HomeMy WebLinkAbout064659 - General - Contract - Dana Safety Supply, Inc.CSC No. 64659
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Dana Safety 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 (BuyBoard 714-23); 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 Two Million Dollars and Zero Cents ($2,000,000.00). 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 vehicles under this Agreement. For each
purchase made pursuant to this Agreement, Vendor must supply a quote far 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, 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 �nal 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:
�•»��y►_w �xK•�:�•:
CITY SECRETARY
FT. WORTH, TX
To CITY:
To VENDOR:
City of Fort Worth Dana Safety Supply, Inc.,
Atm: Valerie Washington, Assistant City Manager Attn: Mark Sevigny
100 Fort Worth Trail 3810 W. Osborne Ave.,
Fort Worth, TX 76102 Tampa, FL 33614
With copy to Fort Worth City Attorney's Office at Facsimile: N/A
same address
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 IsraeP' 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 Vendar: (1) does not boycott Israel; and (2) wi11 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 frearm trade association during the term of this Agreement.
(SignatuYe Page to Follow)
The undersigned represents and war an that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
By:
ValerieWashington Jan3Q20261416366T)
Name: Valerie Washington
Title: Assistant City Manager
Date: O1/30/2026
APPROVAL RECOMMENDED:
G'v �
By: Reginald Zeno (Jan 30, 2026 14:01:06 CST)
Name: Reginald Zeno
Title: Chief Financial Officer/Director
ATTEST:
4 �°��
Po� FORt�i aa
v�° o �o9•i°o
��
OV8 o=d
P�Q * o00 00 *�C
�. I� ..�_�:�� �. QaQ rezn.s 4
Ilnnouoa p
By: �
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Dana Safety Supply, c.
By: �
Name: Chuck Geocaris
Title: Regional General Manager
Date: O1 /28/2026
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.
,Aah�y �'e2/�,
By: O
Name: Ashley Sorkar
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
C�u�� .A�,��
By: �
Name: Jordan P. Alvarez
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0450
Date: June 13, 2023
Form 1295: 2026-1413132
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
DANA SAFETY SUPPLY, INC
500 S EDWARDIA DR
GREENSBORO, NC 27409
Telephone: 800-845-0045
� Bill To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Sales Quote
Sales Quote No. 597617-E
Customer No. FTWORTHPOL
� � Ship To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Contact: Contact: Bryan Stevens
Telephone: 817-392-4226 Telephone: 817-909-3639
E-mail: Tracy.Long@fortworthtexas.gov;William.Paine� E-mail: BSTEVENS@DANASAFETYSUPPLY.COM
Quote Date Ship Via F.O.B. Customer PO Number Payment Method
12/12/25 UPS GROUND FREIGHT QUOTED FREIGHT NET30
Entered By Salesperson Ordered By Resale Number
Blake Hadscll BRYAN STEVENS-FORT WORT Capt. Robin Krousc 1-75-6000528-6
Order Approve Unit Extended
Tax Item Number / Description
Quantity Quantity Price Price
1 1 N INFO 0.0000 0.00
BUYBOARD 714-23
Warehouse: FTWO
COMMAND TRAILERS INCLUEDED ON THIS CONTRACT
3 3 N INFO
OPS COMMAND TRAILERS
Warehouse: FTWO
1
1
1 N INFO
FORT WORTH POLICE DEPT
Warehouse: FTWO
1 N INFO
35% OFF MSRP $470,000
Warehouse: FTWO
Print Date O1/09/26
Print Time 02:06:58 PM
Page No. 1
Exhibit A
Continued on Next Page
0.0000
0.0000
0.0000
0.00
0.00
0.00
DANA SAFETY SUPPLY, INC
500 S EDWARDIA DR
GREENSBORO, NC 27409
Tax
Sales Quote No. 597617-E
Telephone: 800-845-0045
Bill To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76ll 5
Contact:
Telep ho ne: 817-3 92-4226
E-mail: Tracy.Long@fortworthtexas.gov;William.Paine�
uote Date Shi Via F.O.B.
Q P
12/12/25 UPS GROUND FREIGHT QUOTED FREIGHT
Entered By Salesperson
Blake Hadscll BRYAN STEVENS-FORT WORT
Order Approve
Quantity Quantity
2
Sales Quote
Customer No. FTWORTHPOL
� Ship To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Contact: Bryan Stevens
Telephone: 817-909-3 639
E-mail: BSTEVENS@DANASAFETYSUPPLY.COM
Customer PO Number Payment Method
NET30
Ordered By Resale Number
Capt. Robin Krousc 1-75-6000528-6
Item Number / Description
2 Y MISC
OPS PUBLIC SAFETY: 10515-A00 Texas Buyboard 36' Tra
Warehouse: FTWO
PRODUCT DESCRIPTION BASE UNIT: 36"/ 40' GOOSENECK TRAILER
(32' BODY+ 8' GOOSENECK) ? 8.5' ENCLOSED WIDTH ? T6"
INTERIOR HEIGHT ? FLAT ROOF AND FRONT ? PASSENGER SIDE
DOOR 32" X 78" WITH CAM LOCK & RV FLUSH LOCK ? SLIDE OUT
STEP FOR SIDE DOOR ? REAR RAMP DOOR WITH CAM LOCK (DOOR
TO CLEAR ATV FOR STORAGE, ATV HEIGHT IS 79"H) ? EXTERIOR
WHITE PANELS, SCREWLESS ? CROSSMEMBERS, WALL POSTS, AND
ROOF BOWS AT 16" ? 7000 LB TRIAXLE DEXTER AXLES WITH
ELECTRIC BRAKES ON BOTH AXLES (21000 LBS GVWR) ?
