Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064247 - General - Contract - FarrWest Environmental Supply, Inc.
CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and between FarrWest Environmental Supply, Inc. (“Vendor”) and the City of Fort Worth (“City”), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents, which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A – Seller’s Quote; 3. Exhibit B – Cooperative Agency Contract (BB 703-23); and 4. Exhibit C – Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement control. City shall pay Vendor in accordance with the fee schedule in Exhibit A, including any future quotes, and in accordance with the provisions of this Agreement. Total annual payment made under this non-exclusive Agreement may be an amount up to Three-Hundred Thousand Dollars and Zero Cents ($300,000.00). The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C or cooperative agreement and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. The Parties will engage in multiple transactions to purchase off-road vehicles and/or other motorized equipment under this Agreement. For each purchase made pursuant to this Agreement, Vendor must supply a quote for the subject vehicles/equipment, and the quote must conform with the then-current pricing under the underlying cooperative agreement. If the City accepts the quote and places an order for the vehicles/equipment, that quote shall be considered as an addendum to this agreement but is not required to be filed in the City records. The Parties will maintain all quotes for the 3-year Audit period included herein. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and expires on June 13, 2026. 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 workspace 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: To CITY: City of Fort Worth Attn: Valerie Washington, Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney’s Office at same address To VENDOR: FarrWest Environmental Supply, Inc. Attn: Joshua Bunce 108 Commercial Place, Schertz, TX 78154 Facsimile: N/A 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 laws 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. The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: By: ___________________________ Name: Valerie Washington Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: ______________________________ Name: Reginald Zeno Title: Chief Financial Officer/Director ATTEST: 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: Ashley Sorkar Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Amarna Muhammad Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0450; 6/13/23 VENDOR: FarrWest Environmental Supply, Inc. By: Name: Title: Date: Exhibit A �1 FARRWE ST SUITE 206 SCHERTZ, TX 78154 (210)566-1857 Name / Address FORT WORTH FIRE DEPARTMENT FIRE- OPERATIONS ADMINISTRATION 505 W. FELIX STREET FORT WORTH, TX 76115 Estimate Date 8/8/2025 Ship To FORT WORTH FIRE DEPARTMENT FIRE- OPERATIONS ADMINISTRATION 505 W. FELIX STREET FORT WORTH, TX 76115 Requested By P.O. No. Terms CAPT. ROBINSON Net 30 Item Description Buyboard BUYBOARD PURCHASING CONTRACT # 703-23 H-GAC PURCHASING CONTRACT # EPI I-20 FSV-ATMU-23 FSV ATMU; ROADSIDE EMERGENCY UTV PACKAGE, COMPLETE,2023 FSV CUSTOM EMS UTV PACKAGE 2025 CAN -AM DEFENDER MAX XT HD 10, Steath Black - CREW CAB - 82hp ROTAX ENGINE - FACTORY 4500lbs WINCH - FULL SKID PLATE - FSV UPGRADED CUSTOM SUSPENSION - UPGRADED 10 PLY 30" TIRES - FSV CUSTOM HEAVY-DUTY BODY PACKAGE: FRONT BUMPER AND ROOF RACK - FSV CUSTOM DROP -IN EMS SKID WITH ***** DISCLAIMER ****** LABOR PRICING IS ONLY GOOD FOR ALL PRODUCTS AND SERVICES INCLUDED IN THIS QUOTE. Estimate # 3134-1 Project Qty I Rate I Total 0.00 o.00T 2 Subtotal 45,673.07 91,346.14T Sales Tax (0.0%) Total Page 1 ifth.- �1 FARRWE ST 0 SUITE 206 SCHERTZ, TX 78154 (210)566-1857 Name / Address FORT WORTH FIRE DEPARTMENT FIRE- OPERATIONS ADMINISTRATION 505 W. FELIX STREET FORT WORTH, TX 76115 Estimate Date Estimate # 8/8/2025 3134-1 Ship To FORT WORTH FIRE DEPARTMENT FIRE- OPERATIONS ADMINISTRATION 505 W. FELIX STREET FORT WORTH, TX 76115 Requested By P.O. No. Terms Project CAPT. ROBINSON Net 30 Item Description A Qty Rate Total TECH SEAT - 360 SCENE LIGHTING - 360 WHELEN EMERGANCY LIGHTING - CUSTOM PAINT: WHITE - 3M VEHICLE GRAPHICS - EXTRA TIRE AND RIM (1 PER UTV) - JUNKIN FOLDABLE STOKES BASKET (1 PER UTV) - CMC MULE 11 W/ HANDLES (1 TOTAL) - INCLUDES ALL DELIVERY TAXES AND TITLE FEES *PLEASE SEE ATTACH SPEC SHEET* Subtotal $91,346.14 Sales Tax (0.0%) $0.00 ***** DISCLAIMER ****** LABOR PRICING IS ONLY GOOD FOR ALL PRODUCTS AND SERVICES INCLUDED IN THIS QUOTE. Total $91,346.14 Page 2 v.02.01.2021 April 17, 2023 Sent Via Email: wchandler@farrwest.com Will Chandler Farrwest Environmental Supply, Inc. 108 Commercial Place Schertz, TX 78154 Welcome to BuyBoard! Re: Proposal Invitation No. 703- 23, Highway Safety and Traffic Control Products Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2023 through May 31, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 703-23 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperatives administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. Once the contract is active, the BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, feel free contact me at 800-695-2919. Sincerely, Leigh Clover, Bid Analyst Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative April 17, 2023 Sent Via Email: wchandler@farrwest.com Will Chandler Farrwest Environmental Supply, Inc. 108 Commercial Place Schertz, TX 78154 Welcome to BuyBoard! Re: Proposal Invitation No. 703-23, Highway Safety and Traffic Control Products Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2023 through May 31, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 703-23 at www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperatives administrator, you are not authorized to process a purchase order received directly from a National Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com A list of National Cooperative members is available on the buyboard.com website. Once the contract is active, the BuyBoard vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, feel free to contact me at 800-695-2919. Sincerely, Leigh Clover, Bid Analyst Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative v.02.01.2021 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 P ROPOSER S A CCEPTANCE AND A GREEMENT Proposal Invitation Name: Highway Safety and Traffic Control Products Proposal Due Date/Opening Date and Time: January 19, 2023, at 4:00 PM Proposal Invitation Number: 703-23 Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: Contract Term: June 1, 2023, through May 31, 2024, with two possible one-year renewals. April 2023 Name of Proposing Company Date _________________________________ Street Address Signature of Authorized Company Official City, State, Zip Printed Name of Authorized Company Official Telephone Number of Authorized Company Official Position or Title of Authorized Company Official _________________________________________ Fax Number of Authorized Company Official Federal ID Number 10 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 PROPOSAL FORMS PART 1: COMPLIANCE FORMS INSTRUCTIONS: Proposer must review and complete all forms in this Proposal Forms Part 1: Proposal Acknowledgements Felony Conviction Disclosure Resident/Nonresident Certification Debarment Certification Vendor Employment Certification No Boycott Verification No Excluded Nation or Foreign Terrorist Organization Certification Historically Underutilized Business Certification Acknowledgement of BuyBoard Technical Requirements Construction-Related Goods and Services Affirmation Deviation and Compliance Vendor Consent for Name Brand Use Confidential/Proprietary Information EDGAR Vendor Certification Compliance Forms Signature Page An authorized representative of Proposer must initial in the bottom right corner of each page where indicated and complete and sign the Compliance Forms Signature Page. Proposers failure to fully complete, initial, and sign forms as required may result in your Proposal being rejected as non-responsive. PROPOSAL ACKNOWLEDGEMENTS The proposing company (you or your) hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Information, General Terms and Conditions, attachments/forms, appendices, item specifications, and line items (collectively Requirements); 2.By your response (Proposal) to this Proposal Invitation, you propose to supply the products or services submitted at the pricing quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. By your Proposal, you acknowledge and certify all items set forth in the General Terms and Conditions, Section B.12 (Certifications), including all non-collusion certifications and certifications regarding legal, ethical, and other matters set forth therein. 4. Any and all deviations and exceptions to the Requirements have been noted in your Proposal on the required form and no others will be claimed; Initial: _____ 11 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 5. If the Cooperative accepts any part of your Proposal and awards you a Contract, you will furnish all awarded products or services at the pricing quoted and in strict compliance with the Requirements (unless specific deviations or exceptions are noted on the required form and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similarly situated customers in similar circumstances; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy-back contract by the National Purchasing Cooperative or nonprofit entity, in which event you will offer the awarded products and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your Contract; 6. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under the Texas Public Information Act or similar public information law; 7. The individual submitting this Proposal is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form or Proposal document) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 8. You have carefully reviewed your Proposal, and certify that all information provided is true, complete, and accurate to the best of your knowledge, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 9. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, will be grounds for disqualifying you from consideration for a contract award under this Proposal Invitation, termination of a contract award, or any other remedy or action provided for in the General Terms and Conditions or by law. FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Section 44.034 further states in Subsection (b): A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. Please check () one of the following: My company is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.) My company is not owned or operated by anyone who has been convicted of a felony. My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): _____________________________________________________________________________________ Details of Conviction(s):________________________________________________________________________________ ____________________________________________________________________________________________________ Initial: _____ 12 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a resident proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A nonresident proposer is a person who is not a Texas resident. Please indicate the status of your company as a resident proposer or a nonresident proposer under these definitions. Please check () one of the following: I certify that my company is a Resident Proposer. I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your companys principal place of business is located): ______________________________________________ _______________________________________________ Company Name Address ______________________________________________ _____________ ___________________________ City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? Yes No B. What is the prescribed amount or percentage? $_______________ or ______________% DEBARMENT CERTIFICATION By signature on the Compliance Forms Signature Page, I certify that neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, Debarment and Suspension, as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendors ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check () one of the following: Yes No Initial: ______ 13 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 NO BOYCOTT VERIFICATION A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel and will not boycott Israel during the term of the contract (TEX. GOVT CODE Ch. 2271), (2) does not boycott energy companies and will not boycott energy companies during the term of the contract (TEX. GOVT CODE Ch. 2274 effective September 1, 2021), and (3) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEX. GOVT CODE Ch. 2274 effective September 1, 2021). Accordingly, this certification form is included to the extent required by law. Boycott Israel means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. TEX. GOVT CODE §808.001(1). Boycott energy company means, without an ordinary business purpose, 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 a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel-based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A). TEX. GOVT CODE §809.001(1) (effective September 1, 2021). Discriminate against a firearm entity or firearm trade association means, (A) with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a companys refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entitys or associations status as a firearm entity or firearm trade association. TEX. GOVT CODE §2274.001(3) (effective September 1, 2021). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Initial: _____ 14 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptrollers list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. H ISTORICALLY U NDERUTILIZED B USINESS C ERTIFICATION A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or MWBE and all referred to in this form as a HUB) is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form Please check () all that apply: I certify that my company has been certified as a HUB in the following categories: Minority Owned Business Women Owned Business Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service-connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: ____________________________________________________ Name of Certifying Agency: _______________________________________________ My company has NOT been certified as a HUB. ACKNOWLEDGEMENT OF BUYBOARD TECHNICAL REQUIREMENTS Vendor shall review the BuyBoard Technical Requirements included in this Proposal Invitation. By signature on the Compliance Forms Signature Page, the undersigned affirms that Proposer has obtained a copy of the BuyBoard Technical Requirements, has read and understands the requirements, and certifies that Vendor is able to meet and will comply with those requirements except as follows: Note: In accordance with the General Terms and Conditions of the Contract, to the extent Vendor is awarded a Contract under this Proposal Invitation but is unable or unwilling to meet the applicable BuyBoard Technical Requirements, the information available on the BuyBoard for Vendors awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendors awarded products and services on the BuyBoard website. Further, to the extent Vendor has acknowledged ability to meet and comply with the BuyBoard Technical Requirements, any subsequent failure or refusal by Vendor to promptly provide information upon request to the Cooperative administrator in accordance with those technical requirements may be deemed an event of default under the Contract. Initial: _____ 15 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION The Cooperative issued the BuyBoard Procurement and Construction-Related Goods and Services Advisory for Texas Members (Advisory), which provides information specifically relevant to the procurement of construction-related goods and services by Texas Cooperative members. The Advisory, available at buyboard.com/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative members procurement of construction or construction-related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. Because many BuyBoard contracts include goods or installation services that might be considered construction-related, Proposer must make this Construction Related-Goods and Services Affirmation regardless of type of goods or services associated with this Proposal Invitation. A contract awarded under this Proposal Invitation covers only the specific goods and/or services awarded by the Cooperative. As explained in the Advisory (Advisory), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This Proposal Invitation and any Contract awarded thereunder does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. By signature on the Compliance Forms Signature Page, Proposer affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction- related goods or services to a Cooperative member under a Contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before accepting the members Purchase Order or other agreement for construction-related goods or services. Initial: ______ 16 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 D EVIATION AND C OMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. Prior to completing this form, Vendor shall review the General Terms and Conditions section B.4 (Deviations from Item Specifications and General Terms and Conditions). Please note that, as provided in section B.4, certain provisions of the General Terms and Conditions are NOT subject to deviation, and certain deviations will be deemed rejected without further action by the Cooperative. Any attempted deviation, whether directly or indirectly, to provisions identified in this Proposal Invitation as not subject to deviation shall be deemed rejected by the Cooperative and, unless otherwise withdrawn by Vendor, may result in Vendors Proposal being rejected in its entirety. The Cooperative will consider any deviations in its contract award decision and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a Contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative, by and through the Cooperative administrator, may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a Proposal based upon any submitted deviation. Please check () one of the following: No; Deviations Yes; Deviations List and fully explain any deviations you are submitting: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Initial: _____ 17 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 VENDOR CONSENT FOR NAME BRAND USE BuyBoard members seeking to make purchases using a Contract awarded under this Proposal Invitation may view information regarding awarded Vendors, including but not limited to product catalogs, pricelists, pricing, and Proposals, through the BuyBoard website. To improve and enhance the experience of BuyBoard members seeking to procure goods and services under the Contract utilizing the BuyBoard website, any Vendor logo, product images, and similar brand and trademark information provided by Vendor for purposes of the Contract (Vendor Information) may be posted on the BuyBoard website. You acknowledge that, by submitting your Proposal, unless you specifically opt out below, you consent to use of your companys Vendor Information on the BuyBoard website if awarded a Contract. You