......:r�'_':� .__:.Ii.L_.�.ern[: FI.�Li.lr4: I�........�.. .rl=•:.�.:'� ��L?:�';I: SCRSr�LLi[t ..-.���.:�i,.�.�:r�iif'.�. .--[i�:... �at1.•.�.... � ...� .�_�...�i!ii. i� � ..a:.... 1;17iE Pf.CtS�F.hL !lCA�S,)�:.I� 6 EC}�t�'SAE�.�T �`Itl'l�h 1P: PIC7,�ei tnL1 �AE R•€MGv£II i�ACtN.L4n+[,f �•fii�"��R i0 �Tf 4+ RE fApYAL AL:47 .Uli h 7T Ils�'t �C3i1'�:7 S�• '� sF �: C N��'E. i ?:[ .^.,�m: k: r�r L.�[:klJ!!h:! 11�"JFt:IRG •=LiP�D `iu7: �r/r.: �cr• r•,n�:r ct�:rC :-�tl a� r: r•.y - c C�. 4'1! i! i.k iS v.�r'� ll°7 ::�F:iF:! f 1[5 .�r.j�! �� pr r, .p•re:aq I[rm prcvaew` ts h�ghy rrep�nnirnnr�l nr�d IxSA��s� wl�r.��rt p� nv»n:r�g i: SL�iKI�i� F�[�N���i Sslies {en lacf. l.oe.:4ian, lnspe ttNpn ascd �e muval Sid:l�SiirrY F'a�yF�ner�? Inlv .uidtiale,�l�k AuCtion Trxins �n[I pis[iaimefy 0 � � } � �� C A T t+. Ci0.115 Fi�pli Iin�Srr: � �urr.�ne niel: AS�n 13id: Kaci lritr��nK°nl: EUWiing FndM: t,Y� �'T�htii_E'�I�S � � S�dC S�rl�li ?�in.:rir;� i?;'.:.3G.fi[� [�i�tl,: irfra S.!I,1f10.Of] Sa5�.00 Tue. AF,r 15. 2��3 a! C9:i35:�]U em f 7 �f��r G• ■ � � F[D�M/ � �CilaFGji1lydM CnAiac[ua 7arn4AJfAr,�ip/M�Fe Hr� FA� SLAsLribi Rll r«ms claw4 lulifliKmni F���s: ,� l�uyrr •. �,• �-m�um {H��y nl 1 A7+� will I�r �r�lfni tr.d :il •.e�U Icntch[ lran wmnin�; t�lslrf��rs. Du;Nr•. ��.�,:�,g b� cayAor sasn cyuwd+enc (arrl• p.�yrnr+st terimlwel ra[r.-n�r i 3+ �aducii�r nis lne Hv, tia r'°T �'/� � r�.{ �_ ..E. AVC,'{I[iHLI3ilpCa pATiif.7ihdlS i[�Ui4�Yl�S TiAMSG[l7�ifSfiiC1H5 �.STI'Gl}5;1lS {a41AWiYR!}FS r- �::iCk Cd L :! Gty oi Datlas • Fleet Ma�s=atnent • Dillas, T}[ Lot # 043-EC�11lf'-93059: 2�fl9 STERLiI�(; L7S[30 Ft07O�D�M 7RUC1( �, � Saay Prin! v��EV�%1S �TCkI Nk%T �n1.F � r I� - �� ; � i. . � a ��' ?. icsm I}elifFy ���� �� ��• � - � T n LL! G:?�k•]J�f y• �59 .-.iSThRll��u 17577sG'L.E::J�.r G�FSFI E 3 L fi•�'�'�r.G �Ji�FY Nc•d:�.rCG Fcnu i: .�:C '�s6:�i c. .c �ri.E: '� � +:F:Ae5�E34a.fKGaS� .wS'��r�6 H.4G �.F+ �4woti!i'�* a9?759 a.i��n� r•r ^.. vr.r.���v.'i':4r�i',.� CO'f;7f'lqrt rr. �oi ,.:�e��n ca s'.:.Y• �... s, s�.� y,�,�e� ii n r r•. Y� AS c7� •i' i�: -- a.- , �,��� �. �i llwn p.rf,naw �s I+:�hl� ��ammpndW +nd h�ddmg .�ua�u ryeRwrrrs�� n lernnRh' A1Kc4r+aw1 Selk i Coniesl, Wcation, l��grcifqn end REmaval +, 9id 11Es[nry� f'ep mtn i 1 n!v a nrk Salrs Trx $ t Auslion irrrna and OF�s�sirroers # il�Ni6uldrr _-��Ff•T�-?:57� Cwrrn[8id S?2.SW.0�{Glas 73j Min {iid. 6;. 7 SLI f!D lLid Inearrncni S: Si! Oi] EiPdWflpEf7dCd. l.tiP�,:+4��.:��i d: `i; jy'}ar'ttci ����� � fWmd. �'.�. 1� . _- CG�M7�Lt iefrns.Rl�r.rl�reemerd lie�. F�.. ;,�' - n�tii�rK»,�i F ��� n k�u�e•r •. , r� m�v•c� {R: ) o} I�'h wlll !�� callorl�l! :�s ;.s�liir�nrn[ fr�m �•linnl�i�; ial�lzlnr�.. puy�rs �>ay,np �y cashbr cbs�s equEra'eru (seo paymcnt [rrn�:l n�il re�i;,ve a 3v, rtdus[in,� ri� th� f7v. � � se F? � Cr' tJ �11Cilf#i�ISIfHG DAIC4 & 71R�C3 iOf.RT{CeryS lCNHiS R%Al+Q1Ti<1i�5 Ch1�i:fIRIr4 M4 �"AMh#iSi�. � E'"I•:n �,. I i'.I City vf Dallas - Fleef tNana�smrnt - daElax, Ti� Lat #{151-£QUiP-33422: 20D3 INTERNAi[�MRL 7�#00 �UMP'�{t�iCK � $ saa•�� Pnr,� � rr�v�cxx rr[s� krxa rrEµ� , Hlgli Et�ddes• � i�rv,••� Itarn prtaiia —_ � i . � ',�,�, ��i ti� �� j �� 1'� �� �, � � � � ��� . - _ � , , � � • _ .. , ��,� y �liil, ��r. - � , i �� � � �l I n du OS.� f J��:+.:S:l" .PUJ�'�7t^.�13."�]`1Y�:8ff76J4+PPNYrilf4";CYR�ifiiyiryGyri[[hFtM1�QvY.aI�,v4�:r.u-:.t[ F�3�iir7! �if.i'I. S++OYYS �?7657 M:11�5 L1�i11nY.G.e.FRS#�'l.91• F.x1 TI11� ii�; �:lr, ��'�rSi�•�V�P e3:�7:: fll.[[+IH3�e rt:�liV,�i��Sg:144�'i:ll:[i �LZ'1fl�illi•:.�• �Cy•..:•�•n.,.,..e •.:elt!e'�J n•T 1i•:.1 �ii �'i �:••[ �:! I"� N r�� 1e�� Kx4u�;�r�E g��r�� rd i" si�csst J Rltm �rrevi[�w h, �pnldy rnarrer�rrrJr�l n�ellwl�iir� rM1K�K prr+xrAry�d wvrrjy WHoprqKM 5r11cr�Conrx+.,l,ocafion.lssspe�c�ion, md Remaral ,f 9id }{f slory Paymen� Inla�nd5airti iya f } A+xtlan Terrres andl75ulafsrers + Cuercr�tltid: S`•9.:�"vfi�{pid.:8[r1 Mlnli«!: S'�9.SDD.{}p leid lncrrnK�nC S:'S9-GO iil[ftluig Citded: h!oR faug 3� �t�7Css �U, 3 5r. a�ri C7 ����� + FlaeriC aucl�an [akYwisr Cu�t Us #��i�fl�ement Fi� Fl4ps Sn6e,cr�6e ��r�`���' �a.� Af� I[r.nls arr sv14 AS 14, ri'1/i��iL IS ,iE3 S�Irs f InnE 9'rrr,cw whrri �iu�.tii�•Ir t��.•?urc l�:•del�n$. AdAISIOFIdI FlL�S: n�uyrr's prrn�lu�i (�.P� of 1SW wno-i Er �o:rLrcd ns scs¢zr-menr f�om v�;nn�ng 6iddrrs B,r�rrs paying hy ws>> or cov+ rqu �.�a:r^: �see paymrrx scmr} rro.:� rccaivr a 3y6 rebucuon in sne EP � �'� � �`_fi �% V eacr,ow��s.,�,� nasssr.e�N�s ipCAT10l1S rcer�sccoKo���aws z�Tetaos�rs NY1AVflPITFS ^ k�acl� s�� L::[ D�llas E5p - [3allas, T7{ e:��: . :n i.cst # G01S: 2Q1Q Heidel6erg PrintMaster, �echrzo i�r�ns & Fi�i�ielherg [:aior �c�ns�le � r�[ilnolrs�Tsu !u€xr �r[Af � . ~� ` '� F- � �~ '' ' .1 �l ,--.> � , - ' f S 1 i . � r� _� ��a.ia.�� �; ��, �� �� � a� - Lr��� ■ � � r�W ' y a��1' �p , � - � �5.; T � . r ` . � �� �.i�.lt�5�� �' 311Rp1�L15 �� lO7�JG615 �• •- �,��- .. . . ,� r . .. f4,'� ' � � r� � � ..- . I[cr�� €]�ce ui Is . y.�l �* ks•� \.� ' f� � ti• � � � rt� � �. � -M rse�, .� �' ,.i �`' fg "�ti �. � �k" � i � � -� � T ,.. ' ti• � ayr},�' �Y 6�1 h�;+r � l Ji�:� �� .�T �I�•�r"„���iC,' •; � lcc L-G'4 NT.=a'L�•g:���r��ur_cwr G�Ye�� Prpt� :���p m0u�� � �i0 t:-7 Fwr Cc�4r 9F�'a�l� anc �n uc►e y�nusy:�:? r�ch-.� ;��ns m.�7p. i3E:��] i•,0; ffe.aa-se';Caia• GSniNr n•.5ae� xS:A l�:� tores ary �n uT.}:�o]yy1 y��.R1ii^aG (�.�GITIRk ���c31 7:��4r,r.se:!a[i3 a^:9 arr eeaAS 15 �'� �i�i �i n�:•.':G 7•1�:F;.7:'•.fi :.�.e e�s ::� iaL'N}1r:1 li�+n pre�r.ew �s h�hhj rrto•nen�n4ed r�4 Oiddr� ar�eh�wt p�m .v�nG ii �tro�fy Or�ccaaaGrd Srlkr Contac6 Eaealinn, InsNectiun nnd Remuvel � Es isl 1 i ist o�y ,�, � � Save Pr,rrd Hi�h Rickle.y. Currrnt 6Sd: M in Rid: R�p lncremcns. �i.�7:s�isf� ! ��-sr;� 5: rtem•arin:�?1�' 3�5,254 GO;o:�e 90J 5 = j.54ff �0 625�S.ES�S ��, �.ia� ?, 2823 os ..; •: �75 p n C T .� ri G+ .� Q n�m■ �wc�d�en C�h+adir tcnNci u� . r.r�,wNr A}qra��u HrMa FI�Q� YuR#ulb� -- Qs: k !a Lis[ DART - D�llas Axea Rapld TransF! - Dallas,'fx Lat �! ��4�84: �q�] A�tB[]� 1 C:FiEVROLEI' �XPRE55+�50[7 CUTAWAY Q ��kncrus �ieu � �' _� � ' •- Y!� �"''�'�''.'. �,- f ~� . E���� �_ } �� -- -- � - :�, �� 1..' � � ' �Y '''Y haxr r�t.0 Q r• ,. �; ;, � f'r��Y x . ��� � ' � r .�`�;"�� � �..�.� �:�` �[e m Rr t ails i;. � __, �'I.�1�FULLr.s.'F'i"nti�Lf:�F�.FFf�$��:I']•.."h}5.C• F�la:TrF:C��.i T'Rn , +..�Yil.'..-�ij ...�4l.•:;I'il'i54C.[�i..i"I tG��:�ir�J�+ �.�ir r:no:vri €+.ni sri•E�+ �•a 5H4wEG � �rass tir.,[5 ���n, SE GIFFFkFh' inAti OGG'�E'FR� sr: atr,e�GuB:G:n�:25'E: raS7rt�F HxS•:F+. �. ile'n: 3•c++3kR'�L7'A"Y IYd��:lti� ;?'+tiC"T�:��� vn•p�s _ hc•ro�:e e_s!r�] a"�'- e•c �:�7 �S 15 YinEF} 1= rv.�'�C �'�RF FlL4'i/5 �n��li�� rY f.�C'+�vr; ltwm yrrvw�. n h�arl� rtrcummbnA►q �n� N�4d�r� wxho-ue pr�vrwi� .s xLra�l� urxvura3ed. SeEler CnmYarti ioeaiion. Ins�ec�ian and Remnval U!d li�unry P�ymrni inln xnd Sales Ysx Auclinn Trrrns and LY�ula3mrrs ♦ f � 'h � � S�v� Print t1kgA Hiddtr. Currr.at Sk4: Min ri�d: l��d ��u.�.rcrrsi- 13Fddhng Endc�r7: �'•u•:�er S-0.1Q� p0 (�asds 7?} Li,150. QO LSQ �14 Man, kug 2t, �s723 ae ,�,.,a�1�mcT �f���G+ ■ � .. nom� �f.alfnd�r ConmexUll� L�M�1�'4iur FI f JI�!t1M711K . r� �{ SI7�SLrF�w �� j;°,1 � C� v A�1CI70.1J llS7lI�F� OATIS & TIMii 16CAT•`0!f S TFRIlS L CflMQIT1Uti5 C'�T[t,aA:CS MY IAS'OR�'CS +SRldrtkrr+ui frrs R txry+sr s prrm�ur,+ �pPj af f 51p K�3 pr tduKcen as s¢�e�sms�n[ �ronti w.nn�ng t��daers ��'S C+Y'�8 by [esh or Casn eqWnral�rr, �se! gayrm�n: [e�mS} yr::� rese��rr a i�4 �e��nun xs mr 9P � [�g� I �f� �F V RVCI�L:Oiill�lf;C 6�ii5Lllu�1 �p[/SSJFlM1 fi(fW.4LSpkbl�fGNk T.►7iGpll�s MyfJV�S]ri9 r"�JSi.