GOOSENECK COUPLER ? GOOSENECK ELECTRICAL JACK WITH
MANUAL CRANK ? LED DOT LIGHTS AND REFLECTORS ? 7-PIN
PLUG ? STEEL FRAME, PAINTED ? 24" STONEGUARD ? 2X SCISSOR
JACKS (IN REAR CORNERS ONLY) ? REFLECTIVE T.�1PE ? HEAT
SHRINK ON ALL WIRE CONNECTIONS ? SPRAY FOAM INSULATION
ON WALLS AND CEILING ? FLOOR: 3/d' MARINE GRADE, DARK COLOR,
TEXTURE ON TOP ? WALLS AND CEILING: '/4' PLYWOOD WITH
WHITE SMOOTH ABS ? PARTITION WALL WITH POCKET DOOR
CABINETS: 22' FRONT CONFERENCE/REHAB ROOM: ? FOLD DOWN
BENCH SEATING ON DRIVER SIDE AND PASSENGER SIDE WALLS ?
FOLDING REMOVABLE TABLES IN THE MIDDLE ? 8X 120V OUTLETS
? 6X CAT6 CONNECTIONS ? HDMI CONNECTION ? REMOVABLE
TABLES IN MIDDLE ? OVERHEAD CABINETS, WHERE POSSIBLE 10'
REAR ROOM: ? RAMP DOOR AT REAR ? FOLD DOWN COUNTERTOPS
ON DRIVER SIDEAND PASSENGER SIDE WALLS ? OVERHEAD
CABINETS OVER EACH DESK, POWDER COATED WHITE 8X 120V
Print Date O1/09/26
Print Time 02:06:58 PM
Page No. 2
Continued on Next Page
Unit
Price
323,500.0000
Extended
Price
647,000.00
DANA SAFETY SUPPLY, INC
500 S EDWARDIA DR
GREENSBORO, NC 27409
Sales Quote
Sales Quote No. 597617-E
Telephone: 800-845-0045
Bill To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76ll 5
Contact:
Telep ho ne: 817-3 92-4226
E-mail: Tracy.Long@fortworthtexas.gov;William.Paine�
uote Date Shi Via F.O.B.
Q P
12/12/25 UPS GROUND FREIGHT QUOTED FREIGHT
Entered By Salesperson
Blake Hadscll BRYAN STEVENS-FORT WORT
Order Approve Tax
Quantity Quantity
Customer No. FTWORTHPOL
� Ship To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Contact: Bryan Stevens
Telephone: 817-909-3 639
E-mail: BSTEVENS@DANASAFETYSUPPLY.COM
Customer PO Number Payment Method
Ordered By
Capt. Robin Krousc
Item Number / Description
OUTLETS OVER THF, DF.SKS ? MONITORS AT WORKSTATION ? 6X
CAT6 CONNECTION ? HDMI CONNECTION ELECTRICAL: ? 12V
BATTERY SYSTEM TO POWER ALL 12V LED LIGHTS WIRED TO A
SOLAR PANEL? RED/WHITE INTF.RiOR LED LIGHTS, 12V ?
EXTERIOR RED/GREEN LIGHTS, 12V ? 4X 15A/125V, GFCI, 2PLUG,
EXTERIOR OUTLETS WEATHERPROOF ? MULTIPLE INTERIOR
OUTLETS, 15A/125V, 2PLUG WITH USB PORTS ? 1X BREAKER PANEL
WITH BREAKERS ? 12KW ONAN DIESEL GENERATOR 120/240V ?
DEDICATED DIESEL FUEL TANK FOR GENERATOR WITH GAUGE
AND EXTERIOR FILLER NECK ? SOA-120/240V SHORE POWER PLUG
WITH 25' CORD ? 3X ROOF TOP AIR CONDITIONERS (2 IN FRONT
ROOM, 1 IN REAR ROOM) ? 3X WALL MOUNTED HEATERS (2 IN
FRONT ROOM, 1 IN RF,AR ROOM) ACCESSORIES: ? MICROWAVE ?
MINI-FRDIGE ? GRAB HANDLE ON ENTRY DOORS ? PASS THROUGH
FOR STARLINK AND ANTENNA MOUNT PLATES ON ROOF ? 12V
AWNING ON THE CURBSIDE ? FIRE EXTINGUISHER ? 1X EXTERIOR
TV CABINETS WITH 43" TV ? MAGNETIC DECALS, REMOVABLE
WITH: OPTIONAL: ONE EXPANDABLE SLIDE OUT SECTION
1 N INFO
35% OFF MSRP $405,000
Warehouse: FTWO
Print Date
Print Time
Page No.
O1/09/26
02:06:58 PM
3
NET30
Resale Number
1-75-6000528-6
Unit
Price
0.0000
Extended
Price
0.00
Continued on Next Page
DANA SAFETY SUPPLY, INC
500 S EDWARDIA DR
GREENSBORO, NC 27409
Sales Quote
Sales Quote No. 597617-E
Telephone: 800-845-0045
Bill To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76ll 5
Contact:
Telep ho ne: 817-3 92-4226
E-mail: Tracy.Long@fortworthtexas.gov;William.Paine�
uote Date Shi Via F.O.B.
Q P
12/12/25 UPS GROUND FREIGHT QUOTED FREIGHT
Entered By Salesperson
Blake Hadscll BRYAN STEVENS-FORT WORT
Order Approve Tax
Quantity Quantity
Customer No. FTWORTHPOL
� Ship To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Contact: Bryan Stevens
Telephone: 817-909-3 639
E-mail: BSTEVENS@DANASAFETYSUPPLY.COM
Customer PO Number Payment Method
NET30
Ordered By Resale Number
Capt. Robin Krousc 1-75-6000528-6
Item Number / Description
1 Y MISC
OPS PUBLIC SAFETY: 10515-A00 Texas Buyboard 36' Tra
Warehouse: FTWO
PRODUCT DESCRIPTION BASE UNIT: 36"/40" GOOSENECK TRAILER
(32' BODY+ 8' GOOSENECK) ? 8.5' ENCLOSED WIDTH ? T6"
INTERIOR HEIGHT ? FLAT ROOF AND FRONT ? PASSENGER SIDE
DOOR 32" X 78" WITH CAM LOCK & RV FLUSH LOCK ? SLIDE OUT
STEP FOR SIDE DOOR ? REAR RAMP DOOR WITH CAM LOCK (DOOR
TO CLEAR ATV FOR STORAGE, ATV HEIGHT IS 79"H) ? EXTERIOR
WHITE PANELS, SCREWLESS ? CROSSMEMBERS, WALL POSTS, AND
ROOF BOWS AT 16" ? 7000 LB TRIAXLE DEXTER AXLES WITH
ELECTRIC BRAKES ON BOTH AXLES (21000 LBS GVWR) ?