further acknowledge that whether, where, and when to include the Vendor Information on the BuyBoard website shall be at the sole discretion of the BuyBoard Administrator. Vendor retains, however, the right of general quality control over the BuyBoard Administrators authorized display of proprietary Vendor Information. Neither the BuyBoard nor its administrator will be responsible for the use or distribution of Vendor Information by BuyBoard members or any other third party using the BuyBoard website. This Vendor Consent shall be effective for the full term of the Contract, including renewals, unless Vendor provides a signed, written notice revoking consent to contractadmin@buyboard.com. BuyBoard shall have up to thirty days from the date of receipt of a termination or revocation of a Vendor Consent to remove Vendor information from the BuyBoard website. This Vendor Consent is subject to the Terms and Conditions of the Contract, including, but not limited to, those terms pertaining to Disclaimer of Warranty and Limitation of Liability, Indemnification, and Intellectual Property Infringement. Vendor logo files must be submitted in one of the formats set forth in the BuyBoard Technical Requirements. Proposers are requested to submit this information with Vendors Proposal. (This consent shall not authorize use of your companys Vendor Information by BuyBoard if your company is not awarded a Contract.) OPT OUT: If your company wishes to opt out of the Vendor Consent for Name Brand Use, you must check the opt out box below. By checking this box, Vendor hereby declines to provide consent for use of Vendor Information (as defined herein) on the BuyBoard website. By opting out, Vendor acknowledges and agrees that, if Vendor is awarded a Contract under this Proposal Invitation, information available on the BuyBoard for Vendors awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendors awarded products and services on the BuyBoard website. Initial: _____ 18 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, catalogs, pricelists, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, ) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. When required by the Texas Public Information Act or other disclosure law, Proposer may be notified of any third-party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, catalogs, pricelists, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check () one of the following: NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded YES, you must clearly identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and Cooperative administrator shall not be responsible for a Proposers failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and Cooperative administrator will disclose information when required by law, even if such information has been identified herein as information Vendor considers confidential or proprietary. Confidential / Proprietary Information: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Initial: _____ 19 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 B. Copyright Information Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) contain copyright information? Please check () one of the following: NO, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does not contain copyright information. YES, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does contain copyright information. If you responded YES, clearly identify below the specific documents or pages containing copyright information. Copyright Information: _________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ C. Consent to Release Confidential/Proprietary/Copyright Information to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor Cooperative administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publicly release, including posting on the public BuyBoard website, a copy of the proposal tabulation and award information for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non-award information. Initial: ______ 20 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the Uniform Guidance or new EDGAR). All Vendors submitting a Proposal must complete this EDGAR Certification Form regarding Vendors willingness and ability to comply with certain requirements which be applicable to specific Cooperative member purchases using federal grant funds. Completed forms will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the terms and conditions of the BuyBoard contract, to address the members specific contractual needs, including contract requirements for a procurement using federal grants or contracts. A NO response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order or Cooperative member ancillary contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. YES, I agree. NO, I do not agree. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative members Purchase Order or ancillary agreement agreed to by the Vendor, the Cooperative members provision shall control. YES, I agree. NO, I do not agree. Initial: _____ 21 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of federally assisted construction contract in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 CFR Part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of federally assisted construction contract in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. YES, I agree. NO, I do not agree. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at beta.sam.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendors acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland Anti-Kickback Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. YES, I agree. NO, I do not agree. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. YES, I agree. NO, I do not agree. Initial: _____ 22 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative members Federal award meets the definition of funding agreement under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that funding agreement, the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. YES, I agree. NO, I do not agree. 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. YES, I agree. NO, I do not agree. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), Debarment and Suspension. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. YES, I agree. NO, I do not agree. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). YES, I agree. NO, I do not agree. Initial: _____ 23 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. YES, I agree. NO, I do not agree. 11. Domestic Preferences for Procurements: Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member regarding Vendors products, including whether goods, products, or materials are produced in the United States. YES, I agree. NO, I do not agree. 12. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment 2 CFR §200.216 prohibits expending federal loan or grant funds to procure or obtain certain telecommunications and video surveillance services or equipment. To the extent applicable and when required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member to confirm whether any telecommunications or video surveillance services or equipment provided by Vendor is covered equipment or covered services under 2 CFR §200.216. YES, I agree. NO, I do not agree. 13. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendors Cooperative Contract. YES, I agree. NO, I do not agree. 14. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. YES, I agree. NO, I do not agree. Initial: _____ 24 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 COMPLIANCE FORMS SIGNATURE PAGE By initialing pages and by signature below, I certify that I have reviewed the following forms; that the information provided therein is true, complete, and accurate; and that I am authorized by my company to make all certifications, consents, acknowledgements, and agreements contained herein: Proposal Acknowledgements Felony Conviction Disclosure Debarment Certification Resident/Nonresident Certification Vendor Employment Certification No Boycott Verification No Excluded Nation or Foreign Terrorist Organization Certification Historically Underutilized Business Certification Construction-Related Goods and Services Affirmation Acknowledgement of BuyBoard Technical Requirements Deviation and Compliance Vendor Consent for Name Brand Use Confidential/Proprietary Information EDGAR Vendor Certification __________________________________________ Company Name __________________________________________ Signature of Authorized Company Official __________________________________________ Printed Name and Title __________________________________________ Date 25 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS INSTRUCTIONS: Proposer must completely and accurately provide all information requested in the following Vendor Information Forms or your Proposal may be rejected as non-responsive: Vendor Business Name Vendor Contact Information Federal and State/Purchasing Cooperative Experience Governmental References Company Profile Texas Regional Service Designation State Service Designation National Purchasing Cooperative Vendor Award Agreement Local/Authorized Seller Listings Manufacturer Dealer Designation Proposal Invitation Questionnaire Vendor Request to Self-Report BuyBoard Purchases To the extent any information requested is not applicable to your company, you must so indicate on the form. V ENDOR B USINESS N AME By submitting a Proposal, Vendor is seeking to enter into a legal contract with the Cooperative. As such, Vendor must be an individual or legal business entity capable of entering into a binding contract. Name of Proposing Company: ____________________________________________________________ Please check () one of the following: Type