�.d��i: Fort Wvnt3� 15fl - CNS • �art Warth.'ix ca ; 3��� Lvt ii 62d: HflsAl�T Mixer � rYrEYI[7�tJ•. �� � u .q" ry��� I� � `�:. �' � �� r ..�{, � � ! �;,�t:_;`=r ,. . . �' �� �' ~ ��. - ' �Q Item �e[slfe ..i��'•H;9AF'r.rl�INo-39.] .iia•Q>1.'7G's-eal ,e,.� n�t'� y�� .n�„1��]aON�'�i lS'aF�l.iti�'.� CL��1�'�•l�l;'�i V��e7: �S�i[� n:i ::1�.e7 d'=.1'�e .G!D R.:'! ifr��kf i� n. ��r] YYF��s+ti'�f.� �'^�10 E� �.�'�11�: �LMR �/1!F#� 1 h�llh re�;qmMani{►fl Nd S•�]�Si� w�M+w* r�TY�w.� �1 L1rrv���f� dua..ared. $rlkr Cunf ac1. Lo�[�16un, Ensperlian and F� ��a•. �! SiS �3iss ory naymant €n1n �nd S+�[n Ttix h e� e[i�r Tr r ms and Disc I rl mrrs a ��,.. �..�_-- y . ,;.,-~-~~.., ti ,,�,l+i� ,, ,, � � �� �� � I y.a �� � �� �,�:��� � � �Z s HS%T 111 W � � t ♦ � Yi:�(t1 RipolY- C ut trn; !!Jd . I.tl�� �Id E+i ] �rxremenc. €.�SAi�nK 1� ivdl'[i � � save Pri�,t !!'.kl;�y'7$ i5.1Gt000�6M7s 65} is, �Or. 04 E f d0 DO ie. I'i..t . ....' 1 r[ I� , .. f �r G• � Q � FiMC�M %Rpid6pCJ�l1dM: . �CPRiiLLLI/� FtfthWi��l�I4�IiH�iMlf[ kir� �'� $uhwl6R .. Adsla[sunni Fre°s. A 4iryrr's pe�mium (�IP) r�! � 5�- w.0 ur euc.rctni r.: :�car�v rn� Irtlrn Winn.�u dy.Ydp+S 6vyera payl� py cnsn ar S�sn e�u�Ja�rn; (scr �ayment;rrrres) w�ll rtic�rva s�9e act3uri�on in snt �#. ���`� „ � ��� . 4� AyCTID=d l i'�`rF�t� �ATFi i. 11Y'1 � 1(:1 h111'i��i :i I[Nt 6 i ii�iCl+i�;Yti: .- ��11 i.�� i:l+4 lAV FA4�6kITf5 •-Br.:itnl.. tity of Datl�s - Auta Pound • �allas, TX Lnt i121I5552: 2(]19 E;HEROIiE� W�LF CR£EK iRAVEL THAILER 4R�sw 2�, 19) � ����Tt� /�7Ci 1ikM � 4 I � � � ��..., l�i.�fi ..I� _ � •I ., +���'�4�' � ,r i:i�� � �� � L� � � ���:� �'�� � � 1 t cin ixl,�if s � n .:•r . .... :�19Ck[i�C��EErid•_F:+Elr'i::{�:FA,nr :�i.E�a;f �'�••.�r.•I �:i�i.5:`:CS�ASA�.':�"r5? NFSAU'-'ii07ii�lf: R5{EiGi!tlAAiY�fG4T�!Lf N6hFY air.:�rt� �r�.+v�aRr.�w.v �SCkx��su �or�C�:nON „� �:s �"o•„ :<�:.��.saRh ��e i�r u�,� r5 �wr�EpF r5 �.t- �r� �Y.RFF-4'irl'�S �m�1 �C qi �rp.�T1�d !l�nn {Mrylaw n Nxli�f rnwn�nsMr.l and Wdd�y w��cwr prarser�u�ry i5 N�e�HdY dn.r�rr�qed. Sclkr Contect Las�lEan, Inspec��n,�nd Rrmwrl Fiidltis[ary F'+y�hsrvl In(u.n���Gfxlrs TEx llutl i6n Tr [ rnY �t�d Qiu leimr� t � * � ♦ � � Save Pr�nt fi�� [iir7de�r. Ciirrrn! 13iq� Min 13id 1►id �ncrrmenG fVtdd:nF I. ndc•rl �_'' �;a i:3, 754 D�7 �G+ds i 54M L�3,00{] b(1 L:S� DD r }�i:7,:G;�et ;'�:,aMCi f �r` C�■ ■ t� +� �� �� f , HoR�L' �qi�r� �Iqi11�f CqH�I[R lN� ilm�JlJslt A�SR I;iblp f�qi S�b9Cf�d Aqd� I urnal i rn. a au�e rs prr�r���m [BYi ae �DY+ w�iF ae �a+isura ne sea�rrmn�� from ri• � r; g�,aaers �aeyr�s pa��ng ny rrsn ae e+sn rqurva�ens {sre pa��+rns scr�ns) rv+� �eie��ti a�k rre„cc,pn in !�r tsry �� 's � ��) �' �,1 Al1CTltlNL4lTiHd i,1,�iE5671#4FS ibCAiltlfii iiPoMt;fi7HC1�TIApi C.4TfGQ41ii MYfAVd�IfFi �f1.9:� :.. .,�� Ctty a! �a11xs - CitY Stare • D�Ilss, T7[ E,r�t # �}D4: �by 3rd Row S�ats �, $ 5��� Print � � „E,� NF7{T Iff?I Q � � . _ �.�, �... - -.�, . y:.w... � ' � �f ~� . i � � - - — � HIgT Sldder_ na-•�t� t CurrrrnlStd si44.40�b+a: 33] � I htYn F1id: i'3�r�.#S a ! RVd lncr�mCnG SS7 bfl ISldd� endrd: T�ton, npr 5. 2G2t es o� �a.�.ta:� cT ����� . . �� +,-, � d i . i. r..r.+. � � _G�►--- �.r,�� ' s 1 . I [CI1} jJE3 AIi4 � L�. ...� �. :i� F.. i 1 . . �. �.a: L.•.. .-. ... .i n�. • �.•NF�apYs71 st�ORvNi`u C4�iPi'SC'� � ..� . �ra•� �ir w,.�:sd .�a o�v � . �. � � ••�[ef �S n� 7h �.�? „�;�=R�•�'.E:.�..p,..; �� r.�•oterC R�m prryirw if hVyhy ��rram�nw+drd anA Mdd+nyNwi�yn prNirniriyn uronyTy dixoura6�T Sclkr Contr�ct, locaSfvn,lnspesiiun pnd kem�ral Fifd Ni�rory P�ymr�t Mia �ndS►Wx Ta�� Rartfan icnns end6i�[f�ime�► } # + t �_;,:.: _ . — - — - �y - ,;— -` �- , , , ' :�: '+�+Kt�9�►�►e�+a1�r. ennrxuus: rern�snt�c'�'.,�,me�t - � � , .. r•.. - _ . .r� a �'�`�� � . '��': ' �ISC11�1,` Iwdnwr�d rres: h n�p•r� :{rr 1+iu�r. ,E�� o� .G'o w.�i n� Cq�frc�r0 nc S�iS�rrnQnZ l�arn n.nn�ny� G��v� 17v;r •: ��..v y�r�g hy sesn Gr casn tq�Hef�nr {fer pnymen[ f crm:] wnc� recr�ti a 3�x rtaucunn in x*�r fiP r� ,a � � � � AIf'CTlOPIIIti�MG OAifSB'1{NFS fCTChT16N5 TFFRI.S�.L(!1�[qT�0YA5 FATi"GGk1Ii HVF1/iffl�ITfS "" f,,;::Y. r71.., City ot DA[las • Ctty 5fare •�allas, Ti( Lc�� ��I l�: JE7��1J IJEFR� RIDIIVG MOW�R � � �avt �r�n� Q �an.v�cxr.nzu Nex� rrr�� ---- .�s r + r, S ti. R �5 '�r � � I � �]F '_ .- � �� �� ? � :��� � �j�' � � ' �+ �,.'� . , . . .. � - . �''' . I � .... . � 't! ,� ,, ��F�.� � :�-�'°'. . - � , ';� �., �� � .`� ��'�� _ i�. �l'-i � ? °' :_:,� � .: �.��1 � ���� Itcnaf?e�+ik lar J': 1Cr,ry UCERQ ,�:SM p �� •'•G �.�0;4ER +� °a•-.e a�e r a�YYK7�4r� YJr:•s•�; C�.�•:;�-.7 � � �.. �..ne ��. a.a�sa .��n a�e 5o c Y.L i5 �7HFAE �3 .,.•x yr 5h RF cA'1 "li "a �+i:� ra a• �.�p•r�; e_ Ix.�m p.vrw. n texa�lr �r.[wnKxnikFvd arod blddre,y wimwn pianewi�g n+va�y Aivaw�rd �elk+ Cvntset iacwtian, ln�ptxlivn and Remwal (tisi 1 iistnry Payrnrnt in[a �nd 5alss lay Ae+cd{nn Trrm� aMi�e�lmees � f f } r�ty�� wetlrr: �e .: .:u s � Currrn[ EUd 3�,��50 00 {p�as. �:9y Min Bid' 5:,744 d0 B1d Nncrrrnrnc S59 U3 Biddrnp LsH1td: f�an». ;.� :3. :�1:1 �� �b = � �}� dar. �-- � y1 �i+ � '� — ,..,:-. -- �fam� iYreskor+ Cde+,dsr eo�tpr.tlis rE�er�1414�r M1Sreement ►ie1P Flu�s �' Addrtiw�el irn +� au�rr': µem4m;�A��t I5%w��� r.c tn. rcer0 a! :c�^.�r'r�-nc rro-m winning u�la�rs ��iypry �11� G� C�1T9 d� WSfc C�WvAI[f�S �Se� �lyiriin4!llrrlS] W��I f�t��Vp ¢ 3i! �SOWCZ•fifl �/IlFQ 8A �� r»� � � � � RUCYCCwIli5liqy OLiiiiTaMi3 �q[Rlif}!py 1��M;4�:O�Isi1i01Yf fAF«(s!P{S ItYfAVVRIT{; .` �.71A :•'+ �,y fo�t worth Isa • WNs� - Fart Warth. T?[ aac,,r„ L.ot # 7,7.�: 1AC[7F3SC7N R31 iT R��AH-!Y MOW�E� � � S�v� �r�r�i � Pnt�rious �rc� Kfxr �rru � �...� r li riigh [3rJder �.;,ecs CarrrntBed S7,¢Q063(pi7� $67 Min6�a SY,3G0G+� lt�d irxrcrn�eeci t� 6p pb �Vdilier� E rw7tcl ��i, .��7r 4°i, i 012 nI .. .+: 9a a.m 4I ��7Ct` � i �7• � � � � r �r' i t �L• ., i . : .� � . ��.�� .� . ��-.-i � � `�`r ' '�� r' . : �L��.' ��. . . � � �9 ��r. ��_ ��:. 11rm t]a•I z+'ly ,,,, c t � ! 7 �wCC•Ls�.•.i, •a�l<aA7.a�7piAis::C:.7��1�::1:a.. �1�1•�,hcn9':F•.�rl...^I•As;TSVA•e�[�E.;1'�� i�� �r�na i�� n�,5�_tiQ�ti}� WCk�'��:Gtt'.GRrG��:..�, iSx x^s�w rr ua�a.p a�: a..G sa�d �.T'i w•.�Ff e �S..r• h� 55'al F.k�:•�[�S .*�C� �y A1 a.y•e7a� 7 ls�.n ryrevrr is n�nr� ��ton�m�+sdrd �ud a.d:rl..�� �.ahPNi 7rrrr�ru+�+S ti1.+unE�Y d�Rto�,��ayM Sllk r CanYrrG Loe� 1.ion, ln�pe�Ctio n and Rernwal [i6d r1i►aay P,�yvnrnl lrcfa and Safe°1 lax 0.vcSir�n irirai sndDiulafe�rers � t + * y'. ko-rn� w�cskn[rr�nar Ccr�ueeU� rumWr.�rA�rtwina�u ��p iM�qi suRwrlhrr • - - �.�5 M1At1i��Ann3 Fres r;:s:'�'F!'g �IEP(IiIJRj I�P� �} tS� �4iI� Be ca�eC�ird 9t :rili�men� fr�yr.n w�!v�•ng b�drlrrS 8u fcrs paying hy �osh af easi+ rquwait�h[ {srr payrntht tremx� w�il rciriur a,ih rxduci�on in snr BN -z iy `Y L J V � RU:.TM�Nl44l1HG QAT€Sil1Mi5 Ra[RTIdHS 3'lll�Sy«�.qA1TEf7N9 E�.T►$RIEfYI IVYiR4'fJRlffd � f�. : f. . i �'.i Fart Warih 151] - WHSf • For# 1Nvrth, Tli EJ�[ I;i� r� Lvt # 101: �C�'I3 TMC1d�lA5C� 8U5, �.1NfT • 741 � TFES46LF5 rrfwt % fa'��•' / � � = _ .. ... y�.. ,.---. �. - � � Nf]Ci IFiFI � ��`�� � . ��� cx �� I�e tn i}eip [Is ��. �.i :�':7FI��� ��n: _: E�. _'.i- 'f�i: C�iEifL C�¢F F.F. �I•P 57 'd•5:..�_$�IdiS£k'S Ix:�i r.�:, ��r.•� :Hi]I'i: i7A?{ 7.f�.&5.41'.ra::�af1F:i>>GCf�f665G.K.4�':<<F �hS•f• C��ai C�: n pi •r.•�, m�77�e �+7h�� r•i�ms G�'n Fi'e z s�a1i ar atti►r �•1u�C�'�en� Pii� �R�a9 r.7 �i*►n�� i•:�n S•a[� ee^.,c�i Bui 7�! ex-m�� �� r�rr•. �! rm� e� a�r.��.cYi�r•K rne G� �-a�rs1� on•r Fes,i,r.r-i �o •r;� �s �n i�e and n� r���e o+��'ar rema.�� k3 r•rc<at�a�.c d: �ra+�s �r► ��� 4hf:�iG14'.y T:qFI: '.fj'`-�-'':.`� T�U!e a•� �:: ornr'.v�:e t'a:e: s•�o a« �c.: xi aS Y.'NEFI IS.� rn q47 Ya:Ft.e��s;f: -'ic=�re c• e.p•e�ti.