GOOSENECK COUPLER ? GOOSENECK ELECTRICAL JACK WITH
MANUAL CRANK ? LED DOT LIGHTS AND REFLECTORS ? 7-PIN
PLUG ? STEEL FRAME, PAINTED ? 24" STONEGUARD ? 2X SCISSOR
JACKS (IN REAR CORNERS ONLY) ? REFLECTIVE T.�1PE ? HEAT
SHRINK ON ALL WIRE CONNECTIONS ? SPRAY FOAM INSULATION
ON WALLS AND CEILING ? FLOOR: 3/d' MARINE GRADE, DARK COLOR,
TEXTURE ON TOP ? WALLS AND CEILING: '/4' PLYWOOD WITH
WHITE SMOOTH ABS ? PARTITION WALL WITH POCKET DOOR
CABINETS: 22' FRONT CONFERENCE/REHAB ROOM: ? FOLD DOWN
BENCH SEATING ON DRIVER SIDE AND PASSENGER SIDE WALLS ?
FOLDING REMOVABLE TABLES IN THE MIDDLE ? 8X 120V OUTLETS
? 6X CAT6 CONNECTIONS ? HDMI CONNECTION ? REMOVABLE
TABLES IN MIDDLE ? OVERHEAD CABINETS, WHERE POSSIBLE 10'
REAR ROOM: ? RAMP DOOR AT REAR ? FOLD DOWN COUNTERTOPS
ON DRIVER SIDEAND PASSENGER SIDE WALLS ? OVERHEAD
CABINETS OVER EACH DESK, POWDER COATED WHITE 8X 120V
Print Date O1/09/26
Print Time 02:06:58 PM
Page No. 4
Continued on Next Page
Unit
Price
258,500.0000
Extended
Price
258,500.00
DANA SAFETY SUPPLY, INC
500 S EDWARDIA DR
GREENSBORO, NC 27409
Sales Quote
Sales Quote No. 597617-E
Telephone: 800-845-0045
Bill To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76ll 5
Contact:
Telep ho ne: 817-3 92-4226
E-mail: Tracy.Long@fortworthtexas.gov;William.Paine�
uote Date Shi Via F.O.B.
Q P
12/12/25 UPS GROUND FREIGHT QUOTED FREIGHT
Entered By Salesperson
Blake Hadscll BRYAN STEVENS-FORT WORT
Order Approve Tax
Quantity Quantity
Customer No. FTWORTHPOL
� Ship To
FORT WORTH POLICE DEPARTMENT
FORT WORTH, TX 76115
Contact: Bryan Stevens
Telephone: 817-909-3 639
E-mail: BSTEVENS@DANASAFETYSUPPLY.COM
Customer PO Number Payment Method
Ordered By
Capt. Robin Krousc
Item Number / Description
OUTLETS OVER THF, DF.SKS ? MONITORS AT WORKSTATION ? 6X
CAT6 CONNECTION ? HDMI CONNECTION ELECTRICAL: ? 12V
BATTERY SYSTEM TO POWER ALL 12V LED LIGHTS WIRED TO A
SOLAR PANEL? RED/WHITE INTF.RiOR LED LIGHTS, 12V ?
EXTERIOR RED/GREEN LIGHTS, 12V ? 4X 15A/125V, GFCI, 2PLUG,
EXTERIOR OUTLETS WEATHERPROOF ? MULTIPLE INTERIOR
OUTLETS, 15A/125V, 2PLUG WITH USB PORTS ? 1X BREAKER PANEL
WITH BREAKERS ? 12KW ONAN DIESEL GENERATOR 120/240V ?
DEDICATED DIESEL FUEL TANK FOR GENERATOR WITH GAUGE
AND EXTERIOR FILLER NECK ? SOA-120/240V SHORE POWER PLUG
WITH 25' CORD ? 3X ROOF TOP AIR CONDITIONERS (2 IN FRONT
ROOM, 1 IN REAR ROOM) ? 3X WALL MOUNTED HEATERS (2 IN
FRONT ROOM, 1 IN RF,AR ROOM) ACCESSORIES: ? MICROWAVE ?
MINI-FRDIGE ? GRAB HANDLE ON ENTRY DOORS ? PASS THROUGH
FOR STARLINK AND ANTENNA MOUNT PLATES ON ROOF ? 12V
AWNING ON THE CURBSIDE ? FIRE EXTINGUISHER ? 1X EXTERIOR
TV CABINETS WITH 43" TV ? MAGNETIC DECALS, REMOVABLE
NO SLIDE OUT OPTION
Approved By:
❑ Approve All Items & Quantities
Quote Good for 30 Days
Print Date O1/09/26
Print Time 02:06:58 PM
Page No. 5
By accepting this quote/order, the customer expressly acla�owledges and agrees that to the
extent not expressly prohibited by law, and except to the extent arising from or relating to
the gross negligence or willful misconduct of DSS, its agents or its employees, DSS shall
not be liable to the customer, or any third party for any damage to the vehicle/products
resulti�from or arising out of any ACTS OF G , including without limitation, any fires,
floods, earthquakes, tornados, hail or similar weather events.
Unit
Price
Subtotal
Freight
Order Total
NET30
Resale Number
1-75-6000528-6
Extended
Price
905,500.00
17,550.00
923,050.00
�u ' �
� � / 1 1
�_�
July 27, 2023
Sent Via Email: bids@danasafetysupply.com
Exhibit B
DanaOPS
Fleet Safety Equipment, inc. (Dana Safety Supply, Inc.)
3810 W. Osborne Ave.
Tampa, FL 33614
Welcome to BuyBoard!