of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership Other (Specify: ________________________) State of Incorporation (if applicable): ___________________________ Federal Employer Identification Number: ___________________________ Name by which Vendor, if awarded, wishes to be identified on the BuyBoard: _____________________________________________________________________________________________________ 26 of 71 Form YY11111111119 Request for Taxpayer Give Form to the (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. FarrWest Environmental Supply, Inc. 2 Business name/disregarded entity name, if different from above 0) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to CD following seven boxes. certain entities, not individuals; see a o ❑ Individual sole proprietor or Z C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): to ao single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not chck e Exemption from FATCA reporting to LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) r n another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that w is disregarded from the owner should check the appropriate box for the tax classification of its owner. U N ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S-) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 108 Commercial PI 6 City, state, and ZIP code Schertz, TX 78154 7 List account number(s) here (optional) M&;1M Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a I I I I — m — resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. M56 —I2I4I7I5I0I8I4 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature�f / l Here I U.S.etsan ►� lJ Date ► ©/(/�/� Genera�nl StrUCtlOn$ • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form w-9 (Rev. 10-2018) 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 VENDOR CONTACT INFORMATION FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide Cooperative members with the best services and products at the best prices available from Vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $. (The period of the 12-month period is ). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUP CURRENT VENDOR? (Y/N) FORMER VENDOR (Y/N)? IF YES, LIST YEARS AS VENDOR AWARDED COMMODITY CATEGORY(IES) 1. Federal General Services Administration 2. T-PASS (State of Texas) 3. OMNIA Partners 4. Sourcewell (NJPA) 5. E&I Cooperative 6. Houston-Galveston Area Council (HGAC) 7. Choice Partners 8. The Interlocal Purchasing System (TIPS) 9. Other MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%): _________________________ Proposed Discount (%): ________________________ Explanation: _________________________________________________________________________________________ 27 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 G OVERNMENTAL R EFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing pricing/discounts you offer each customer. The Cooperative may determine whether pricing/discounts are fair and reasonable by comparing pricing/discounts stated in your Proposal with the pricing/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume_____ 1.__________________________________________________________________________________________________ 2.__________________________________________________________________________________________________ 3.__________________________________________________________________________________________________ 4.__________________________________________________________________________________________________ 5.__________________________________________________________________________________________________ Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower pricing) than indicated? YES NO If YES, please explain: _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ C OMPANY P ROFILE Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) 28 of 71 FarrWest 108 Commercial Pl Schertz, TX 78154 (210)566-1857 www.farrwest.com DUNS: 194322223 CAGE: 45QL9 Contact: Travis Brown Tbrown@farrwest.com Established in 2004, FarrWest is a certified WOSB corporation that is dedicated to the highest quality of equipment procurement, training and support delivered with expert knowledge, integrity, and reliability. Every piece of equipment we distribute is backed by a team of professionals whose mission is to reinforce those in the international, federal, state and local law enforcement, emergency response, environmental industries. To us, every step of the procurement process is significant; from choosing the right gear and equipment, to the expert level training provided by our instructors who have served in the industries themselves. We aim to exceed expectations during our experiences with customers by partnering with world-class manufactures that coincide with our own company values. Our goal is to create a bridge in getting a well put together product into hands that need them, while being a long-term resource for the user. 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 T EXAS R EGIONAL S ERVICE D ESIGNATION The Cooperative (referred to as Texas Cooperative in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. In the electronic proposal submission system, you must indicate if you will service Texas Cooperative members statewide or, if you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids@buyboard.com at least five (5) business days prior to the Proposal Due Date.) Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on the form in the electronic proposal submission system. Region and Headquarters 1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 El Paso 20 San Antonio 29 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 S TATE S ERVICE D ESIGNATION As set forth in the Proposal Invitation, it is the Cooperatives intent that other governmental entities in the United States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy- back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete the State Service Designation information in the electronic proposal submission system. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids@buyboard.com at least five (5) business days prior to the Proposal Due Date.) I will service all states in the United States. I will not service all states in the United States. Alabama Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118 & 20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Montana 30 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be piggy-backed by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as Vendor) agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative (Texas Cooperative) awards Vendor a contract under this Proposal Invitation (Underlying Award), the National Purchasing Cooperative (National Cooperative) may - but is not required to - piggy-back on or re-award all or a portion of that Underlying Award (Piggy-Back Award). By signing this National Cooperative Vendor Award Agreement (Agreement), Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator (BuyBoard Administrator) will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members, vendor invoices, and/or such other documentation regarding those purchase orders as the Cooperatives administrators may require in their reasonable discretion for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendors records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. 31 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria, Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy-Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. _______________________________________ ___________________________________________ Name of Vendor Proposal Invitation Number _______________________________________ ___________________________________________ Signature of Authorized Company Official Printed Name of Authorized Company Official __________________________________ Date 32 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 L OCATION /A UTHORIZED S ELLER L ISTINGS If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. Location/Authorized Seller Name Contact Person Contact Information (Mailing Address, Phone, Fax, Email) 33 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 M ANUFACTURER D EALER D ESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers (Designated Dealers) to receive Cooperative member Purchase Orders on Vendors behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendors convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendors Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendors Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendors behalf under the Contract. Further, the Cooperative administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below. If you wish to designate multiple dealers, please duplicate this form as necessary. ____________________________________________________________________________________________________ Designated Dealer Name Designated Dealer Contact Person ____________________________________________________________________________________________________ Designated Dealer Address _____________________________________ _________________________ _________________ City State Zip _________________________________________ _______________________________________ Phone Number Fax Number _________________________________________ _____________________________________________________ Email address Designated Dealer Tax ID Number* (*attach W-9) 34 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services (Work) under the BuyBoard contract contemplated by this Proposal Invitation (Contract). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire and submit in one document with your Proposal. You must submit the questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 3.Marketing Strategy: For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. Attach additional pages if necessary. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 35 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 4.Describe Proposers financial capability to perform the Contract. State or describe the firms financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firms past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 5. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 6. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 7. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firms past or present owners, principal shareholders or stockholders, officers, agents or employees, that relate to or arise from a contract similar to this Contract or the Work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 36 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 VENDOR REQUEST TO SELF-REPORT BUYBOARD PURCHASES The General Terms and Conditions require that all Purchase Orders generated by or under any Contract awarded under this Proposal Invitation be processed through the BuyBoard and,except as expressly authorized in writing by the Cooperative administrator, Vendors are not authorized to process Purchase Orders received directly from Cooperative members that have not been processed through the BuyBoard or provided to the Cooperative. In accordance with this provision, Vendor may request authorization of the Cooperative administrator to self-report Cooperative member purchases if awarded a Contract under this Proposal Invitation. By making such a request, Vendor acknowledges and agrees that self-reporting is specifically subject to and conditioned upon (1) Vendors agreement to the Additional Terms and Conditions for BuyBoard Self-Reporting which are included in this Proposal Invitation and incorporated herein for all purposes and (2) approval of this request in writing by the Cooperative administrator. Any request to self-report will not be effective, and Vendor shall not be authorized to self-report BuyBoard member purchases, unless and until (1) Vendor is awarded a Contract under this Proposal Invitation, and (2) the request has been approved in writing by the Cooperative administrator. NAME OF VENDOR: ______________________________________________________ _______________________________________ Signature of Vendor Authorized Representative Printed Name: __________________________ Title: _________________________________ Date: _________________________________ ( Approved by BuyBoard Administrator: __________________________ Effective/Start Date for Self-Reporting: _________________________ 37 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 R EQUIRED F ORMS C HECKLIST (Please check () the following) Reviewed/Completed: Proposers Acceptance and Agreement PROPOSAL FORMS PART 1: COMPLIANCE FORMS Reviewed/Completed: Proposal Acknowledgements Reviewed/Completed: Felony Conviction Disclosure Reviewed/Completed: Resident/Nonresident Certification Reviewed/Completed: Debarment Certification Reviewed/Completed: Vendor Employment Certification Reviewed/Completed: No Boycott Verification Reviewed/Completed: No Excluded Nation or Foreign Terrorist Organization Certification Reviewed/Completed: Historically Underutilized Business Certification Reviewed/Completed: Acknowledgement of BuyBoard Technical Requirements Reviewed/Completed: Construction-Related Goods and Services Affirmation Reviewed/Completed: Deviation and Compliance Reviewed/Completed: Vendor Consent for Name Brand Use Reviewed/Completed: Confidential/Proprietary Information Reviewed/Completed: EDGAR Vendor Certification Reviewed/Completed: Compliance Forms Signature Page PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS Reviewed/Completed: Vendor Business Name Reviewed/Completed: Vendor Contact Information ( Reviewed/Completed: Federal and State/Purchasing Cooperative Experience Reviewed/Completed: Governmental References Reviewed/Completed: Company Profile Reviewed/Completed: Texas Regional Service Designation ( Reviewed/Completed: State Service Designation ( Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement Reviewed/Completed: Local/Authorized Seller Listings Reviewed/Completed: Manufacturer Dealer Designation Reviewed/Completed: Proposal Invitation Questionnaire Reviewed/Completed: Vendor Request to Self-Report BuyBoard Purchases Reviewed/Completed: Proposal Specifications 39 of 71 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 ·buyboard.com Proposal Forms COMM/SVCS v.08.11.2021 PROPOSAL SPECIFICATION SUMMARY The categories and items specified for this Proposal Invitation are summarized below. For full Proposal Specifications, you must review and complete the Proposal Specification information in the electronic proposal submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely request and complete the Proposal Specification Form in accordance with the Instructions to Proposers). _________________________________________________________________________________________________________ PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Section I: Equipment, Products, and Supplies 1. Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. 2. Discount (%) off catalog/pricelist for Traffic Control Products, Supplies, and Equipment. 3. Discount (%) off catalog/pricelist for Pavement Marking Supplies and Equipment. 4. Discount (%) off catalog/pricelist for Delineation Products and Object Markers. 5. Discount (%) off catalog/pricelist for Road Signs, Posts, and Hardware. 6. Discount (%) off catalog/pricelist for Fire Hydrants and Accessories. 7. Discount (%) off catalog/pricelist for Wheel Wash Systems (In Ground) and (Above Ground). 8. Discount (%) off catalog/pricelist for Locking Systems for Highway/Safety Products (storm sewer grate, traffic signal cabinet, man-hole cover, and other related locking systems). 9. Discount (%) off catalog/pricelist for Animal Cages, Traps, and Accessories for Roads and Highways. 10. Discount (%) off catalog/pricelist for Herbicides and Weed Control Products for Roads and Highways. 11. Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. 12. Discount (%) off catalog/pricelist for RENTAL of Highway Safety and Traffic Control Products and Equipment (Rental Rate Sheet shall be submitted with Proposal response or Proposal will not be considered). 13. Discount (%) off catalog/pricelist for All Other Related Highway Safety and Traffic Control Products. 14. Discount (%) off catalog/pricelist for Maintenance/Warranty Agreements for Highway Safety and Traffic Control Equipment and Systems. Section II: Installation and Repair Service 15.Hourly Labor Rate for Installation/Repair Service of Highway Safety and Traffic Control Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. 16.Hourly Labor Rate for Weed Control Service for Roads and Highways - Not to Exceed hourly labor rate for Weed Control Service of Roads and Highways. 38 of 71 12007 Research Boulevard ·Austin, Texas 78759-2439 · PH: 800-695-2919 ·www.buyboard.com Addendum No. 1, Proposal Invitation No. 703-23 Page 1 of 1 THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM NO. 1 Proposal Invitation No. 703-23 Highway Safety and Traffic Control Products The following addenda are issued to Proposal Invitation 703-23, Highway Safety and Traffic Control Products, and shall become a permanent part of the Proposal Invitation document: ADDENDUM TO PROPOSAL SPECIFICATIONS The proposal specification summary has been updated. The following proposal specification line has been added as listed below. This line item has been updated in the electronic proposal submission system and in the Proposal Specification Summary. 11. Discount (%) off catalog/pricelist for Road Maintenance Products for Dust Control, Anti-icing/Deicing, and Stabilization (granular, liquid, and/or chemical based). Please sign and return one copy of this Addendum with your proposal as verification of your receipt and compliance with the information contained in this Addendum. Company Name: ________________________________________________________________________________ Address: _______________________________________________________________________________________ Signature of Authorized Company Official: _____________________________________________ Title: ________________________ Telephone Number: ___________________________________________ Date: ________________________ Farrwest Environmental Supply, Inc Information Address: 108 Commercial Place Suite 200 Schertz, TX 78154 Phone: (210) 566-1857 Fax: (210) 566-1897 Web Address: www.farrwestenv.com By submitting your response, you certify that you are authorized to represent and bind your company. James William Chandler wchandler@farrwest.com Signature Email Submitted at 1/19/2023 12:20:01 PM (CT) Requested Attachments BuyBoard Proposal Invitation No. 703-23 Highway Safety and Traffic Control Products Addendum-No-1-for-703-23-Signed.pdf REQUIRED-In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. NOTICE: DO NOT complete proposal forms in internet browser. No data will be stored. Download file to computer and complete proposal forms prior to submitting. (Please DO NOT password protect uploaded files.) Catalog/Pricelist FWCombinedPricelist.pdf REQUIRED-In Excel or PDF format, upload catalog(s)/pricelist(s) in accordance with proposal invitation instructions. Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect uploaded files.) Addendum No. 1 Addendum-No-1-for-703-23-Signed.pdf REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Exceptions and/or Detailed Information Related to Discount % and/or Hourly Labor Rate Proposed FW EXCEPTIONS.pdf In PDF format and if necessary, vendor shall attach detailed information regarding exceptions to pricing and/or discount percentage and define the services that are proposed to be provided. NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) Company Profile Company Profile.pdf REQUIRED-Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) IRS Form W-9 Request for Taxpayer Identification Number and Certification 2023 W9 FES.pdf REQUIRED-In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 3 of 42 pages Bid Attributes 1 Federal Identification Number Federal Identification Number 56-2475084 2 HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification 3 No Israel Boycott Certification A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not Accordingly, this certification form is included to the extent required by law. is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Yes 4 No Excluded Nation or Foreign Terrorist Organization Certification Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas my company to make this certification. Yes 5 MWBE/HUB Status Certification A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. I certify that my company has been certified as a MWBE/HUB in the following categories:(Please check all that apply) 6 Minority Owned Business Minority Owned Business Minority Owned Business (Yes) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 4 of 42 pages 7 Women Owned Business Women Owned Business Women Owned Business (Yes) 8 Service-Disabled Veteran Owned Business S. Department of Veterans Affairs or Department of Defense) Service-Disabled Veteran Owned Business (Yes) 9 Certification Number Certification Number 1562475084800 10 Name of Certifying Agency Certifying Agency Texas Comptroller of Public Accounts 11 Non-MWBE/HUB My company has NOT been certified as a MWBE/HUB Non-HUB (Yes) 12 Vendor General Contact Information Proposal/Contract General Contact Information 13 Vendor Proposal/Contract Contact Name Vendor Proposal/Contract Contact Name Will Chandler 14 Vendor Proposal/Contract Contact E-mail Address Vendor Proposal/Contract Contact E-mail Address wchandler@farrwest.com 15 Vendor Proposal/Contract Mailing Address Vendor Proposal/Contract Mailing Address 108 Commercial Place 16 Vendor Proposal/Contact Mailing Address - City Vendor Proposal/Contact Mailing Address - City Schertz 17 Vendor Proposal/Contact Mailing Address - State Vendor Proposal/Contact Mailing Address - State (Abbreviate State Name) TX 18 Vendor Proposal/Contact Mailing Address - Zip Code Vendor Proposal/Contact Mailing Address - Zip Code 78154 Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 5 of 42 pages 19 Vendor Proposal/Contact Phone Number Vendor Proposal/Contact Phone Number (xxx-xxx-xxxx) (210) 566-1857 20 Vendor Proposal/Contact Extension Number Vendor Proposal/Contact Extension Number No response 21 Company Website Company Website (www.XXXXX.com) www.farrwest.com 22 Purchase Orders Contact Information All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: I will use the internet to receive Purchase Orders at the following address Yes 23 Purchase Order E-mail Address Purchase Order E-mail Address sales@farrwest.com 24 Purchase Order Contact Name Purchase Order Contact Name Will Chandler 25 Purchase Order Contact Phone Number Purchase Order Contact Phone Number (xxx-xxx-xxxx) (210) 566-1857 26 Purchase Order Contact Extension Number Purchase Order Contact Extension Number No response 27 Alternate Purchase Order E-mail Address Alternate Purchase Order E-mail Address mmeyer@farrwest.com 28 Alternate Purchase Order Contact Name Alternate Purchase Order Contact Name Matt Meyer Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 6 of 42 pages 29 Alternate Purchase Order Contact Phone Number Alternate Purchase Order Contact Phone Number (xxx-xxx-xxxx) No response 30 Alternate Purchase Order Contact Extension Number Alternate Purchase Order Contact Extension Number No response 31 Purchase Orders Contact Information All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Yes 32 Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: 33 Request for Quote (RFQ) E-mail Address Request for Quote (RFQ) E-mail Address sales@farrwest.com 34 Request for Quote (RFQ) Contact Name Request for Quote (RFQ) Contact Name Will Chandler 35 Request for Quote (RFQ) Contact Phone Number Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx) (210) 566-1857 36 Request for Quote (RFQ) Contact Extension Number Request for Quote (RFQ) Contact Extension Number No response 37 Alternate Request for Quote (RFQ) E-mail Address Alternate Request for Quote (RFQ) E-mail Address mmeyer@farrwest.com 38 Alternate Request for Quote (RFQ) Contact Name Alternate Request for Quote (RFQ) Contact Name Matt Meyer Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 7 of 42 pages 39 Alternate Request for Quote (RFQ) Contact Phone Number Alternate Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx) No response 40 Alternate Request for Quote (RFQ) Contact Extension Number Alternate Request for Quote (RFQ) Contact Extension Number No response 41 Invoices Your company will be billed monthly for the service fee due under a Contract awarded under this Proposal Invitation.All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. 42 Invoices Please choose only one (1) of the following options for receipt of invoices and provide the requested information: (a) Service fee invoices and related communications should be provided directly to my company at: or (b) In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent: If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Service fee invoices and notices direct to company 43 Invoice Company Name Invoice Company Name Farrwest Environmental Supply, Inc. 44 Invoice Company Department Name Invoice Company Department Name Accounts Recieveable 45 Invoice Contact Name Invoice Contact Name Mati Lykins 46 Invoice Mailing Address Invoice Mailing Address (P.O. Box or Street Address) 108 Commercial Place 47 Invoice Mailing Address - City Invoice Mailing Address - City Schertz Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 8 of 42 pages 48 Invoice Mailing Address - State Invoice Mailing Address - State (Abbreviate State Name) TX 49 Invoice Mailing Address - Zip Code Invoice Mailing Address (Zip Code) 78154 50 Invoice Contact Phone Number Invoice Contact Phone Number (xxx-xxx-xxxx) (210) 566-1857 51 Invoice Contact Extension Number Invoice Contact Extension Number No response 52 Invoice Contact Fax Number Invoice Contact Fax Number (xxx-xxx-xxxx) No response 53 Invoice Contact E-mail Address Invoice Contact E-mail mlykins@farrwest.com 54 Invoice Contact Alternate E-mail Address Invoice Contact Alternate E-mail Address No response 55 Billing Agent Company Name Billing Agent Company Name No response 56 Billing Agent Department Name Billing Agent Department Name No response 57 Billing Agent Contact Name Billing Agent Contact Name No response 58 Billing Agent Mailing Address Billing Agent Mailing Address (P.O. Box or Street Address) No response 59 Billing Agent Mailing Address - City Billing Agent Mailing Address - City No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 9 of 42 pages 60 Billing Agent Mailing Address - State Billing Agent Mailing Address - State (Abbreviate State Name) No response 61 Billing Agent Mailing Address - Zip Code Billing Agent Mailing Address - Zip Code No response 62 Billing Agent Contact Phone Number Billing Agent Contact Phone Number (xxx-xxx-xxxx) No response 63 Billing Agent Contact Extension Number Billing Agent Contact Extension Number No response 64 Billing Agent Fax Number Billing Agent Fax Number No response 65 Billing Agent Contact E-mail Address Billing Agent Contact E-mail Address No response 66 Billing Agent Alternative E-mail Address Billing Agent Alternative E-mail Address No response 67 Shipping Via Common Carrier, Company Truck, Prepaid and Add to Invoice, or Other Common Carrier 68 Payment Terms Note: Vendor payment terms must comply with the BuyBoard General Terms and Conditions and the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Net 30 69 Vendor's Internal/Assigned Reference/Quote Number Vendor's Internal/Assigned Reference/Quote Number No response 70 State or Attach Return Policy terms, terms of sale, or other information not specifically related to return requirements and processes included in Deviation and Compliance Form and accepted by the Cooperative. No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 10 of 42 pages 71 Electronic Payments Are electronic payments acceptable to your company? Yes 72 Credit Card Payments Are credit card payments acceptable to your company? Yes 73 Texas Regional Service Designation Texas Regional Service Designation - Refer to Form in Proposal Invitation The vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract.Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. 74 Company Name Company Name Farrwest Environmental Supply 75 Texas Regional Service Designation Select only one of the following options.If you select "I will NOT serve all Regions of Texas", you must then check the individual Regions you wish to serve. All Regions 76 Region 1 Region 1 - Edinburg Region 1 (1) 77 Region 2 Region 2 - Corpus Christi Region 2 (2) 78 Region 3 Region 3 - Victoria Region 3 (3) 79 Region 4 Region 4 - Houston Region 4 (4) 80 Region 5 Region 5 - Beaumont Region 5 (5) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 11 of 42 pages 81 Region 6 Region 6 - Huntsville Region 6 (6) 82 Region 7 Region 7 - Kilgore Region 7 (7) 83 Region 8 Region 8 - Mount Pleasant Region 8 (8) 84 Region 9 Region 9 - Wichita Falls Region 9 (9) 85 Region 10 Region 10 - Richardson Region 10 (10) 86 Region 11 Region 11 - Fort Worth Region 11 (11) 87 Region 12 Region 12 - Waco Region 12 (12) 88 Region 13 Region 13 - Austin Region 13 (13) 89 Region 14 Region 14 - Abilene Region 14 (14) 90 Region 15 Region 15 - San Angelo Region 15 (15) 91 Region 16 Region 16 - Amarillo Region 16 (16) 92 Region 17 Region 17 - Lubbock Region 17 (17) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 12 of 42 pages 93 Region 18 Region 18 - Midland Region 18 (18) 94 Region 19 Region 19 - El Paso Region 19 (19) 95 Region 20 Region 20 - San Antonio Region 20 (20) 96 State Service Designation State Service Designation - Refer to Form in Proposal Invitation. As set States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy-back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete this form accordingly. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.)In addition to this form, to be considered for a piggy-back award by the National Purchasing Cooperative, you must have an authorized representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this form. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. 97 Company Name Company Name Farrwest Environmental Supply 98 State Service Designation Select only one of the following options. If you select "I will NOT serve all States", you must then check the individual States you wish to serve. All States 99 Alabama Alabama Alabama (AL) 100 Alaska Alaska Alaska (AK) 101 Arizona Arizona Arizona (AZ) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 13 of 42 pages 102 Arkansas Arkansas Arkansas (AR) 103 California California (Public Contract Code 20118 & 20652) California (CA) 104 Colorado Colorado Colorado (CO) 105 Connecticut Connecticut Connecticut (CT) 106 Delaware Delaware Delaware (DE) 107 District of Columbia District of Columbia District of Columbia (DC) 108 Florida Florida Florida (FL) 109 Georgia Georgia Georgia (GA) 110 Hawaii Hawaii Hawaii (HI) 111 Idaho Idaho Idaho (ID) 112 Illinois Illinois Illinois (IL) 113 Indiana Indiana Indiana (IN) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 14 of 42 pages 114 Iowa Iowa Iowa (IA) 115 Kansas Kansas Kansas (KS) 116 Kentucky Kentucky Kentucky (KY) 117 Louisiana Louisiana Louisiana (LA) 118 Maine Maine Maine (ME) 119 Maryland Maryland Maryland (MD) 120 Massachusetts Massachusetts Massachusetts (MA) 121 Michigan Michigan Michigan (MI) 122 Minnesota Minnesota Minnesota (MN) 123 Mississippi Mississippi Mississippi (MS) 124 Missouri Missouri Missouri (MO) 125 Montana Montana Montana (MT) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 15 of 42 pages 126 Nebraska Nebraska Nebraska (NE) 127 Nevada Nevada Nevada (NV) 128 New Hampshire New Hampshire New Hampshire (NH) 129 New Jersey New Jersey New Jersey (NJ) 130 New Mexico New Mexico New Mexico (NM) 131 New York New York New York (NY) 132 North Carolina North Carolina North Carolina (NC) 133 North Dakota North Dakota North Dakota (ND) 134 Ohio Ohio Ohio (OH) 135 Oklahoma Oklahoma Oklahoma (OK) 136 Oregon Oregon Oregon (OR) 137 Pennsylvania Pennsylvania Pennsylvania (PA) Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 16 of 42 pages 138 Rhode Island Rhode Island Rhode Island (RI) 139 South Carolina South Carolina South Carolina (SC) 140 South Dakota South Dakota South Dakota (SD) 141 Tennessee Tennessee Tennessee (TN) 142 Texas Texas Texas (TX) 143 Utah Utah Utah (UT) 144 Vermont Vermont Vermont (VT) 145 Virginia Virginia Virginia (VA) 146 Washington Washington Washington (WA) 147 West Virginia West Virginia West Virginia (WV) 148 Wisconsin Wisconsin Wisconsin (WI) 149 Wyoming Wyoming Wyoming (WY) Bid Lines Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 17 of 42 pages 1 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment.Catalog/Pricelist MUST be included or proposal will not be considered. Total:5% Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". AEMC Instruments Alternate 1 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Bayco Products Alternate 2 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 18 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Code 3 Alternate 3 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:4% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Drone Nerds Alternate 4 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:22% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Dupont Alternate 5 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:7% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Edwards & Cromwell Alternate 6 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 19 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Federal Signal Alternate 7 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:1% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". FLIR Drone & Robots Alternate 8 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Go Rhino Alternate 9 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:18% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Haix Fire Alternate 10 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 20 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Havis Alternate 11 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:9% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Kappler Alternate 12 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:5% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Lund Alternate 13 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:3% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". MPH Industries Alternate 14 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 21 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Nanuk Alternate 15 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:12% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". NRS Alternate 16 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:5% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Plastix Plus Alternate 17 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:12% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". PMI Alternate 18 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:15% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 22 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Pro-Gard Alternate 19 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:10% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Putco Alternate 20 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:10% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Rigid Alternate 21 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:7% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Sensit Alternate 22 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:5% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 23 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Slidemaster Alternate 23 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:25% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Streamlight Alternate 24 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:12% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Tingley Alternate 25 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:20% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Troy Products Alternate 26 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:8% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 24 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". TrueNorth Alternate 27 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:15% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Westin Alternate 28 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:25% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Whelen Alternate 29 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:17% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Wiley-X Alternate 30 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:10% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 25 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Farrwest Alternate 31 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Highway Safety Products, Supplies, and Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. Total:1% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Stalker Radar 2 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Traffic Control Products, Supplies, and Equipment.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 26 of 42 pages 3 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Pavement Marking Supplies and Equipment.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 27 of 42 pages 4 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Delineation Products and Object Markers.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 28 of 42 pages 5 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Road Signs, Posts, and Hardware.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 29 of 42 pages 6 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Fire Hydrants and Accessories.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 30 of 42 pages 7 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Wheel Wash Systems (In Ground) and (Above Ground). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 31 of 42 pages 8 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Locking Systems for Highway/Safety Products (storm sewer grate, traffic signal cabinet, man-hole cover, and other related locking systems). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 32 of 42 pages 9 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Animal Cages, Traps, and Accessories for Roads and Highways.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 33 of 42 pages 10 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Herbicides and Weed Control Products for Roads and Highways.