� IFs�+ee gr�w n n�hrr rRcommemce� .nR t�dd.na v�K�rHn prer.w,nR•. srranp'r aiirnura�eA Sr11tt C e�s[+c t. Loca1 ion. In�yec iio n a n�1 R een ova! Ridflheary n + � f�ayrnen� [nfo and5+l�ti 7rx ,# I�ily�li 13itlGH. C.urrinl 1iNl: kil in [fid I1•d irklcmrni !; ��cungEr�c�rc! � � Sav� Pr��et V1' 4 �'T7:<-i 3�.4[}D.04lqlda 13�j SP.,SGDfl6 E' �iJ fA : ��. i�i t,1v?a a: :•:=2arncr '�:��i��� �� Homt A�rr,dan C�ppiM�r = '��Cons�ee Ue irnn�n�r�e yrww,� H F !�► +�p A� SuF,tuSb� ndan�a�� i',�. A uuyer'S prein�um S�P}qA' 154j wlp oe [Qnpned aL st[ilrnferYt i+6n'i winnfn� a:iJalprs tk��r.s paY+'�g ay casn or ce3n rqu+v�4fent (scr paq,rent trrmsjwll� rrCr�vr a 3'i5 rreuclt{Fn �n the BP 11pGri�2 t�1 Ir..� 13 �i � { � r�/ l � ;LCiiDNI�fTSkC LkA![{{.�II4{y IpCAT10+iy TFkHSLC191ip1TOpn(1 CAiEGORILf MYiAVdRiYfS �+C.S�k �.�1�-. %xu A&M Unl�trs[ty - Col�e�r 5��tlkn, T7[ Eri � �s��r� Lot #i U�-�5381: Viking Prafcssianai Gas R�nge wl�-lood & Hao� P�rrts, {�} W;�i'rrtir�g Or:�wers � F�ri.r�t>ut �r� u r�i xQ ir� u� .r � Ilern D.tr[ails � � -- •� '`-'-'.' � � ��y P..s!tiia�•� ���•. �aA$a .} _� H]]�3►•.] N:_a T�� _.l:�Viaih rg G.��..u�: L�� i3[.]n _ ..�ed�n ,4•:. �t�'n� r� r• -',Kr:O'xh tif6S:ryi'dG.n'iI�:'•ib'� �r� rss.yna��•n��. ra•.;i ,: .+ e�� 3vw l.; IS Ii�YCAE lS h[H !i❑ ���a.F.Fx�i�iES �m:. .. ;• e.r�rszn HE+n prxrrn c► hiXhly rrtepmmended and bideing rr�hpua �rsre-wm� �s staorgFy a.xcweayvd Selpe r Coa� tee fi, iuu � ion. uis µee �}on ah�i Rrmavel ISid liistary F'symem In[4 and Sales iex Auc tian Tc r ms e nd biscliimces � •'�:�s ' � / �� i �:.L,* 4. . .. 1GR' r L'J � ,� ���. . �r � ,.� � � I � � r � . .. 'w�r �' � �-. � _. .. � --- _" � � $ S::v� P� irii t1,};h �iddrr. �a:+:tylct [ �irrrht Etld: S4,g00b�}{h�(t5 BA} �!i•� Bid. Sd.9;4Dt: �' �[1 dfl[7evill+lf. f�d fl0 r!utrl.nf� I nqr-rl� . i, i,- r. :.. , ��� � � # � t riam. r.n.� c.�.nd.. �oniui:tt ` _ �� w . � 1 + �- �� �� , �'�-.� .. "j�„ , � . p.�. �. 1� . ►� AddiS7unal �crs' A tsv�rr': prkrn=um ($Pt of 15i4 wm Uc �ex�r.trr! pe sttSl�mrnt fr0�nt wir+n+ng GAde�s Bu�re�s �ay�ng ay tas�e or ca3n equ�ua�r�= �sre �ey*nsn� terr�s] wa � re��rrve a 3ri ra0�rctrun in mr ep '�� �"�� � � � 4� A+JCYIp?�1�5}IN. �wS[4►71�!LS tdCR►16k5 TiRAISiCqlf51i1aFFi [RiCG6R�CS s1Yi1tY8Ft1F5 w [i.ark S., I.it. Texxs A&M Unlvrrslty -CoIt�P Sfatlon, T]{ Edtt'-:r.��t Lot # 42-�3�9(i: Pro;ectars k�i'"rs•�rl.�^ ��!:s f_ __ ' „��y �, � � � �, � � t �� �. i �a��-^•-+..s�� r _�� hl7ii Ii1.M � . - .:� ��. + rw � � { n r � 1 �cm 17rt�ii� � �5 �� ' ��`�� � _ _ • '!� f . . . ' l ,'���.. _ �'-- —_..�:.ati...�.__... �� � ��� � �n..0 �c: tii.,-':?� �.13C�'li�iiG.�lh1l��[L:1fi:�iL:L•'1-I.C-'. =S� `i4..�r�.i FbnSiiM1.4 Scny.Nra��l.s�r:�:•':'a7= �;-�cs33� j:•�=:ef.a. nr•,rgo�s. az•:cy3es �:•�.�:+s. •r-:�nrs ax•�a:s�� c��•:o-�eas A• ��sms ��� n �tik7.-�'ff1: H'PRI-i'..r-. C��.'+�i TI•�!� uNafs a•.q��m11 4'HPC d':] iia [C'*� kS i5 'rrHE�F Y3 -.i�:n hry rikFF.,+.��`�F: �-�p�.a0 ar e,�..*1�.a hi�p<W.�w n A.QAIy iHamrnena.d au.y 4�4rf� rRFouf �irwwwtng �s �Fia^Ch' dniawr��,ed. Selkr C�ontaet 1,ocaRian.lncprreian and aemaval ttid fiislory + ♦ Pa yme n I lnl a a rrd Sslc� To � ,�, � � Save �r�nl FiiJ;T1 QFd[FCr. �. u f f Cni g,li :' �n fSid' :; �� i�►��rrr<r.er I � �Ict�rif� Fr.dr*1 ❑Sf+[�v5r�� S:.SS��tbids 70) sz.�a o0 l53� . . , �i.. : ..... �, �y a'� ���•:'5 � �`' �' ��5 �� �l ;'¢ ff � a•'i ��� �i ¢�� 5�.��� � j � r�o+nr �Wrnan C.�lrnd�r taneaee u� ia.rrr�nrwr �:Mn�n� rsr� �,�,qi Sutisti46a TE�CAS A&M UNiVERSITY •:.w�''.��• _.�"`-�i��'_�:"'�r�'� �'1�-Z�:�T:.'r . AtictiiiqnlN Fees: +� kcr�r�': prernfuryi �9Pj �i �5�1 rk�a b� collntra ai :r�;�'cmen[ �r�n� wmni+sg a+,qaes B�r�ar� pay�n$ Ay tmxh vi ti�h t�qu+vaEens (.ea paymant �rrm�7 wr i r�teivR A 3+y rYCues� �n {n tr�s �SP. ,�f Ll �r � � �r' RVCTIdN LIiTIkG p4fff L 7ifiil LGCAl10Nl iL[HS R CpNOf}IOiiS Ui[C+7R14S ITY fAV'[Y�kl1[S � f.;.:: V: :�.- , i°.I Texas {4�M Unf�erssty • Ct+lle�e Statlan, Tx EM�[ �;r: i�, �ot �D2-23s�i; {A�pr�x. 5a} I�ikes �' � 5av�? Prine � rtstv�ays �r[u r,rx� rrr�r � �:. �` � �����'. ,4r ,,�,y .. ?���. � °'Y: _� :�I Itrm 17rta�x ,� l71 C:-:SA1' Fy{.�0. r•.�'�I� �; !� �r•L.ef - l 1��:.11 t��a'�Gl R•� s��'C���f w" •[i'"�:.f:� i� �.'��.1��''Iti �i �IV'1FT[�iU CJ��v��Oti -+T'Yii �1�k�n�11 i�/!�'J S^J ��� L7��1 A� .� '/rHE�{ ij e�' :T� T�❑ v.h5rn+.'iF: ..,-.�.ra c� �«:.s�r� 14M. prar.ew A A�T�Iy re�ommend�d anA pidp�r� yrqAwns prrr.sirany it yxvq�Fy di�rqur�pr�1 Salkr Cont�rl, Laretlan, Enspccti�an +nd RrmarRl e id F�istory R�yrnCnt lnta a�d 5aicf TaK R u n lon ire roa and Disdai r�a cs ■ � �. ►�Y � � • �"-�.- y� � .-.. ��� " . �• . �;�. s , r �;'�� � i � , ,z.r.: ;..� :�;�},� � � � � �''r�r'��'�" 1 , , x�. �,�� '�>v } � � � Hiph Fii[Tder: Currrnt Eiid: FRIn SiQ: ESId [r�crrmXni lsidrl+ng k ndrtl: f �r G• ■ S:unnpr55+ L1,40D.GE7 {pid: i9j Sf .SSpDFj :�"v D�i Z"u, !un 2�, �07�1 a[ r��• 51 28 jim tr � - - . , - `r"z,:��• ' ; � �ed�r caneirc us � �.� ��� �. I� �,�J � � �i aurTan�y���ri+�c o,�resari�Gs �or��ifNs 1iFUS�tpHIJ1115�5 f.Af4ibvl[s ^ 8h_A ;,; L-:. Texas A&M tlnl�rrsity - C�itere 5iatfnn, T}I L` d�� +� r'e, Lat # 02-252�7: Di�ing Roam 7ahie and �1C1j Chafts � �YALVI[kS51T�E4 e.+r+� � r���y . •s' �'F e �}�� b. �� • . ' . . n.A.� � �, . 6.6� � a,. ,. �. •��5�. d �'� � . � aasi ...� � �� � p�q- ���• 'D, }a�� r +. ' �� .''�- � ;.��►.: ^+ .._ . -.3 . R �� � .A �� � �` '��-'��,�i .7l� �� 3' �' �4ix F ''.`� Y,1 ,i �'k', � +� t .1� , �� �,,�;�,: � � :, � l�~��, •' , �..� � .�f������ Ilem �c[ai�F ►iFM fTFiA Q lf��;lr Fiidrlrr C i�rrent B�d' M1.•i+i Bbd i:��;f If14fClt�Gnl- f:�ilcf�h� {.ndr:3: � L6[ G.•iS:67 E.nns Rbam i�c�i as7 I�1i Chy�.p . 7an� ix AF�rar�maca!r 5a� �Cn lo�C . u:a��.5.�� .?:�.:�c'�'s' i'aA7'.�•. �..�rn.;w� �. remy a•e n ��:r:�cs:err. wCan7:G CO�;[:�,s:9>{.,n�e�s cthar,� tr sr�r'a� �--�� a•e �_•,� A; 3S LS�[o� �S fi•!n I!4 ..:.5s.�!:TiES �^,; a�� �,� a�a�as:r� Ran pea�r:eaw �s h�nlr �v��o�n�rnuoe anu nedm�yYw.chmut prevxwiab �s scio^Lh' Qre��wraya4. S r4kr Can i ntt. lar�l7o n. I n xpeclio n rnd Rrmoval [t�i d f li sin ry Peymen4 MFo and Sa1rs TaK Auc[{mn Terms and Uhdaiai�crs # + � + C� MY FAViflISLS �f � �:: r,rrr F n n [ S::S4�;G�: ]Sy S�SU 00 sas aa 1-�,� l7^C ?.:921 R: ;:,, e r ��i :'�: ;Qrl� ;� ��,� � F�om�t "' Ixcv4on Grhmir �one�ez LF� iannwur �rwr�rM�u H�ap fAqa suncu4b� . /Wd1�![e�ral Feci. A puyar'S pr�mt=mm;BPt si 15N wilt De epY.�re;] ;it sw::�emrnt irom.ti�r.�,ing Giddrts 9•r�c+s pnyng trytn�.n or us�� r;uWnEtnl fyrr pa�incn[ e�rnn] w,il r��i•.� e�4y rG�uenan �n me 1GP. i . !+3[ :�sras are sraid AS LS. YWFIERE li Ri{ Sales FseaL Peevae+v when passi$fe beF�re SEdiir� RadrtiareaF �ee� R huyer's prQmiur-i {8F} =-f �15Ai wi:l he cQflec[E� a[ �arlimentfrom w=r.nin� �idCers. Buycrs osyng�y [ashor _azh equi•falen: (s� payrr�rY terrr.sjwill:'ecei•rea 39c r�yuction in the BP. � In Y ��) �1 �;� AUG714NC1SrIHG pATES&'[E�1ES L4LkTIaHS TERMS&COHOkTIOkS CAFEGOAIES RiYFAVORiTE$ � Fsa[k m List Texas A&M iinf�ersity - College Station, �C ��t # oz-��ao�: �aH� aE�u� �riury v������ Q�x� � 4_�.. � n�c'r rr�+� � '� , _ R ^.�y�. I 3t .' � ��: _ � • �,r""�`� - � - �' � � �' 'ti � , .r,N��u py II�F i 'Y � � , � T '! � �� f.r ,�,�, , a � �• � ' ..� : r,. _:�:.-�:� :� � ,� � ,�� �._ �� ' �:: Etem Gefa i�s ���� - ��.. � �� � :.z: �� � � � ..� �Ar .:.���. �. � ���:��� � � Lw �: ?f-�r:3 �uV i"sd Sd, �L�VE & 6L7�Ek �I �F! GC€�C r�SiCT ei 1i0�.3E:1_�SG,�gr� ,F �TUCJET![ A�T�YIFICS. tiCC65 �iiYi GA�[�'Y 0,11 Hr�n„ e,�r ii i L�yk•yO'�4Y LL'ORI:d:G eer-,a -ror+; „r�lr- uci�r+n�x s�.:teJ r.• c i•r �uIJ +c t5, y; �?[P,[ I; �.�i.l i�iO �V �[aA`aTiCS.�.���rc� ur �rrp�rs�ecl hec� Prer�c+� c. h�+y re�.ammerMed ane tiddi.ry wdMus previct�� e S�rar�¢f drua��aged . 