P.O. Box 400, Austin, Texas 78767
800.695.2919 • info@buyboard.com • buyboard.com
Re: Notice of The Loca/ Government Purchasing Cooperative ContractAward; Proposal Invitation No. 714-
23, Mobile Command, Emergency Management and Bio-Terrorist Vehicles Products
Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company
a BuyBoardO contract based on the above-referenced Proposal Invitation. The contract is effective for an
initial one-year term of September 1, 2023, through August 31, 2023, 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. 714-23 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 Cooperative's
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 bids@buyboard.com.
Sincerely,
�
,�. — � �
Ava Benford, Cooperative Procurement Manager
Texas Association of School Boards, Inc.,
Procurement Administrator for the National Purchasing Cooperative
�.oz.oi.zou
Endorsed by A TASA`i TML ;/Q\' ��?
\ .%
� Board�
National Purchasing Coopeiative
August 9, 2023
Sent Via Email: bids@danasafetysupply.com
DanaOPS
Fleet Safety Equipment, inc. (Dana Safety Supply, Inc.)
3810 W. Osborne Ave.
Tampa, FL 33614
Welcome to BuyBoard!
Re: Notice of National Purchasing Cooperative Award; Proposal Invitation No. 714-23, Mobile Command, Emergency
Management and Bio-Terrorist Vehicles Products
Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoardO
contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of
September 1, 2023, through August 31, 2023, 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. 714-23 at
www.buvboard.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 Cooperative's 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 bidsC�buvboard.com.
Sincerely,
.�'-e`���-,� �
�
Ava Benford, Cooperative Procurement Manager
Texas Association of School Boards, Inc.,
Procurement Administrator for the National Purchasing Cooperative
�.o2.oi.2o2i
�
_�
P. 0. Box 400, Austin, Texas 78767-0400
800.695.2919 • buyboard.com ��
��: � I I „
�
• •
pb_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
PROPOSER'S ACCEPTANCE AND AGREEMENT
Proposal Invitation Name
Mobile Command, Emergency Management,
and Bio-Terrorism Vehicles
Proposal Due Date/Opening Date and Time
May 25, 2023, at 4:00 PM
Proposal Invitation Number
714-23
Contract Term
September 1, 2023, through August 31, 2024,
with two possible one-year renewals.
Location of Proposal Opening
Texas Association of School Boards, Inc.
BuyBoard Department
12007 Research Blvd.
Austin, TX 78759
Anticipated Cooperative Board Meeting Date
July 2023
By signature be%w, the undersigned acknow/edges and ag�ees that you a�e autho�ized to submit this
Proposal, including making allacknowledgements, consents, and certifications herein, on behalfofProposer
and, to the best of your knowledge, the information provided is true, accurate, and complete.
Dana Safety Supply, Inc
Name of Proposing Company
7800 Breen Drive
Street Address
31-May-2023
Date
Jonathan
Sizemore
Digitally signed by
Jonathan Sizemore
Date: 2023.06.01
Houston, TX 77064
City, State, Zip
813-348-4866
Telephone Number of Authorized Company Official
N/A
Fax Number of Authorized Company Official
00:56:22 -04'00'
Signature of Authorized Company Official
Jonathan Sizemore
Printed Name of Authorized Company Official
Bids & Contracts Administrator
Position or Title of Authorized Company Official
27-1557226
Federal ID Number
Page 11 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 mustinitialin the bottom rightcornerofeachpagewhere indicated
and complete and sign the Compliance Forms Signature Page. Proposer's 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:JSS
Page 12 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 (1/j one of the fol%wing:
❑ My COmpdny IS d pUbllCly-held COrp01'dtl0n. (Advance notice requirement does not apply to publicly-held corporation.)
[V� 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): I�//�
Details of Conviction(s): N/A
Initial: JSS
Page 13 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
RESIDENT/NONRESIDENT CERTIFICATION
Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who
are not Texas residents. Under the statute, a��resident" proposer is a person whose principal place of business is in Texas,
including a 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 (i/j one of the fol%wing:
❑ I certify that my company is a Resident Proposer.
[�I certify that my company is a Nonresident Proposer.
If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in
which your company's principal place of business is located):
Dana Safety Supply, Inc
Company Name
4809 W Koger Blvd
Address
Greensboro NC 27407
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? � N�A 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 vendor's
ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in
Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in
Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas?
Please check (i/j one of the fol%wing:
❑ Yes [� No
Initial: JSS
Page 14 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
• •
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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. Gov'T Co�E Ch. 2271), (2) does not boycott energy companies and will not
boycott energy companies during the term of the contract (TEx. Gov'T Co�E 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. Gov'T
Co�E 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. Gov�T 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. Gov'T 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 company's 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
entity's or association's status as a firearm entity or firearm trade association. TEx. Gov'T Co�E §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: JSS
Page 15 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 Comptroller's
list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make
this certification.
HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION
A Proposer that has been certified as a Historically Underutilized Business (also known as a Minoriry/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 (�l) 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: N/A
Name of Certifying Agency: N/A
[� 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: [List and explain BuyBoard Technical Requirements, ifany, to which your company
cannot or willnot comply.J
N/A
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 Vendor's 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 Vendor's 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: �SS
Page 16 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 buvboard.com/Vendor/Resources.aspx, provides
an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of
construction or construction-related goods and services, including those for projects that may involve or require architecture,
engineering or independent testing services. A copy of the Advisory can also be provided upon request. 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 member's Purchase Order or other agreement for construction-
related goods or services.
Initial: JSS
Page 17 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
DEVIATION AND COMPLIANCE
If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements
associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed
information regarding the deviations on this form or an attachment to this form. 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 Vendor's 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 (1/) one of the fol%wing:
� NO; Deviations
❑ YeS; Deviations
List and fully explain any deviations you are submitting:
N/A
Initial: �SS
Page 18 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 company's 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 Administrator's 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 contractadminCc�buvboard.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 Vendor's Proposal. (This consent shall not authorize use of your company's
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.