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 34 of 42 pages 11 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Road Maintenance Products for Dust Control, Anti-icing/Deicing, and Stabilization (granular, liquid, and/or chemical based). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 35 of 42 pages 12 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies.Catalog/Pricelist MUST be included or proposal will not be considered. Total:5% Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". AEMC Instruments Alternate 1 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:3% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Blackline Safety Alternate 2 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:11% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 36 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Drager Gas Detection Alternate 3 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:25% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Drager SCBA Alternate 4 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:22% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Dupont Alternate 5 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:7% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Edwards & Cromwell Alternate 6 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:2% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 37 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Firstline Technology Alternate 7 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:18% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Haix Fire Alternate 8 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:9% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Kappler Alternate 9 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:13% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". RAE Systems - Portables Alternate 10 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:4% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 38 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". RAE Systems - Wireless Alternate 11 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:7% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". SensitSensit Alternate 12 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:8% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". FLIR TIC's Alternate 13 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:2% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Thermo Radiation Alternate 14 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Oil and Hazardous Material Spill Remediation Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total:12% Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 39 of 42 pages Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". Tingley Rubber 13 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for RENTAL of Highway Safety and Traffic Control Products and Equipment (Rental Rate Sheet shall be submitted with Proposal response or Proposal will not be considered).Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 40 of 42 pages 14 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for All Other Related Highway Safety and Traffic Control Products.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 41 of 42 pages 15 Section I: Equipment, Products, and Supplies Discount (%) off catalog/pricelist for Maintenance/Warranty Agreements for Highway Safety and Traffic Control Equipment and Systems.Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes:PROPOSAL NOTE: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response, or the Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response 16 Section II: Installation and Repair Service Hourly Labor Rate for Installation/Repair Service of Highway Safety and Traffic Control Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity:1 UOM:Hourly Labor Rate Price:$95.00 Total:$95.00 17 Section II: Installation and Repair Service Hourly Labor Rate for Weed Control Service for Roads and Highways - Not to Exceed hourly labor rate for Weed Control Service of Roads and Highways. Quantity:1 UOM:Hourly Labor Rate No Bid Response Total: $95.00 Vendor: Farrwest Environmental Supply, Inc 703-23 Addendum 1Page 42 of 42 pages Exhibit C - Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. FarrWest Specialty Vehicles, LLC J Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. None Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F] Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F]Yes F-1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. J ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J �� 10/16/2025 Sifig �jreof vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe 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 S 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 S 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 Although a waiver is generally only valid for one year from its approval, if a waiver is granted permitting the use of a cooperative agreement, the waiver allows the department to enter into a contract for the full term, including any renewals, of the underlying cooperative agreement without needing to obtain a new waiver each year.Eff.9.22.2025-V1 Small Business Program Waiver Request To Use a Cooperative Agreement for Procuring Goods and Services The purpose of this waiver is to obtain approval to procure goods and services using a cooperative agreement (“COOP”). Date:9/29/2025 Project or Contract Title:Will be cooperative contract for special UTVs Department:FMS Anticipated Expenditure: $300,000.00 NIGP or NAICS Code: 336999,071-02,071-77 Requested COOP Name/Number/Website:Highway Safety and Traffic Control Products 703-23 Justification for Use of COOP: TheFireDepartmentsubmittedanEPRfor a specialized,grant-fundedUTV.AccordingtotheSBteam’ssearchresults,thereareno local small business vendors capable of providing the specific UTVs required. These vehicles must be built to unique specifications to support patienttransport,staffmobility,andequipmentneeds duringoperations.The Fleet StrikeForce(FSF) exploredsourcing optionsthroughanexistingcontractedvendor;however, Farrwestistheonlyvendorabletomeettheserequirementsthroughthe BuyBoard contract #703-23. Given that the FSF continues to work toward reducing the existing backlog, I recommendapprovingthis waiver for the full term of the contract. Utilizing cooperative contracts remains critical to FSF’s efforts to streamline procurement and Note: The waiver must be accompanied by an email or other documentation from the Small Business Team in the Purchasing division confirming its independent determination that Small Businesses are or not available. The Department requests using a cooperative agreement and acknowledges that doing so will prevent a Small Business preference or goal from being applied. Submitted By: (Department Head/Designee) Purchasing Confirmation (Senior Purchasing Manager to complete): # of available Small Businesses: 0 Estimated Solicitation Time: NA COOP Dates:5/30/2025-5/31/2026 Current Contract Dates (if applicable): NA Senior Purchasing Manager signature: Comments:This agreement is for the Fire Department's specialized grant-funded utility vehicles, based on M&C 23-0450 dated June 13, 2023. I recommend approving this waiver for the full term of the cooperative contract. Approval (City Manager/Assistant City Manager or Designee to complete): ValerieWashington(Oct10,202509:53:36CDT) (City Manager/Assistant City Manager or Designee) Approved for one year term Denied Approved for full term (including renewals) of COOP City of Fort Worth, Texas Mayor and Council Communication DATE: 06/13/23 M&C FILE NUMBER: M&C 23-0450 LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK SUBJECT (ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off -Road Vehicles, and Other Motorized Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and Interlocal Agreements for Three Years for the Property Management Department RECOMMENDATION: It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using multiple cooperative contracts and interlocal agreements for three years for the Property Management Department. DISCUSSION: The Property Management Department's Fleet Acquisitions Division is currently in the process of fulfilling a multi -year backlog of City vehicle and equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars. The City currently has contracts with the following vendors using cooperative contracts: VENDOR �Siddons Martin Emergency Group, LLC �Siddons Martin Emergency Group, LLC �J!Iouston Holdings, LLC �Versalift Lake Country Chevrolet North Texas Trailers, LLC Silsbee Ford Associated Supply Company (ASCO) Rogue Jet Boatworks, Inc. �Lenco Industries, Inc. Polaris Sales, Inc. Nationwide Trailers, LLC �Crafco, Inc. COOPERATIVE AGENCY BuyBoard Houston -Galveston Area Council (HGAC) BuyBoard Sourcewell The Interlocal Purchasing System (TIPS) Buyboard TIPS BuyBoard General Services Administration (GSA) HGAC Sou rcewel I BuyBoard BuyBoard However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine additional vendors that are available through cooperatives. Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include purchases made using Interlocal Agreements with other governmental entities. Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs. COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the item. AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the City will seek additional authorization for any necessary contracts at that time. BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any vendor regarding minimum purchases. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note 2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Orininatina Business Unit Head: Reginald Zeno 8517 Steve Cooke 5134 Additional Information Contact: Jo Ann Gunn 8525 Ashley Kadva 2047