5e1Eer [ontact, Lneation, [nspection a� Remwal 6id listory Payrs�nt Infa and 5aies Tax AurtCoa Terms a�d Discfadmers * * + + Ffigh 8idrf�r_ Currtnt 8ed; Aiifl BI� 8sd Ineresneret Biddireg En�: � � s�u� P��,� P,mays�Eltl 48.1 Gfl.dp [�i�: 9i ] 3E.�G4.GD S�OG_0� Thu, Oc: 5, 2022 ot G::3�Z� p.mC ����� - = ��:— - _ _ -- -- x- Hn.r_r"r �i�iune�� �'rit �yY "' 'i *Se �,C.. ylq5. Si!I�St�e: Ir c=_,-- _ --- - =_--".L:�-:" "'a��. - :��.ik�4�� �..,;...�. �•�Y.- _ �'.: - - adar�d r�; R[5:7�•rr'� �rrvmnlms6P)r7T 13� yyi�l �; callprlr{I rC t1[Llamarll frpm y,lnnngiaid�j�nr 9irywz payi++u isy caxh ru caxh rC�rvalarr. Sssa pxy�rans s�rmsj m;i ncsr�+q � 39a r�uc�+tw, rn [hk 8P. � 'S �'T" 4`�� AUCTBpIVL1;11AIG 6AT[3LT'�ifS 14�l.flOks 1[R►�SSGQH01ilpliS � � .. J ' _ ' . • Trinity l�M1ttro - Fari H+arih, T}[ . ... r ... �ot # D�; {3 P�1lcts} lf,-ii�ch & 2�-i�tcky Wheei Covers pr�ucwe x �s r � f r.E ?���I �—'�� �: � ' � � . . � . �� �• • ��, ;= A � � ��;� ��� ^ � �� ,,. �,s?�;: :M. • � . �a-; �. �;� Y c� ,� h� � .,:� , � � �' � � . � � , � �. T � . � � � � ��y' �, � ' J�,• ��� d� � ,. -.� �.' � - ' .� �'. '��•'!�`, � � , �' � d ��,, � ,�.� ,,� �. � �� ► =6: J. �. n . �,`I �� '� ■ ���.��� ltCil►DFL��St rxxa if E �u � 's►YVw� M•:t 16�.-.:n c�a::.� •�s•.K'r.rr ��...-s�a:o..=,.,••�ir:nv'•:c� fo-•:. C�*i� +6 .��L �p 5� ticM1 ta�.�e�� Scsr C•r��• ¢5� ;h•.:;d•ki'C .'r�r� a•�� taay.: j.�. '�r.�•r�� ;�a ���i Y��' co.x� 1•i� ;'a'.SP� i'a+��H511: $ri�7 �in R.t• ���7 A.� �.-���,�-+.'.R�,7v�^:wCtrrr.:iL�'.C.:'::.2•��...,:<ra^n.iesia�aas�3rrsc•'esr: �...l�fi:r,.• ti[• Vrs.Ri�•�-"r'. -•: a.;:•r•;�'evl�n hwrtp►lvie�vish�ly�rrvw+M�ndMIAEL�frq�(�aRhouearo.4wi�t�snnrt� MKiNxa�r41. �tl��erGvliiiCl, �,4Edtlp[M �iHPC�C'�YCK19SYd �f11Iri'6i �al Q i�.S�OIy Payrmen� lnfoand �laa Tax A+xFkan iaims ar�d pesc4aimers � * + � �/ fA?F.�JR�IS i I ;rh ES+�t1rr �..rr�B�G �I ]rr[rrRycn[ ... Ei7.•t�•!f._1rr3 L) MY IAV4RIfiE3 �''I � Save Pr�r�t F r*.us:SS S4uJ � Re �z E93 Si5f1 p�1 4r•4 OA r.' �'�. ka� 7, 7G7� as �+ ip nm C T . ���,� •��� �i . Nknn� ,Rue�bn[apitidr Cap�actuti i■rmwrnr.+�qawnant N.� Fl.pr $uaw[h� �_ f1A IC�+nttlaSfd i��_� �;�j �t C�) � � /�UC.]lptlll4TlHL: 4RAFSF.11u.[% �C✓«►itOMt TiP7JSSfC]T161S1CiH} C/�7LGisR]CS H5'i14Wi.1F�Eli � �8[ii i� Gi53 Unlverslty af Taxax at �apas - Rlchardsan, i]( Ed,[ s�cai �at a ��.�a��s: �o�.� FQ�o �-�sn Pjcrc�P � 1MtF`VI[711i NT1�M HE%i IFki�F � _ � } � � - � • ?'°r"�r' S � � -�• ��} �• '�� - . ~�� , _ i f� . � 1 � _ f�; i �icm t3et+iks n L .. ti�+ . :_'1! IJN-`J��55J SL'F}R€�Eda,+S; ? 7 :. P4SSiE�_E F'I:.SF 1':S'l£_ +.O'�_•I'1.1•: _ , .'.G2.•. :r.:`:�; :�4:: ;' .:1. 4.': k•�TFr SE�f sGF,L39�71. i1A: T4T�� Hf: 1.¢Y a. !am: arc .•� _�r.r'.�a�,tiYY•�Fxl�.G CC•4CeT�Gh u���oss ��ner,Y se su�e� an,} a�t ih.01.5 :: WNE�F s5 �n�;•, `.�'• Yras F,�!:r�;; �•++r y6 v n.C•o�saa h++n P"erie.� �5 h�,hy ea[uc�+n�nawa �ne Maa�ne �r�na�n Mrrv�w��+g �: svQngly dri�orra=ed S�t11er Contxt, iq[aifort, Ifli�l[CIiQ71 �MIAEIAWd� Bkd t11slaiy + ♦ 1 • i �{]t fS�ddrr: t� ll fS'f'� Q%�' At�n EWd: 4s::1 irerrrmrn[ E3iddin�; Ersdr6. � � Save Prrn[ Rl Ai • �: 7 iTY 1 97,7t70 bQ SpidS 9fij S7,r�Ud.rh7 S;Du�+y ".'[;n, jun z�, Z(1:1 ri ,ii:.: C�9arnf'T ����� rayr��ns ir�ra.ed sa��� t.x ,� _. fiadsi:' - l�ax�[ion u6r�dw tcnsist ua Faf�►Ws�trJY�r,�we�ec N� �I� Su6wi�r AA�liir[�r351 I rrti. �i Lil}rr'; }�irn�iuny;(�{•1 ul ;5;v v; H[,r c� r� �r=1 a: ;tap�cmrns irorn wmning dan�*; Bu�rr: Fray+nauy texlr or ca5l� et�+iiVa�erse Isec pnyvrient serrnsl wiiF rr[hvr a 39a rcC1V!fi+7n+n t��e bF .� .. . F��� .... ��.� h�![1 � unn.al I rr� �1 t5�t�rrr's prEmium iBAyaf tyay 5yj�l G� CO'r@CCtfl a! sl��lemtn[ Srirx sti.ienin� �.ct�r.��s pus�rrs pay�ng ny ca;n n- �,j;hi ��urrnifn,s lsee paymen[ [ermsl vrlil +rrc.ve n j%r�0ueo.on m snc fl� �-� ��_=i � ��� �� � liil"ULfA11 C+AIC56itHf5 IOf,k}i0.H5 IlRi+56CGNf�71�H3 tiNlii;�R3f3 NY[dibRil6�i Unlversltpof Ttxas at pallas - Rlchardson, Tl[ f 7a i;r i, Lvi # 38D�3: HALM PRINT�H )E?� PRE55 � � Save Prrf�[ � • y .. �' - �t , r„� - `' Is�F�re �i�drr: fnvcl(a�rmaCnsnrs � ..�, ..r . �r . i' ,�, , �;;, , , -� '•r�_.� { � �- �� . � � i� . r!'�. � .�'r A�A +�< ���� . t , � . � -�� � /s�.� ' 11i - . � T �. � �� ��� � , �.�. �.-�.�e � -��� � �:�. ��� �� i � �.�.. •� �� , � ;. ��? �r� �`. ��11" �i r��rrn u�t.�;�� �� .: r.�-� q�:, rr��s___���_.:�F �:�::;e'• -t•.tir3_�� _.�-._��•�i: :.i� rt�•�� �-i �� :�.r •.Citi�.�'elGRF I�� CL".P�ii4�: �� rs� •a:•�r�n�3� ���ta: r�q e�� z; 39 n$ i5. ri'NEF� i i ri��r. •:r J hf F,nL� if5 �•^�'s 1 cr e.pra�e.s 1r.nm prrraw n i:gtel� rreamrnensne a-�N h�d�irqr wRnoue peRr�awirrF is �sron�Ft 3�H�wr.yMr� 4�[Ir� C�ntac4.iarallon, I�spcctioa and Rernaral B id �lislury f'a yrrocn t I nlo a nd Sala: Ta K Auctlon 7rrma and �[�tln[mrrs * t ♦ ♦ c,,:.�r:i �a,� s : s�a ��n�ea. �) �; �n B;d 3.,»506G lS+Q lnc.rrrnen[. 550 kp �s� tct�n�; � nrsrr� c ��, �.��y �8, 7�2i a� �-. �;�:i li0 nvs. C1 ����� fS6�ilf �pfl i..IN�IQ.M {OdI1Ci IJI 1511 rccros .9�r sc7FA A3 15, Hlif RF !'� f�l! 5�Is-s V�E+'�ri 3'rr•rirw n'he•ri }µ:tisitrtr Uc•f�7se vi�itf�n� �ecl�aiwxy� Irrs: :;��� r+ . p�e�rxum iFiF�� c�f '�".'nii' lyc _niln..tC� bi setllsmrnS lrom �+f.nr_ing ptddr�: iiuycr: �ayi�7� W�L11 tdil'E W1li rpLYi 1pp �4y ICdtICLiOR 1!s tfi� hl1YC�5 j]Yp1��M1lm �,I i jy �'+ � � �,1� ,;I!{ f4-.�h lltlfltQ OAf[S L 11u�� 1��i.Fifilq5 I4Yv.1� �, i�yy(IlliiiyR i: A1F[.�.•I;�.�� �!T 34:>>f��iE7 '�- Eiv[k Sa List Greet Iaws7r�axurcHunt • Fort Warth, i3{ !vt # Z.21: 198G FLEER #57 MICHAEL J�31t1]AN CA32� - F�5A NM 7 ,� � CRACJEQ 54vr P��nc � s�r;Y-t�(1.r� Fii�?,1 hY-7IT fiFM � fE a I�f ir ' �. �� ..• i S "'{ _ _...___._ - _••�� �� �� � ... -- _- • - �'-�. � !� - . .�, . ���.1_ r� � Itrro [?tt�4► ��t:�� i•).!fl�C[RY57RtY,1+0.[i�i3CG+.tii1+L:i[fDa�sGdR(d.y;af.RAG[�*iLi7.CCfrT •�7pR:�:7 [L� 1CY�3q At ii� •�e n�n ��i IJ�Sr.N1:1YV'! N�7Rti�NifCiV�1TICr'� �irlvs..�nNr�N�tr u+�vd.YaS n�� u��:1 A; i5 'hIIFF[ �` +.s�h •G!] YVn¢I.l.,��7ii•..n �. . ,e.i � :.�•.] SvelsrContscR,►es4lWrr� inspvcdion and Wrnwo-al f id H+siory i'ayn+erq f n}� and raaFrea La x Avc t ien Tei mi a�d L� yq Iaim.H y 0 � � * t H� Aiddar �gun^. Currenr.8id: 55.�{CQ.6D�b�d� «1j Aiin � 3S.S�].Q9 [i�d Ir�vemaree 51�5.pA H+rk� Enda� vrad, :�p 20. 2�:3 as 45r1665arnCT f M �a+ fi Q � ��!' IkiCdalF.t�rlrnE�r �cnr4er ui rrtrt.i,�,i ` _ .. , _ � � PROMOTIONAL AND ADVERTISING EXAMPLES sf.�s[i�is Il�ti�t±l�n� 11bv�t. FAQ.� H�i -° . �`_ws Dallas - - .� � � �,�- �-;x '�-,�.� � � � P��n�r� �ti - - Dal la�� —�° �,���f��s fmpewd.d v.E•<<es � � Fleet & Equipment I I 1 � i � , � _ _ r � `"1 - _ r��+ _ I � . . ���g�� ,� i � � � •"�� � • a ��, Ir. -. '\. � _ 9 . . ; i,:c rauiprr.cnt �' r't.. uc�•c�" .. .�. r �� -- 1 _.. � _ t-_ ' — � � i � � w . � -- = n � _. - � _ �, r �.� �'+� ��� �'i:L , ��j � �� ! ;-i; � �,i ;'. �';1. s _ � • `L�! � _ . ri"['�i _:.. � � �. ,� 6ank 5aftty �, ^a :. rseposit [3nx � � LJ f'� � _ �a . . �.w.�w ti.�w � � - - f:tas�ng Wedneulay5 � � . i � i� � ,. �r„ ' � Dn�ine Auctibn Calendar �� .� Tvesday, 7uly Z3 7� �� �_ C_tv af Qallas, Fexas AuYa [�ound � ]uly 19 - ]u!y 23, 202A � Lat_ Include: For+i F23�. Cha� y MrEibu, Cn��ry Camara. 3eep PetrisF, Niszan versa. Badge Cherg�r. Audi :+?. 5��ck Lucerne, Cadiliic �S, Vcs�resak� :•}atortycls. Honda Ci�ie, Qadge i7ursngo, K�a Cprima, 6odga� InGepi�. Girtcoln A1:rk LT. Lsxus SC4G0 and 3eep Grflnd Chsre3caa. A&E ia�vs �alEas� Texas July 9 - ]u3y 23, 2a2A ��'"�� La[s fr.clud?: f/c: !i ���- 6�iti; ilarano, 6�•?1�1 i5��: podge „.enaer, Cha:•ralat Sil�•=_rsdc. Fard Fusion, Fard Focus, Hona� C�i•it, ftsm 157C. Chas•ral=c E.