DO NOT se%ct this box un/ess your company is opting out of this Vendor Consent for Name Brand Use.
❑ 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 Vendor's 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 Vendor's awarded products and services on
the BuyBoard website.
Initial: JSS
Page 19 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
■ �����m pO_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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, et, seq.) or similar disclosure law. Proposer must clearly identify on this form
any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that
Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall
have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the
public or other third party request access to the information under the Texas Public Information Act or similar disclosure
law. 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 Fol%wing:
� N0, 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 Proposer's 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:
N/A
(Attach additional sheets if needed)
tnitial: JSS
Page 20 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
B. Copyright Information
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal)
contain copyright information?
Please check (� one of the fol%wing:
�
❑
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: N/A
(Attach additional sheets iFneeded.)
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: JSS
Page 21 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
• •
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 Vendor's willingness and ability to comply with certain
requirements which may 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 member's specific contractual needs, including contract
requirements for a procurement using federal grants or contracts.
For each of the items be%w, Vendor shou/d ce�tify Vendo�'s agreement and abi/ity to comp/y, where
applicab/e, by having Vendor's authorized representative check the applicab/e boxes, initial each page, and
sign the Compliance Forms Signature Page, If you fail to comp/ete any item in this form, the Cooperative
wi// consider and may /ist the Vendor's response on the BuyBoa�d as "NO,"the Vendo� is unab/e o� unwi//ing
to comp/y, 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.
L�d' YES, I 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:
The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without
cause, by providing seven (7) business days advance written notice to the l/endor. If this Agreement is terminated in
accordance with this Paragraph, the Cooperative member sha/l only be required to pay �endor for goods or services
delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with l/endor's
return policy. If the Cooperative member has paid �endor for goods or services not yet provided as of the date of
termination, l/endor shall immediately refund such payment(s).
❑ NO, I do not agree.
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the
manner by which it will be effected and the basis for settlement, is included in the Cooperative member's Purchase Order
or ancillary agreement agreed to by the Vendor, the Cooperative member's provision shall control.
�YES, I agree.
❑ NO, I do not agree.
Initial: JSS
Page 22 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
3. Equal Employment Opportunity:
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 Opportuniry," 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.
L�d' YES, I agree.
4. Davis-Bacon Act:
❑ NO I,do not agree.
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
Vendor's acceptance of the wage determination.
Vendor further agrees that it shall also comply with the Copeland ��Anti-Kickback" Act (40 USC 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed
in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must
be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work,
to give up any part of the compensation to which he or she is otherwise entitled.
�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 inechanics 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: JSS
Page 23 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
6. Right to inventions Made Under a Contract or Agreement:
If the Cooperative member's Federal award meets the definition of ��funding agreement" under 37 CFR 401.2(a) and the
recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance or experimental, developmental, or research work under that ��funding
agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, ��Rights to Inventions
Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency.
Vendor agrees to comply with the above requirements when applicable.
L�J 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.
�d' YES, I 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.
C�YES, I agree.
9. Byrd Anti-Lobbying Amendment:
❑ NO, I do not agree.
❑ NO, I do not agree.
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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).
qd YES, I agree.
❑ NO, I do not agree.
Initial: JSS
Page 24 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
w •
10. Procurement of Recovered Materials:
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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 Vendor's 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.
L�d' YES, I agree.
13. Profit as a Separate Element of Price:
❑ NO, I do not agree.
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 Vendor's
Cooperative Contract.
L�d' 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.
�d YES, I agree.
❑ NO, I do not agree.
Initial: JSS
Page 25 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
• •
pb_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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
Dana Safety Supply, Inc
9����e Digitally signed by Jonathan
Sizemore
S i ze m o re Date: 2023.06.01 00:57:22 -04'00'
Signature of A thorized Company Official
Jonathan S�izemore
Bids & Contracts Administrator
Printed Name and Title
31-May-2023
Date
Page 26 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��: � I I „
�
• •
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
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
Agl'2ement (�endors serving outside Texas only)
■ Local/Authorized Seller Listings
■ Manufacturer Dealer Designation
■ Proposal Invitation Questionnaire
■ Vendor Request to Self-Report BuyBoard
Purchases (optiona�)
To the extent any information requested is not applicable to your company, you must so indicate on the form.
•' :
VEND USINESS NAME
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:
Dana Safety Supply, Inc
(List the /ega/ name oF the company seeking to contract with the Cooperative. Do NOT /ist an assumed name, dba, aka, etc, here. Such information
may be provided be%w. If you are submitting a joint proposal with another entity to pro uide the same proposed goods or ser�ices, each submitting entity
should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to pro�ide
goods or services separately must submit their own Proposals.)
Please check (�/) one of the fol%wing:
Type of Business: ❑ Individual/Sole Proprietor
❑ Other (Specify:
State of Incorporation (if appiicabie): FIOf"ICIa
LJ Corporation ❑ Limited Liability Company ❑ Partnership
Federal Employer ldentification Number: 27-1557226
(l/endor must include a completed IRS W-9 form with their Proposa/)
Name by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of
Proposing Company listed above, only ualid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name
Certificate(s), if applicable, must be attached.)
N/A
Page 27 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
� Request for Taxpayer
Form �
(Rev.October2018) Identification Number and Certification
Department of the Treasury
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.
Dana Safety Supply, Inc
2 Business name/disregarded entity name, if different from above
e�
a�
m
a
c
0
ui c
ao
� v
L
O L
r N
c
•� c
a�
w
�U
G1
Q
N
a�
�
�
Give Form to the
requester. Do not
send to the IRS.
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
following seven boxes. certain entities, not individuals; see
instructions on paqe 3):
❑ Individual/sole proprietor or �C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate
single-member LLC
Exempt payee code (if any)
❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ►
Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting
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)
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Othenvise, a single-member LLC that
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
� Other (see instructions) � (Applies to accounts maintained outside fhe U.S.)