-�press., 4'edga Aarn, 8ui�k Endava, Fard Edge, Cha•rrcketTands, 6odge :,c-an2e:. i�onda �dy�s=y, S�;�k LeSahre, �iissan l+l�axima & Al�AE� � , IdatYs F•lotnrs .�' MATT�� Gainesvkil�=, TeKas � M�l'OBS ��w �3 - ���, �3, zoz4 :vts Incl�a�; :iy�ndai E1sn;ra. cui:k Rdg=I &.ha,rclek Si[��rada� Wednesday, ]uly 24 Great Eo�•ia Freasure Hunt �-�-��.p'�S{j�� Fark �"Jvrth. 7exas •�7��t ]u!y S - ]u!y 24, 2029 �l L�tg Ind� »�: ]e���]r�. Lees� 5[orsgs, Ifztchea, ColEtctihle�3. Currency, Co�ns and h14R�� Rfa6ania 5[aEE T�reasury Fnrk lNnrYix 3exas 3uly 12 - ]e�iy 29� 2624 Lvis incl�c�e: ]err_Ery, Eoaae Stones, 1":atcneF: Cafl=_�ki�lsa. Currenr,•, Ca:ns and !.1^RE'. Oenny's To�ring FoH Wc�rlh, Texas D��¢ ���y ii - a�w za, zoia � �ats Fnctude: ��� L'oivv L'Fiy Fru:;c, ppd�e it�:tt iSG�}, �edga Io�rrtey. C�e�relet C55C3 E�Y Fru�k, }ii_�an Pa['�r�nder. C^e�.-�fst •�amar��: Fp'd F-i5�. Inlin�ti „�4•J. Fpr�_ Fus�an. M1!aada 5, Fcrd F•75�- f�i �a^ =!h-:a i�.�� �-t�'s��. -.ez�'a ?.ccord, Ford �ie�=tz. .r.r._:-uIR: Suaurhan :,. �=.E' - Tn+a Pry NJrerker Survice Ralmer 6. ited Qak Trx ���}uly 13 -]uFy 24, i024 a s �o!r In;svd�: ��ct.«. scA.��c 6!•1tY 3-��r�es. G�e:rolet impala. �crd Es��apa, Sig Tex 7ra;ler, rfanda A:�ord, [i�asan V�r�a. Fc�c u�l�*e�, Do��rQ C�ra�d Caravan, Ford Mustang, fprd Fa�us, CnAvre!?t S�a�<, �ae� ra�rsp�ss, Fii��an n?tims, pet«r5ilt 364 Tuck. Audi R4, Ci�svrclQi Tah�a. K,c� �a�l E '•!�-E� ti?:��r�s 07�22��4 Vnw CDm fP ete Avrtion List In[erested Fq 6e[on:eng a SELLER an our Auctivn We6site? Are yvu a Government Agen�y, Llniversity � S�hool, Lic4nsed VSF or 8usiness with Liquidatiors Needs? E1•4Ali t15 Fvr New Seller inFormaLSan! �oraai�a nucrro�s �'Board' G,�.� Z. c a „��. �r-riaF�c�n �MNlA =�.i , : ..-.T�.=3.'i Cp.�[roct ~ [-�.`crmatien !Farmerly Natic�al-[�F � TC7E1} �p � � E�S Contra« f n�orrreaticn s e a� u r<� d!� �� :� i[1 i� s � _� ---' 1 •�d �F 1,3-0L f�-:Lf� S l.ei � 648 t� �- r� -':� rt�.'.— • rr-^ . . " �t'�-:-- �. ' �_ .: f A7'.'^ -- ,. �� - t.�11Ra�d3, wal�n„ 8,�.faR, 31 �k 3�Y blLLS -i.. r��'� "�:1-;:,>i . k: 7fA:.l?: �A.n r.� S�v:i� Gd �•�z��r�nr�e. Sii:!.)_ f E-v li�r_�ry• � __]-� _' k' :�] E.eC GMYII ................ Lex i l�l54 _; � I'[� f�t,� ({:f ��? q ..� ' � �kil}Q�R i YI'ikSHlHCi44M1 QUAR'P�1RS ..:;�� �i:i��� "' ''� i �'"' "' �.' , :-7: I },: r:er� tla: 7.^; ii: CkJ i". c. - i N.117: fi•til�a•"..•i�:: _:}1 � ...... Lee C�eli� i1! t S� ]:� ` � r �� A �� = �i R „� - '�• "'•���__ ' � "• �,,� .�- = . , _ -�. � S41SiQR6 ML15F�U�['J . ..�. ,x i � ........_ _.. ia l ?i::.- -.�. , $=i.1: �.L- f� It r k:'. 7�4'� I}. L~i'31•L•Hr'a!1_ R,�"�lY, r ��.� rar:�.�:a•i; ..n .:_x�� .., L.CF 14yl.l�l� �r ia-�e�1s I � .�.� �,. , ,�. - �;��.. � r���f�,�� . . � : � ''-'� =� k R.� � • ,. � A1I5r1Wn • J4I ire�,ars►i - Juft .tiddra [l�aind See� C4t*�p�il.d Ila�re ■ . IfirA�cv I� , _ .� Le! � '15•1 G � .� � j�� � ..y� . ar ... Y�Ad,SN b15LLA11# 3 e 0lia n �. _,...,i . r ..• N_r _' iY-f C�:1'_.-s , Y� �. i.. I.iPfex:, }.�;,y, CY�J rv_•vrn.•�! S��]AA: 1 �++1 F.'in•.�ixrr� " �iF. 1i'a Ld! dilJii �a� r 2&'J9�i0 ;� ■.... ._ r ���� -�-,��,� _ _ _ �. �� .�;,;� . '�+„� _�.. �--_, � �� :14i kitSSwed v.�-P3-ipaplpfR SfJV _�.. �. i :� : _.;r tiU'[N'93CL;�Y:G.l, S.`.�i_ r.e��e.�: f:r.�.+: L"rl i'C-11i'Y-i S'� I}, 1 !�.a 1'�dir� �i�:1: .:Fl [!\'..+:: 4�5e 4�er�is !•✓E F o5 :SedB _����.1 • �� ���� �-� � �3 _ � � 1+�A2 d1eC i�Yl,Nx vAn� . =..e...i ...i.iE1n_.S: _�•ia-i �:1;:�:n in� }t.:ia;il: rnr,eo� �r._�_i�_ �:� 1"•.'if�y•}- S2! I:_ � �.v f'a ..: i __ _ ..- 'J:'.I L7! GMJ9IS a.as4�,s ra ' A _���'i'' ►'' -�, � � � n. +.s-.af � [.a!! 1<358 _; � � � ��� � Y�Il9,�,iY, RfACf L ! idENil � W L' R�4 LLAiI S '-i: _...... . -..� .. _u �r't ',k:i �:�.'s , S ]'.�.1}:' FAr�re:• l5�i�t_ es� :•�•..rw•x. 7.'., �a: 1 i.• a .ei - _'r1 �k,`.::7 Le! drerls Lv[ 4 503111 _, �. . ��:�� - � �- �� -_ -� �� . It,d2CH�VR7.ii34 �Ugl�k�,h! '1�J V � . _,. .., . s: .,�'�.e•J c1:L.::s::" ", 7 '�". l:: P.EnCR:. 5::�:A.L- Z'd7 !'.'e�r.�� � 'j�^� It 1 f:'�+ 1'��� . � . _ -'•1. I _n . �U. l.ca 6r�aJi LaE �i hi-�5 7 r., � ���: Y �• f�� � �: 1�dR� [Hr'1d.i LL' P ::�����triAb4 i4CKuf L8E / Ti26G ��-, . �R� � �d4A6lR, LSE�RIY 3 lAANKLIN Kuues _ 7�i�a:r' f,rn�i.. L.n�is;L'eSffn_t� II Y3:��:J u�-.��. � :cu H d f'�.t�"'i�1'- 6wS��@1 �•--��=r�s�e-r-.. :.�. �.r.''-' lat C�rr�la !d[ � :J •5�4 _ �F�� � �`� r ��'� �i �� _ �. �Od3 Y�1FI.Rlill Y315�d iu�SOk[YCi.! r.� . _��Y:�� Y i-A � _ I..S: ��:: CAEJIa:4_ ll 5:._ � ��� � s: �,;a il�3l-efY--rn_ 9:_�:ti li�Y �eTtlld'4'c. .. , .!I'�i.:.• l8i 6�%iifl •;� LOEFuS��'Sf"' �' �g r= � .. 30d5 Ni35Asd xLt3a� h� }i' i_.. .ai �S:l.�:s:�•_: ... .," t � �: ; _F� . .. 5:13717: rA ii e.:. ss�ai �r: e� � � :,.��.�-, ti^�i u_ I i..� . �. .ni , _". .:I-. ".f 41 LtX B�A�I � I..CR�i7315�t± :t � �� � ���. +. � , } .1 ....�... . _... SJ.n a'i'i`.2:i i,:!S�.0 �t�1!'1i�1-�YIf! L:X':.1 i�-Y�1A4L1PI'ki ... �:i'I :.,F.1 Lpf LtiIfAF/l Ldi / ib�iiA�i] 1`-„ i ,q _ _ � � ��' � � Henf• ��eseA �Mt�d�r Ga�e�ie Ur T�rn+Nhaa. �anirsfe inhree�■ .. �.. - .. : �.� «,: .R.t: ��n if�.r�:l ..�� r1�.Yl:i'� ���p�l��� F1+��1t � E+�����rt�t�t _ _ —�r_- __ � - �� �� _�. �_ � �.- - �� �:g , �..� r� � � ��. . � . _�. ;����� �� �._ }. - '-�� �-��- - - � �� �� � '���'` �� � �. : _ "Y r 4 .'• �' � . , • �:. i . � �'� f ^ .ti"k �-r -'�' "`` r M � 1�LL� ��'','_ n.,�`.' ', .���� � �� , ' ��"r' � ;� °. ��'� : �� :� ` �.�".,;5 � , �1 ' 4;.j.'�/ i l 1 F _ . ._ � '� ' hr � ' � ti .' � � r ' -a. � '� � � ������� i � �. � � �� �� ' , , �• ►�'"�, � _ �- `�'� � - �� _ �`' � -:� ,� � i �� � 4. _- .J�jj• � 7 .� � ; `y' .. �, ,.��`�,� . � I � �� � ■ � � � � �� � � � � � � � � F�r`�d F���D� �I��#���,�, �5�'J�r I7��� .���iF �r C����� aur��r-r�r �'�'�frr�h� .�T�o�''�� ���1�: ����� Li:��e_�:t��� Tr�il��� F�r� Tr�a��r;� 5th '��ti�'17�ee1 Hitchr ��I�����i�ed F�i�e� ���I� �nd i�i�RE" � rr�f� _ _ �-� . _ _ ' �: , rt—::�-ra. s� n�^�:�:� :-r*� --�=� �-r � �-: . �w.r«w' �`«""��i .:a'::�i' 'J}�I'"�� 3r" :?i'�..4�_=S'i�� T v'�.�'�u"s��. w • -�Z�—� i���:'i•����5� ... °�.!'«ti�w�:l;$ ��. !'Llia. —�•��•�«iai � �. T��� ��� ri Li F E � . . � ��1l��� �4 . � � �� . � � �� � �� � ��� C�o�ing a7��,��4 : IQsir�� 07/22J�� I �� � � _ - � � �'`�� � �IAIC' - � . R �w.r.M.rwMr. � � � _ R. -,. C���1n����` � � .?�+4 �I��in� �17��+4��� �I�sing �7' j 26j �4 � ' .~ � �� � �� -� � ?�` I '� �"�• �?:.�;j ='Y� ��'�d� . - �6ili[ S.i1��t`3 ' � . Tr�y���su}; � � --- ,� �,, � : -= ck,��� �Y ,: Y����I4 I :r-...-ar i.�.. � '� � � 1 . � =i: r-,..i, • ��il�Sffl� �i`Cj!!�''S�L�e"'!}�5 r � � : � A . D811�� Au�i� F•r�t�n�� Ppr�#n�r8 T�¢ap�p u na� �i 1f�hitle�i C_��� �af irvi nz� �I�t $ �s�viprrSent �li xrr�ri«n T•u�vin� Pil^.st Paint ��p��,�r,��a Y�hi�a� Ci�ky �sif Qel3� Flu��v Paund y'aEcE T�a��s Irr�pa� undfx9 V�h:ix�ex i�Na LR C�'_+.m:rr±er�.�- i1�a�vr�rs�i4�r - S�rp'lu�� & Clti��#y �ark� r�a��t •� r� �����s iieps��9�s�d � �r8�9�iaa Y�}'uuc�k� Th� �Grr�t ��azV�� F'r��� u.r� •H v rrt LIo��18i �ra�d �v�elrg. �a�ari� 8� C�+1!le�'t�ta]�9 �'1� b.a r.� Stst� 7r ��.� u ry. €Bn�t 18ir�r� �w�rr�a �saan� � �s�IRr�c���b8� �i#y ;�f Fa.rt �'�rth �2�3: �1ic1'�riis'i Tres u:p�:�El:a T•;���•an� Yan,��vt►d� {��id�F�s ii$'C 'h'ru-k�r Y�p�vrade¢i �dehi�l�s LfT iJ�l[�s �TdiVCl�3���T Surpiu5 d�ein� 5����e Trrsx u:r�r lir�c9s;r¢�.�! k-vv�]r�� �Caies � t�as��;��� f �YBL T� ����r•.Y � I� WBia�.sh Tr� i I�rS ' Tt�1dLf T=:,.=r�:���_ �.Iga9a�#yr ��r} � �i�+r�e Cm�r�i�iatex L'W'� T:a�vin� C�1in� Irrep� u nc�tiaA Ve3a.isl�s a � v�'� H i'4'►'�� Y1rr��k�r Irraps� u nd�s9 ��i� ic��9 B��r�d'� T�az�in�4 (.i�P b :, iraapro u n�� 1��h.is l� lPT D.� I E.