5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional)
4809 W Koqer Blvd
6 City, state, and ZIP code
Greensboro, NC 27407
7 List account number(s) here (optional)
� Taxpayer ldentification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
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.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
� Certification
Under penalties of perjury, I certify that:
� Social security number
_ m
or
� Employer identification number
2 7- 1 5 5 7 2 2 6
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject 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 the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Signature of
Here U.S. person►
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (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)
Date► 22-February-2023
• Form 1099-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
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. 10231 X Form W-9 (Rev. 10-2018)
��: � I I „
�
• •
pO_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
VENDOR CONTACT INFORMATION
Vendorshallprovide the requested Vendor Contactlnformation in the e%ctronicproposalsubmission system
inc/uding contract, purchase order, RFQ, and in voice contacts (or, if submitting a hard copy Proposal, time/y
request and comp/ete the Vendor Contact Information form in accordance with the Instructions to
Proposers).
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.
1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market
price during the previous 12-month period or the last fiscal year: $ .(The period of the 12-month
period is / ). In the event that a dollar value is not an appropriate measure of the sales, provide
and describe your own measure of the sales of the item(s).
2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the
Cooperative are equal to or better than the best price you ofFer other purchasing cooperatives for the same items
under equivalent circumstances.
3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past
has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required.
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 BuyBoard
N
N
N
N
N
N
Y
Y
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
210102
698-23, 704-23
❑ 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 (%): N/A
Explanation: N/A
Proposed Discount (%): N/A
Page 28 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
1. Federal General Services Administration Y N�q 3363
��: � I I '.
�
• •
pb_ Hox 4Q0, Austin, Texas 78767
SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
GOVERNMENTAL REFERENCES
For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The
Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information
requested below, including the existing 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
1. Fort Worth PD
Fulton County
2. Sheriff's Office
3. USFWS
Department of
4,Veterans Affairs
United States
5. Marshal Service
Vincent Brown
Noel Blake
Jeffrey Lucas
Joseph Garr
Marco A. Bazan
Phone#
817-392-4674
404-277-1596
703-358-2642
202-372-7360
202-590-0916
Email Address
vincent.brown@
fortworthtexas.gov
noel.blake@
fultoncountyga.gov
jeffrey_lucas@
fws.gov
Joseph.Garr@
va.qov
marco.bazan@
usdoj.gov
Discount Volume
Constant
N/A business
N/A Constant
business
Constant
N/A business
Constant
N/A business
Constant
N/A business
Do you ever modify your written policies or standard go rnmental sales practices as identified in the above chart to give
better discounts (lower pricing) than indicated? YES �NO ❑ If YES, please explain:
Yes, quantity discounts are available.
COMPANY PROFILE
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.)
Page 29 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Executive Summary of DSS Operations and Capabilities
Dana Safety Supply (DSS) is a major warehousing distributor, seller, service provider, and installer of law
enforcement and public vehicle equipment including emergency lighting, and related law enforcement
products that are commonly utilized by public safety entities. In addition, DSS is a major distributor of
law enforcement, tactical supplies, duty gear, firearms, ammunition, uniforms, and other public safety
products.
DSS operates 32 locations located in: Greensboro, NC (3), where our corporate ofFice is located;
Alabaster, AL; Little Rock, AR; Los Angeles, CA; DeLand, FL; Ft. Myers, FL; Fort Walton Beach, FL;
Jacksonville, FL; Miami, FL; Orlando, FL; Ft. Lauderdale, FL; Tallahassee, FL; Tampa, FL; Atlanta, GA;
Marietta, GA; Preston, GA; Rincon, GA(serving metro Savannah); Baton Rouge, LA; Livingston, MT;
Clinton, NC; Oklahoma City, OK; Columbia, SC (2); Memphis, TN; Nashville, TN; Austin, TX; Ft. Worth, TX;
Houston, TX; Harlingen, TX; and Lorton, VA (also serving the Metro Washington D.C. area).
.�_
� � - �
_Y I � L{w71L�,j` �
a
— _ '
����I
�L-� :
� .,�
��_ ...
DSS was founded in 2005 by a group of law enforcement and fleet professionals and has grown to
become the largest companies of its type in the United States. DSS is a subsidiary of Duval Motor
Company and Scott McRae Group, (SMAG), a 107-year-old family owned company that has been in
continuous operation, and under the same ownership since 1916. SMAG employs more than 900 people
across multiple companies in the automotive, finance, and service industries. Each company operates
independently, is its own legal entity, and is headed by its own President and management team, but has
the financial resources and backing of SMAG at its disposal.
DSS directly employs more than 350 people. This includes a full-time outside sales staff of more than 40
personnel who meet and service public safety customers on a daily basis. The inside sales support team
of 11 support outside sales efforts; and provide immediate customer support along with the
administrative and support staff of more than 100. DSS also employs more than 185 emergency vehicle
technicians. Each DSS location is staffed with personnel who possess extensive experience in the sales,
installation, and service of public safety products. Many of DSS personnel are former law enforcement or
military personnel with expertise in administrative operations, budgeting and procurement, fleet
management, patrol operations, special operations, and training.
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
-� � �y,���
_ -.� �
� 4�� .a ,f ;:�"'R!'� � � � Ca �:
__ ,� � ' � � ��
� :t
:.}
.� ..w�- � �/f .� 3
� --..__ .. —
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Scope of Work/Contracts
DSS regularly provides emergency vehicle equipment, installation services, and public safety products to
numerous State, Federal, and Local agencies, as well as to automotive dealers who utilize our up-fitting
services and products. DSS holds and has successfully completed hundreds of large volume contracts
with major public safety agencies throughout its territory to include Federal and State Agencies in AL,
AR, CA, FL, GA, LA, MT, NC, OK, SC, TN, TX, & VA. DSS is also an approved contractor for the GSA and has
a GSA contract for numerous public safety products and also for installation and upfitting services.
Contract Holder ���
Schedule 84: GS-07F-0512T � : r� `
Schedule 23V: 47C�MCA19DOOOK � ' '
�
DSS builds an average of 14,000 public safety vehicles annually with a sales volume in equipment and
installations exceeding $175M. DSS has extensive experience in equipment specifications, performance,
installations, service and troubleshooting, and our staff are subject matter experts in emergency lighting,
video systems, radar systems, GPS systems, radio equipment, cages, bumpers, and related bolt on and
electronic equipment.
To further support its customers, DSS maintains an average of over 60 million dollars in inventory, the
vast majority of that being emergency vehicle equipment and accessories available for immediate
delivery, with or without install. Many of these products and more can be found on our industry leading
e-commerce website www.danasafetysupply.com.
The mission objective of DSS is to provide its customers with top tier products, backed by first rate
customer service, while maintaining the competitive pricing structure that is necessary to compete
successfully for government contracts. Major emphasis of DSS' business model are brick and mortar
sales, service, installation, and warehousing operations in every location.
DSS is built around the concept of local service and support, and as such each location includes a vehicle
uplift shop staffed with local inside and outside sales personnel.
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Dana Safety Supply Locations
Installation Facility & Retail Store.
Headquarters/Operations: S00 S. Edwardia Dr., Greensboro, NC 27409
Installation Facility/WH: 4809 Koger Blvd., Greensboro, NC 27409
Retail Store: 5221 West Market St., Greensboro, NC 27409
Clinton 11,000 SF Inside and Outside sales, Warehouse, Installation Facility
150 Pugh Rd., Clinton, NC 28328
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
Greensboro 33,000 SF Headquarters Oaerations. Inside/ Outside sales, Warehouse,
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Alabaster
(Birmingham)
12,500 SF Inside and Outside sales, Warehouse, Installation Facility
604 Galloway Circle, Alabaster, AL 35007
Little Rock 26,500SF Inside and Outside sales, Warehouse, Installation Facility
316 N. Cedar Street, North Little Rock, AR 72114
DeLand
Fort Walton
Beach
Ft. Lauderdale
Jacksonville
Miami
Orlando
Tallahassee
Tampa
20,000 SF Warehouse, Installation Facility
600 Summerhill Dr., DeLand, FL 32724
12,000 SF Sales, Warehouse and Installation Facility
921 Skipper Avenue, Fort Walton Beach, FL 32547
15,000 SF Sales, Warehouse and Installation Facility
750 W. McNab. Road, Fort Lauderdale, FL 3330
44,000 SF Inside and Outside sales, Warehouse, Installation Facility
561 Stevens Street, Jacksonville, FL 32254
18,000 SF Inside and Outside sales, Warehouse, Installation Facility
7001 NW 36th Ave., Miami, FL 33147
25,000 SF Retail Store, Inside and Outside sales, Warehouse, Installation Facility
4832 North Orange Blossom Trail, Orlando, FL 32810
5,500 SF Sales, Warehouse and Installation Facility
4412 Production Court, Tallahassee, FL 32310
17,000 SF Retail Store, Inside and Outside sales, Warehouse, Installation Facility
3810 W Osborne Ave., Tampa, FL 33614
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
Canoga Park, 18,000 SF Inside and Outside sales, Warehouse, Installation Facility
(Los Angeles) 9035 Independence Ave., Canoga Park, CA 91304
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Ft. Lauderdale
Miami
Atlanta
Marietta
Preston
Rincon
(Savannah)
�
Baton Rouge
Livingston
Oklahoma City
15,000 SF I Sales, Warehouse and Installation Facility
750 W. McNab. Road, Fort Lauderdale, FL 3330
18,000 SF Inside and Outside sales, Warehouse, Installation Facility
7001 NW 36th Ave., Miami, FL 33147
12,000 SF Retail Store, Inside and Outside sales, Warehouse, Installation Facility
4729 Nelson Brogdon Blvd #F, Buford, GA 30518
16,000 SF Inside and Outside sales, Warehouse, Installation Facility
11098 King Industrial Drive, Marietta, GA 30062
6,500 SF
3,000 SF
Warehouse, Installation Facility
7277 Washington Street, Preston, GA 31824
Warehouse, Installation facility
145 Industrial Blvd., Rincon, GA 31326
12,000 SF Inside and Outside sales, Warehouse, Installation Facility
10362 Greenwell Springs Rd., Baton Rouge, LA 70814
12,000 SF Inside and Outside sales, Warehouse, Installation Facility
1 West End Road, Livingston, MT 59074
11,500 SF Inside and Outside sales, Warehouse, Installation Facility
308 NE 145th Place Oklahoma City, OK 73013
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Columbia
Memphis
Nashville
Round Rock
(Austin)
Ft. Worth
Houston
Harlingen
10,500 SF Retail Store, Inside and Outside sales, Warehouse, Installation Facility
Installation Facility: 1555 Old Dairy Dr., Columbia, SC 29201
Retail Store: 4601 Broad River Rd., Columbia, SC 29210
20,000 SF Inside and Outside sales, Warehouse, Installation Facility
2188 Spicer Cove, Memphis, TN 38134
12,000 SF Inside and Outside sales, Warehouse, Installation Facility
1900 Southerland Dr., Nashville, TN 37207
22,000 SF Inside and Outside sales, Warehouse, Installation Facility
900 E. Old Settlers Blvd., Round Rock, TX 78664
27,000 SF Sales, Warehouse, Installation Facility
800 Railhead Rd., Fort Worth, TX 76106
40,000 SF Inside and Outside sales, Warehouse, Installation Facility
7800 Breen Rd Bldg B Houston TX, 77064
12,000 SF Sales, Warehouse, Installation Facility
5002 Logans Run Circle, Harlingen, TX 78550
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
Lorton
(Washington D.C.
Metro)
Location Summary:
18,000 SF Inside and Outside sales, Warehouse, Installation Facility
8520 Cinderbed Rd, Suite 600, Lorton, VA 22079
Dana Safety Supply operates out of 32 "Brick and Mortar" locations across 13 states and currently
occupies 497,500 Sq/Ft in service to our industry.