� s 11r1 i�r�r-� i�-�r �ut,��u� i}cn n}�'� T��.a-ve in� is�e,��+vo�df+d i�C�li�'��9 T�a iw P r�� �,+k'rr-k�r Irre��suaad�d V'��aic'I� Pur.rf��k T;�t��in�� Im}��v�d� Y�aieq� P r �-T�ra�.w+ �' r�� k�r %t�x�+� u�na9�a9 V�hat�� �+atl�w v� oua F�+c�eE�uuk �a' 3.s��}�¢�.r8rna Hi T�h T�ss��wia�� Lrrp�p�a�d�ed W�laitlE� Tarr�n�t �C^��u�a'�� Ti�S F Tr�parua��� Ye�ti[9e� Irva�s� I'S€A Fir� Tr�i93eea� £,q�s e g�a'�rrE �JiSit �vwuv.LSktse��tia�n�.z�om fror tsa�ap9�+kre ����a4arn ir�f�trraE3i�n. Te�as� A�M U niu� r�ityr � , ,� � - � i ' � - �--�;�x. � - ti� � }� '� y ,1 r I* ��_ � � �I~ �,� ��� F � �� �� - ' � W� , � i - _ �[;r ___ - �t� .� ' a � j � � � � r . �: � � * r. ` s�-'- ?, A �r '�'�'� , _ . �l���n� �u�� i �.� �a�� �:�e��:rr Up��nd�rr �.�ev� E�pr�r� �`�,n, .�prilfa ��ac:t�rp Bi���+�le:�, .�.u��� r�fi�:arr T�� F�e��irata�r �it T��tr R�r��ert�r�r Stara�+� �a�l�� ,�.mpr �u1a�P��a�err '~-•��LIC74� E�e,�iSr �7I�"'�= and ��'i��E:E '�Ia�r� ��� ��ni��� T���s ��ll��� 'f � • -= �� - �� �_� — '�� '.f^ i `� i vs ' . �� - �� .� � �. �y�� °�' - � �[ �.!' ,. � _ � �, � � R-� �'` .+ . ._- �. _ . . ._ . �'�, � � - � � L �� �� T ,,����' � y i � �*+_� _ ; � �. �'` w�'�� f`�r • � � _ ' _.� ���Sli�� �IJ�'� ��r ���� ,=,,�'� ��ontroll�r� � �����r :��,T ��� C:�rtr LsE`II 5-.G�TI�L��'�T��r ac��l�� ��ar�� ''u'��nr G'�11 ��I�nit�r�,. ��ptop�,. i�lill�r '��'�'�Id+�ra� l�'�rQ��4l4r�r ��iIC•i�� ���I-J ��3����I�C� st �i�i�f�4�Z y ^_ -:.p: �� � � a � � m � � � � � � �' � c -� � a +' � '� � � � r� � o � � v � � � � � � `� � ❑ .� � � �' � a �-: c � � a � +- �, o � � ' � � � :- �� �n c � a u � � � aa -� �, �C�.a� �� �'. f -� o vy � � � f� � u� � Qi y � ' — C � � '� C +��" w ��' ����� � � � a � �u � � � � � � � � � � � � O Q p .� M.7 � �' � u �7 u � � �1= � 1l� �� �1 ... , � ; � � . 1 �� ��, � '� _.� �. �- :�� � -. 0 �� � �� � ;: ��J �r . ��--- �-.- ,� _�,. � �- �� ���. � � , t :� a . f:���: .. � =� �. --� � � �� ::�_� n- � � N C G +� u � rit � � 1 � v � � � � � �� ; w � � � � � a� � � � ,� �. v �� e� � � � u u � i'1. e,; Q.i �q z- �3 � �vl � � �r � i7 a � � y f� [7 � . ;. � �,,� � � � _ rL t.� � � -� � d.r � � -_ . ii�. � � � � . il1 � C� —j � i. C� � � �ji , � �i � � . � � � � � � � �+ i„i ,�, du �i; � �*- � �, � � i3 '� � " � � � .= �� w"' p p .._.� � L.1 C�V� u� �_ � � � .� L � � a � � .� �, F a• 4�� � i� � � �� � .� • j � `1 ' �T `'� Y � �� � ,� - ��� 1 f• ~ � �. �t� ' f•ry a. y.Yi1.. . fI �� . Y�:' ° i , ���'�� � � : �. �� ��. *�. � �, � � � ; 1 Fr ` � .� L� yl �. �• �. -� �� :. .� � � �� � � � # � � � � � � _ a� Q � � �L+ ��5 � T � � � w �� •� � � L � � � � � �� o � ~ �L � ��J'� Q L +a i li'1 � � � r� Q1 � C � Q � � � � C.] � � ��� � .��� ��� a � LL �� � �["i ��, j y � � r,.a � � � � � � � U °�' Q O ��� � �, � � a �"'" �1 L ,. W a � � � � � c� � a• �� � � � � � � � � �f �.�. 1 � .� � 4,�� C � .� 4� � �� �� � ,.� � � � � � •� � � � �; � � � � L-- � �� � � � � � {� � � � � � L„J _ � � � a--� � : � � � � �.:, � �' �+ �; r4 ��' � "� � r�� {,�'j t,-� � l.� 3 cU 'u ' Q � � � � �. � �` ''t �., � � � � :� � � � � ' � � � � ` , ,��� � � , . � �� _�; "�'��_ � _ .J� J � � r � '� ���� � �� 4 �� �� .� � �. � a �yy I � J �r ! i J ��� C. � Y "m'k I RT.i L��'i �� �? � :� f'`,J' CF�� 5,,., �.�, h�..+ `+— � t�'� � � i r� fTj � � ��-r � �1J � � ,� � � �.I r'- i r—� L � �i � '� i-�i rr � � �J �_n � � �_a � �� f, i �y,,{ ; "� �-:� � tn �'�'��� _ - , 4 '� '� � ' w � 1 .� ,r+tier � _ � ,�+r�'�G �"+ � - -� � - h� ! : �l r � � :, � �. � � - +��, r � '.' y 'h I _ � '� k � I _ _ �. ^ ,'^ 5��� 7 F�t �' •� : � . . . . . � �Y ..� ~ �� . � �� � Y� ��Y�::1� '�X --� �y .� � 'y�✓ I N�1 � J � � ' � � •r � � �- , — .. � , �', �'� 1 � ' Y � ' ' . �: � 1 -� � � �r 1.. � { �- � _ +�r� . ``��yy '.�?�� � � L.i � ' �• a � � � � 1 L.' i � �� l �"'" ' ", . i � '� i. � � ' �� � ' �{ Q� I .+o . �.. � � y ` �'�'.` ' � - � �, �� � - � � � ,._� � � �! � 4 } � "�+ C � ' 1 :•� � � � �-' � ' � � '�' � _- � f } � � � � �" � , , r � ' ' ` i , � � � t�.,� (:� � � ; ,�,� � r9t ' , ,, � � ;� � ' � � � , � - � A �: � F � • �1 ' r • --_•r � i . 1��4' � � � � �' I � � �� � � � �'� � � �� � �� �.�? �u -� r � ' J �J � , ^.�j �� #f �.i' r' t � � � � � � �� .;�:`dr ti^'? i . � .�ir �..'�� � � �+ ' . . �. � . �� . :r i � t� �.� �� � � `�� � �[j r.- t.l ' ". J' � � +� • rW F' C'I�i i ���i `� � �.'�"`�— - f� �� �.• ,� �, � � r � � � • 1 - ��j C�4`� -r ��� • r I �.:�- 'i ��l { ---.. ' ' � � � . i y �� .� i .;� � � r ��1 - � - � A �'+� [,. � � .� � � . ..i � '� � r^ , �'3. ' 1_. ; � :� ,�+' �17 " � fil � � r-� i� � �"t �0 �., ;, �t � �-� A � 1� � � �i� � :"3^ � , �, �.- � _- r} � � � �.-1,f i. o y+�+ - �- -? � ir� i i �� r" -i • wf F"""' � . � �i � � � w � � U � � � � � :��I � � � � �, � �=i u� ,� �� �::� � � �, � °�T � � ,-1- ,.i:�� t'. u � G.� � A y +: r - � � � L..L -� : � . � l.i � � � � � � u�i � .� �7 � � � .� � u � � �� �T.1 � ..� � .� � � � �� �� � � � � CG � � � 42J � �'r � f � �� �--' _ � �� � �-� � J � � � 'h'� � � �� C� w � � I,"� i�.. ,�--y � L-:`� '�" J � � m ��� � � _� t' � � � � .� �� .� � �Y r�a �,- y-• r�: c� � � � �� r� � � � .T� � .�-., � � � � � � =C � � .� � � � .� � Q} � � '�-- � � �"jj rL] �� y � •I-1 ��� � . � I l i � � ■ww � � � � � � -� �� � ��� , �� �. �� w , . � � � � . .. � r { � - .: - � . . �. � r . • � � �� � �- � _ ��� � � .� �� a �� ,� � � .:... ;�� ��. � ; , _ . ::.�, � � 5 �, -� ' �'`� `� e. �'�f��, '� '��,,� �, ` .o L � � � �� � - � � _ - - •...�, '� ■w r.r �y ,� .� � � � � � '� t. , .w � �t� I' �;,i� i..� .��,�' Er � �1L � � �� � � i�� 1.� � � � � � � � � � � ,� � � � � .� � � L�I � � � � � �� � � � � � � � � � I� i ,! � �� �' Days vf Auc�ian Paymenty N❑ Ad�ertising Costs or Hidden Costs tv �fients Free In-House Client & Custam�r Tech Support Fede ra I, 5�at� & Laca I Law En�orcemen� Contra�ts for 4�+ Years Certifi�d Wamen-�wned Business with Licensed AuGtianeers. Members ❑f the National & Texas Au�tioneers Asso�iations? � . ���_.�;�, � �r �, �� +: A. k�� CALL NDW! �-Bti�Q-�7S-3335 LSAa�ctions.com LS�aUctions.cam � � � '�� � `�' i TDLR;r 8urgess 7878, Lanford 7799, Surgess 9$$0, livvper 122RR as the Seiler. You w�uld... �4��i1���l�� : 4D� _ � ava•nExs.xar �� � ;�.�� :, +�, , ,.��� i,, l�or[ �1�nriltl: �,�. . • ;�..,�� �:� � :,:,�, _ , . . .,:� ,, _ �: �:;�,� � ra�.,�� . • s r���„� •��'j�ei p��n ' . �. Cnfl� �1'n�i'i=. i�.� : ,1 � ��I �µ ' �� �.� , , � r�t�'���'� � ;`�� 1'I��F� �� �-.:�= . f � '� I R�� N Cii ��� � 1I1l�I; [ I 11 F�I l.� ��i r e x n s � 'l� F U LESS y CiSy o! oallas ; CEn.,x�x��,i_ %�'J�'�IA [xns :�.` �'�RT W4RTH `�*�r� � �*f +, � . Iv�irle �.�:,� «� <<.�.� ■ - Pr�vide a� ExCE� SPREADSHEET 6� 1�21'1"}5 far sal�. Each item ar group must be marked with a lot number. Templates are pro�ided & available to use. � Pravide DIGTTAL PICTURES in jpeg format for all lats, named ac�ording to their lat numher. Provide dates, tirrtes & staffing far IT�Ni PREVI�W and REMOVAL. oe� 1� voie Release items sold _ t. :�'. . �,.' ,. . . .,.� � a _- ...a . �.�R � .�-:k�... ta winners with � Y � ;�.�:I .�,. f _;,. �� _ �:._. �;;#_ F�;�._.�;, s>>}j,����;�,::�,: ��3�e��; ;�-�,�;�r���; ' ,.��•. ;:: -,:E:,;,.. ��:.� �,.-: - a, pa i d rece € pt & � ! C 3'� 'ar..��r i... Ji f3�., 1 a ��k. ?r��c�ar��; `�] .�a i:�_�°�iF•,::� ';� �9F'{�,;aa� [�i�a:jq� �LaiS-{,� � 5 _ '. ' `. �- - �� - - � � • .r'1 '-�•.�L�l�'cl:ya,,,•'. !C�'•`5.���c•�4�.. 9.L'3�:� I.�i.f�9xllll ���.:11�?y�iCfF.'IE? ��..y. 'rl;-"'__. f..�� < [�.� „�. � L..�, �.{[;,6t,�,�.. �...3v � f% ��,'� • '•. IT3d�C�111C� -. . �: . �.�- , �.. ..... . ,��..:�- k"�'�P .. �',y�.�.=;[.:�a• r I�s�-��+fi;- a,;..:,vl: - ..�':'.' I D. .ti�:• ��� !_ - - - - - ,�. � I s:, '_� �:i � �; ; �' , r • - .•r�._ ;�:. �'� _ _ .= __ _ ___: _�.;'";.��:. __..1..__ _ —•-•r....... ....�.� .f_!�... ." � ... �I. ' ' ... .. .-.... , ,..... .. ... � voie _,a.:�,: .ra.���- L%..,Z���:�5��:1�:'•&s?,_��lo�o,:��: _,.��l�j; -.�H; .a,��; ��..-;� r.�,e�r;��,d:�f1°�;.- .'r;,�.�f1�x?� �ia ��:�.i;:;:, ?�s��, � , , , G,. .. . _. ,•. - ,...: _ .. ,. - . �� . - _.r� - rs:. - - �:;3:.,- k - ��i�� � . Y': '11 f� ..f - •ii. ��t `�!. ,�f . 1 . �'J. �� '1 � :-,a• q .:-:5:. _s -•'.Y�=: :::i �'%��:,�:: . �.r��.l� � c :n3;'`�. �9^.' - S":J�`�.'��r(.4�h.��.,f� I?7. �.:� :"Yr''7 �'.i7: � � �� .:Illi.. '? �� _ �>, . . � �R �� ... � . _ ' ' . o .° :+ ..� ...:�,�' _ _ , �_ .�� . , , . ::i_i,. i:.� . ..�f �lc. .: : �. •. ._ . , . _• . „.y��;.. . .. --. .. - �, , .,... . . .. . .. .. . . �.:., . :�:i...:.-�`:=v.•i�� .:r.. , ' �' ; _ � _' -aG�: y : � .::, r_..." .. : s.:2��-� �. _ .. 1:� �•� ri. � � - ..r. :v�S`' - - 1'i6 .�.. - "��f:: . ..:r..r -� •,:.� • i f � 4�• i" 'a" � �. i` � :7"-' v.. .j:� ���y.l l:� i�. -'•s' �1 ,t ,.ra� ,. i'ie a^7 e.. ri � Rx 1. ":.� r _�!.la s�2� ia �`-r• ; k f �... .,� �.•..._ •I _ �:. . . � i� � e'+,3. . . - '•' � � 3 . � , �a'� ..... . i1 � il� 3 r. - . . . • . .. _ .�- . . . .. .-.. ... . . ., . .. . ..�, .�:: . .. -.i ,. .. r ......�.��'.i" � r:. :: �y� ..y;_ 7 ri I1 _ _ r" {'n. U u �( ��:1 -k`i.• �I n'F.^' '�7�'� V�Yi:`�- r �iNi C^ 1 'Ii- :�� �i �al�-. '1. ..�GY-.'3°.:` .i. I.i`r �..,-� � ,.r;..,�..f� .{ . � r.n .i 3' �> 4 `a 'G= 13 �,f�:r�•,: t • � �i �.:•�� ..��r . �� �-. '_' 1:�•��.. �.�.�.1!...I . �Y. `��'�".. . �.. . . A s w � r� '."'R.':�:�•:"�� � � I:.j�'(�:•.��.-� � �1F��� 1� . .... iJi� _ . .. . .... . . . . . ..... .. .. .. ..��.1:� ..... ... "�5�: . .. � �r.. '• • -`:y' - • Z-; ti: �i�3i'iI' `jij 'a$ �yaAY;:?�F=rP'�•` •i'yi`d��s��.`' el���(.'''" „i.'��=.'�����., - - .s: ,� .i {tic,i .,_ . .=.1... ,,i=� .. �. �. , i.f ....zt , �.��.r..3�..,. j=�e::�;����sii•G�r; - �s':(;ii±s' �j��'�v �';c.;r�i;'�� �;i :;ii' ,`:i+;::��'^�+.�;;;�_, .:.._ - f::t= :• , i i,;, �; '" •.i,:iv. , _ _ t. _ f'' �; i ':��II [ `:fi��-+=�f_• iS, � '„ l-�:,rs. _1 1 � TRAINING MATERIAL 1 1 � [ Please f�rilvv+r the.se .�in��l� guid�iine.s ��v�en Icttinq ar�� =f�retin� y�c:ur �uctian iten�s., ❑escriptian�. Fl�a�� t��.e thi: Exce� TEmpl�te Far '�.��E�icles rr this Er ��?f Ter+�plate fc, P••ti=c�IlWr�o�as 5�, Surpfus tv enter y�Ur dat�. Pl�ase use 1 spread�heet far each a�ction. �DC N�T use a different spread�heet r' �vdrk�heet � tal�s �.v�thin � c�rc�d�heet an a IGt �EC IQ� L�515�'. • Identify� each iten'+ �cr grt�up af iten�s�l �avith � I�t n�tr�b�r. . The title line i.� I€n�ited t� �5 characters. . Pro�ide �uanties or appra�cimate. q�antite5 of i�er��� in a l�t :�hen��rer �t�ssibl�. • Ce�.�ri�tions can �� as icng a� you fike, b�t �iea�e use CNLY 1 CELL for the er�tire des�ription. if �,��u ha�e more than 1 iter�� 3n a I�t� �I�a�e use a��mi-col�n ";" �r a peri�d "„ ta s�p�rat� items� in a lot. GO NOT u5e arly t�F.3S� h�rd return=. �r qu�tatian ni�rks s�vhen ent�rina data. �lic�C here t�a vie��r an �xampke �creen �f�ot cf a fill�d cut £an��l� .�pread�he�t. CGck here to Wiev�s an Exam��le Scre.en �hat af ar� IN�C�.�E�.TLY FIL.LEG U4�T ��;rzad£�eet f�r yaur reference. f.�ur comn7ents �re written in r�d sa �+�u kr��u� �vha� t� exp�ct. Imag�s: xFLE�aSE NiA!{E SURE Y�U INCLUDE ,� �OT TA� J L�7T NIJh1BER IfV �ICTL�RE�� Th[� he�p� us, �+ou �rtti �he �idd�rs ta cr�nf�rm the right ��ctur�s are post�d �n the eorrect fat�. Yc�r images .should be no �n�al�e.r than �.�tli] x 750 �ixeis and in lands�ap� [I�arizc�n�a�) f�rmat QhiLY� '�Je recomn-�end that yau �f�o�t all imagEs in a�nedium to �m�l[ sett�ng �n y,�ur devi�e. Shrcrting t�em at the lar�er �ef�ult s�tting :�ill c�use them tr laad �` ser�d .Elower du� t� their �� rge r ��ze. ��`� ask fvr a n�inimum of ��ictures for ���f�irl�� �frant 1 driverside, back f�a�senger �ic}er interior through the driver's door and engine with hoad apen}. F�r misce[laneaus, please �rowide at lea�t 1 gocd quality shct vf the iten�(�) for the IQt. �fiek here t� view exa����l� imaae� fcr �rehi�l�s ar to r�i�av �:} anz�l� imaqes f�;r n�isc •_ur-�lus. ,4i1 images �hould �e n�ntied svi�h the fot number- aE indid�ated ifl the Lci � Cnlumn on yaur S�readsheet. Please DC7 iVCT LISE CA�'ITa'tL L�TTEFt� i� ��z�he� adding them to the lot numf�er nan-�e�. ��t 1'� in�age� should Lat �'� images =i�auld Lvt 3's in�a�es �f�ould etc... be nan,ed; iar ii�, i�� ld ar I�1), 1{�)� f�3�� 1�4) �re nam�d; �a, 2b, 2c� �d or � (1�, 2 �2 j, 2 (�}, � �4] �re nam�d: 3ar 31�, 3c� 3� Qr ,� 41�� 3(2�r 3(3�, 3�4) Irnages can be upioaded �ntt� our Dropbo�c �c�cu�t, mav I�e waved �o � thum� drive and mailed 1 dropp�d aff at Lone �tar tiu�ianeers Fort �':�rth offic.e, t^�e prefer that yau dr� rsot send image� thrQ�gFs en�aii if a�t all pns�ibl�. 5ame en�ail �erver� are limited in the size af fife th�y can se.nd in an email. The u�uaiy re=_tri�ian is s�t to 5 iMS, l��l� �.trcngly re�omn-�end th�t y�eu try to u�load t�em i�tz� c�r Dropbox ��co�nt to �void is.sues fr�m ari�ing. �lease cor�tact us far the �rap�ax �tcc�unt instructions. Additona# Inforniation: If y�ou ��uld fike te add � Iogo t� our :�e�=.iter �rle�se pra��ide it �:vh�n �rou submit your �xc�l spread�heet. .�,Isa, it ia aE��vaVs a gord id�a t� �dd a dir�ct link on vaur c�.vn we��fte i� yvur anlin� au�ti�n iten�6. On�ce YQur Gat�qo� f5 =�'� Li�� �.v� a��ilf en�ail y�u e�irect link to u�e e� �+�ur 4Y'8��1'��. Ccntact Paula N�oper ar 14athi a,vtr�y if you ha►re aRy que�tiqn�. OfFiGe Hcurs 8;3Dam - S.00�r�� h1-F �T Phone: 817-��?�-9�0�7 rsr 8�0-��'�-3�35 a i�6 c�:G K � � � � � � � � � � � � m � C E � � �n�i o � � � � � � � H � � � � � `c S+ I o : E []iw I I � I y r�'a`c`1 � s� E "_ 6 r$az U v �e -i o i _ � i S4 I � o � o r�o i� kn 7 T ��-'��G �a�'3 �� "�' q�i - �I �o�na' ,� � i � � �.'-`., ❑rx LL � Qa n� ��` _Nx F � � � � gi - a� g` s _- S �� o� v3 �^'c� � _ a i � � u z � g� e�"`e :a GEFE g' ao �» �z - ��, �o: 4 b a 2 x �y c� a o. � � N a, I _ x� �a - y, 6 � E a p - � I 8 ,„^, �€ s8;r�� �y =� Y 4 � y^ ' S 3 E� c e . L-G �-'-� - - - � 'r �E �� W ao x. �•_ ,6� �r �s €ja �� i� a - U� �w S g� $ fl _ CI Ce Y - .. .. � v. w .- x .� .. - .. ? .. "" _ L m F t- 1�] y i � 4 M � � },. S A � ., � � a ,a, n N � � v "� 4 �; N . s� «, w =� Y c G � j � - Ii .S � �� � � � � � � � � � � � � � � � � � �13 cl.� � � � � 4� L � � � � � � � Q.� � .� � � � �. � � � ''��,_.. � � � � �--� �+ � �' � � � ..� � 3 C� � � � � �1 � � r--i � ��� �. _ �; _ �� L; � �. ' . . _: f � � �' � � � � � � � � � Q� � � �!] "� � � L � � � � � '� � � � � e �� .� � � � � � � � � � � � � � J � qy � � � � � � � � �� � � � � � �� � � � � � � � tir i � � � � 1--I �4 ��y -. � t',�'*'n. ?�.i c � • i�'°'�, � { � N � T, .. i ; �' � �.. i ' I ; :, , t; � $ �:i �� � � , � �. c �� .� � �' �. � � . --�;� :.� ,,. '�'�.1._t�i(1�� �' ; :;' p� � . � � � 7"'� :� � i"� � ��.., � � " E� � + ��� � ' •."r, �• j���'�i ��` G1 _.�-_� ��, . ��`�=��:ti , � � a . �' , y_. ,� �.� - � � � � �� Y� �_ : -� �� : .��`, �• � ; �.7 I� '� 5 �/ � C � t I ❑fppk��x Instru�tions for Pi�tures ��`a��ll �LS ifC'� � 1 ipJ `-C�^.':�9�OEl� ii115 ri3E55e -�' "'J�= i=�] -�.`. j'_ .... ..__ _ Wejust se�t you the link thrpugh �rApbox �vh2re you ran load your pi�tures. Yau DO NOT need to create your o�vn Oro�6ox a�caunt. Please use the SIGIV IN hvtton �vith aur login: Email: kathi�'�Ion�starauctioneers.cQm Pass���ord: When yaU lagin the frst time [t wili ask you for a 6 dlgit cade. Please let us kno�v when yau get that message sv �ve can fon•rard it aloe�g to you. After foggirsg in the first #ime, it should remern�er yaur de�r�e going fon�ard. ance logged in, it should Yake you ta the #older �•�e created for you in aur ac[vunt where you �an �apy and pasie yo�r pictures. Call us if you don't get the fink or ha�e quest�ons �[ssues ai 8I7-74494(7D. Kathi Ativtrey �vne Star Auctioneers. Enc. � � �` � %� ♦" ']'�� �� m �� �:w � � Lone 5tar Auc#idneers (kathi@lones#arauctioneers,com} invited you to edit the (ol�ler "Elfis County" an ❑ropbax. �, J5 - Hare =� En� tl:r�-c, Ii�3�C �0'_.C;Lir ;o'C�r '�l Cuf :,'�;F.��x 2�CG�:�ii :'J:. �..i�'S �rI[i vU� tE�e la�3n shar#ty tor}�flu+.o .._.. .. . . .... �:i �._.iil:.a�•:..'1� ^ ry .. ,,,,. � � 1} ,� l3p;tlad or drop CrprrLa iplder E�S Im9ga Trnn�Ter a Copy Ed€! PPF -- . a E��IS Cdl]i1t]I � (] Recen.s �} Starred � � � � Pe r � �J = �7 Narr�u fi F�fis Ca Apr�i?Q2d � WhacanatcEas r,todi:�ed 7 mem�ers • Products/Pricing Auction Fee Indicate the fee or fees to be charged for use of the web-based online auction system. Provide a complete fee schedule for this service. At a minimum, address each of the following items listed below. Proposers should clearly spell out and itemize or delineate all fees, fee structures, discounts and rebate structures, additional costs and/or add-ons, what party is responsible for paying credit card fees, if any, etc. Lone Star Auctioneers (LSA) proposes to provide Omnia participating partners a full-service timed online auction system for the sale of surplus, seized, confiscated, impounded, and/or unclaimed chattel property of all types. This contract will include real estate as well. Lone Star remits 100% of gross sales to seller and 3% admin fee to ESC4 within five (5) days of the closing of each auction. Lone Star retains the 9% Buyers Premium. Lone Star collects and remits applicable sales taxes to the appropriate state taxing authority. Cost to Omnia Partners Cost to Buyer 0% 12.5 % Buyer Premium paid retained by Auctioneer 9.5% Admin Fee collected from buyer and paid to ESC4 3% • Is a fee charged if the auction is not successful (items are not sold)? ►[.� • Is the auction fee a percentage of sale price or flat fee? Commissions and the Buyer Premium are both calculated as a percentage of the collected selling price of the item (lot) excluding state sales and diesel equipment taxes. • Is there a minimum auction fee? No. • Is the auction fee the same for all auctions or a scaled fee based upon size of auction or sale price? Our commissions and Buyer Premiums are the same for all a sellers' auctions no matter the size or dollar volume of the item or total sale. • Is the auction fee deducted from or added to the sale price? Buyer Premiums are added to the selling price and distributed to the Partner and Lone Star respectively. • Provide fees for involved marketing of the auction sale, including real estate (residential, commercial and industrial lots), commercial equipment and vehicles. Advertising costs for real estate, specialized or especially valuable equipment, aircraft, large watercraft, or other high value assets will be on a cost-reimbursable basis, proposed to and approved by the seller prior to the commitment to media. There is no way for proposers to anticipate the breadth, depth or duration for advertising which might be required under this agreement. E.g., on June 5, 2019, Lone Star Auctioneers sold a monumental bronze statue of Robert E. Lee in a restricted auction. The statue brought $1,435,000 and was paid for within eighteen hours by wire transfer. There is no way we could have anticipated the need for a marketing plan and advertising costs for a famous larger-than-life bronze statue of this magnitude. • Provide any other information applicable to the auction fee. The Omnia partner is paid 100% of the collected selling price of their assets upon completion of the auction and collection of proceeds. Implementation and Trainin� Indicate the fee or fees to be charged for use of the web-based online auction system. There will be no fees charged for the use of our online auction system. Provide a complete fee schedule for this service. At a minimum, address each of the following items: • Describe the types of costs, if any, applicable to implementation of the web-based auction program for a contracting member. There will be no costs for the implementation or continual use of our online auction system. • Describe and provide the costs, if any, applicable to providing training for a contracting member By way of an initial Zoom or Teams meeting, key partner members will be provided simple instructions and guidance in the preparation and transmittal of an auction spreadsheet for the sale of items to a comfortable level of proficiency. We will provide additional "refresher" or "new employee" training as necessary at no cost to the partner. LSA has never charged for training. (See Attachments-Training Material) • Types of costs may include implementation fee, training fee, customization fee, travel, per diem, materials, etc. There will be no other costs or fees associated with use of our online program. Our process is easy and quick to learn. There will be absolutely no need for travel or per diem costs or materials. • Provide other information applicable to implementation and training fees. None. Technical Support • Describe and provide fees for technical support services, if any. There will be no fees for technical support. • Provide any other information applicable to technical support fees. No fees apply. Svstem Upgrade & Maintenance • Describe and provide fees system upgrade and maintenance, if any. None. • Provide any other information applicable to system upgrade and maintenance fees. None. Other Costs None. • Describe and provide any other fees or costs applicable to the contract. Provide a complete fee schedule for this service. At a minimum, address each of the following items: • Sales Tax Lone Star will collect and remit timely all state and local sales taxes to the appropriate taxing authority in the state where taxable assets are being sold. o Indicate how sales tczr/use tczr would be tracked and paid. Our software automatically differentiates between taxable and non-taxable items based on our data upload spreadsheet and calculates all sales taxes due for taxable items and generates a report showing taxable totals. Taxes are totaled by invoice for each buyer and for each auction and are stored in our database by tax classification in the appropriate sales tax account. On a monthly basis we remit the reconciled taxes due to the appropriate taxing authority. o Identify what jurisdiction(s) would be the recipient of sales tax revenue. The taxing authority in the district would determine to whom collected sales tax would be paid, and that would vary seller by seller. • Revenue Share Discuss possible revenue share arrangements. None. The partner gets 100% of the revenue and the cooperative receives its 3%. o Offerors should state proposed percentages, how revenue share will be calculated and how and when they will be paid. None. • Is a fee charged for a Member to register on the system? No. • Is a fee charged for a potential bidder to register on the system? ►[.� • Discuss how fees are collected from agency pay and a Buyer pay perspective Fees are collected from the buyer at the time of payment. Lone Star would collect the 12.5% Buyer Premium and remit to ESC4 their 3% in accordance with this agreement. • Describe options available for collecting payment from bidders (e.g. agency collect, Contractor collect, etc.) Lone Star would collect all funds from buyers and remit those funds to the seller by EFT no later than five days after the buyer payment deadline. ESC4 would be paid in accordance with the requirements of this contract. Exhibit C – Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021