Senior Management:
DSS wants to assure its customers that there is a no red tape policy at DSS. In the event that
management intervention is needed, or unusual circumstances arise, our customers can contact DSS
Senior Management directly as noted below. Cell phone numbers are provided to ensure that any
customer can reach DSS Senior Management if the need arises. DSS has learned through hundreds of
major contracts as well as in day to day business that the key to customer satisfaction is immediate
resolution of any area of concern which may arise and is 100% committed to doing so.
The President and CEO of D55 is David Russo. He has the overall responsibility for the company
management. David oversees, on a daily basis, all of the DSS sales, installation, and service functions.
David has more than thirty-five years of experience in the sales, installation, and service of law
enforcement equipment and products. He owned and operated a very successful and highly respected
public safety company from 1986 until 2002. After selling it to a New York based investment company he
remained with that company for an additional three years. David has successfully overseen the sales,
management, and administration of hundreds of millions of dollars in law enforcement contracts.
In addition, David was a sworn law enforcement ofFicer for 25 years, and served as a patrol deputy,
patrol lieutenant, trainer, supervisor, and instructor during his law enforcement career. David has been
recognized as an expert witness and has appeared and offered opinions in support of law enforcement.
David Russo
Cell Phone: 850-624-5450 Email: drussoC�danasafetvsuaalv.com
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
��\ /
�FETY SUPPEY
DANA SAFETY SUPPLY
500 South Edwardia Drive � Greensboro, NC 27407
DSS Senior Management (Con't):
The Chief Operating Officer of DSS is Wanda Hobbs. Wanda is based in Greensboro, NC and has thirty-
five years of experience in the public safety industry. Wanda is responsible for the daily operations of
DSS' finance, purchasing, administrative, and warehousing operations. Wanda also oversees the daily
operations of the Greensboro location. Wanda co-owned and successfully operated a highly respected
public safety distribution company with locations in NC, SC, GA and FL from 1987 until 2007 when it was
sold to DSS.
Wanda has a Bachelor's Degree in accounting from the University of North Carolina, and she has
successfully administered large public safety contracts for more than thirty-five years in the State of
North Carolina and the Southeastern U.S.
Wanda Hobbs, the COO of DSS or David Russo, CEO are available to intervene immediately to resolve
any issues that may arise and that require management intervention above the Regional General
Manager or General Manager level.
Wanda Hobbs
Cell Phone: 336-337-9134 Email: whobbs(�danasafetvsuaalv.com
The Assistant to the CEO is Jimmy Coumalatsos. Jimmy will serve as the second back up for contract
supervision in the unlikely event that neither Wanda Hobbs nor David Russo is available.
Jimmy Coumalatsos
Cell Phone: 904-497-2702 Email: icoumo@danasafetvsupplv.com
Telephone (336) 854-5536 I Toll Free (800) 845-0045 I Fax (336) 854-3884 I www.danasafetysupply.com
■ �����m pb_ Hox 4Q0, Austin, Texas 78767
� SOfl.685.2979 - bidsChuydoard.com - duyhoard.com
TEXAS REGIONAL SERVICE DESIGNATION
This form must be comp/eted in the e%ctronic proposal submission system (or, if submitting a hard copy
Proaosal, time/v reouest and coma/ete the form in accordance with the Instructions to Proaosers).
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 bidsC�buvboard.com at least five (5) business
days prior to the Proposal Due Date.) By designating a region or regions, you are certifying that you are
authorized and wi//ing to provide the proposed p�oducts and services in those regions. Designating �egions
in which you are either unab/e or unwi//ing to provide the specified p�oducts and services sha// be grounds
foreitherrejection ofyourProposalor, ifawarded, termination ofyourContract. Additionally, if you do not plan
to service Texas Cooperative members (i.e., if you will service only states other than Texas), you mustso indicate on the
form in the e%ctronic proposal submission system.
R�g�or�al Education Service C�nters
�. .. . ... , ° �
— � � � .s. , .,-_
.:- _. _. -� . .-_ � :.,,
..1�.-� ,. �.�. ��.� �:;,; -, - - _ --
� ..,.�, ' ,I,., ... �� .',I� - - -�� �-�..�
� :,j9�`��.,' �_ ,.,�- �. �,�---1 �".. - ,: _.,r
�:.
i �., _..,.i�:..r� :. _ - _
i.., � u _ i„
i�� . i _- '-• ..... ..
1'� ; �. ' �;r->� . �,.,.. -
ti.� �...� i<.i �
� ^� y
� � :`
,
��
��
� .,.� �, , ;—�
IY- --T
,.__. � �� � ; � . �
- �..,.. ' „•.,=': _ �
... ,y;'
« •-�:��., . ' � �
. . r:��;4}�� _ . L/
4—
_-. �."4..- ...
�` ����a . _' .:.:��'t� -= r: �;:��"
�:.r �,. ., ..,... :,..,. ,..i•v,. .
_ .r-� :;�;�
,. � - -
i , ; * �,
,.. .... ":� =,�
\`� /]�-'-_-'1
' �E �y
v � I��S:'�.
' _ _ _ '„�
- ,`*= _ .
, � -+
Page 30 of 72
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 EI Paso
20 San Antonio
PROPOSAL FORMS COMM/SVCS V.08.11.2021
��� � / � �;
�
��1
P.O. Box 400, Austin, Texas 78767
800.695.2979 - bids[a�buyboard.com - buyboard.com
STATE SERVICE DESIGNATION
This form must be comp/eted in the e%ctronic proposa/ submission system (or, if submitting a hard copy
Proposa/, time/y reguest and comp/ete the in accordance with the Instructions to Proposers).
As set forth in the Proposal Invitation, it is the Cooperative's 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 e%ctronic
proposal submission system. (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 Nationa/ Purchasing Cooperative, you must have an authorized representative sign the National
Purchasing Cooperative Vendor A ward Agreement that fo/%ws this page.
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 bidsCa�buvboard.com at /east five (5)
business days prior to the Proposa/ Due Date.) 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 unab/e or unwi//ing to provide the specified p�oducts and services sha// be grounds
for either rejection of your Proposa/ or, if awarded, termination of your Contract.
■ I will service all states in the United States.
■ I will not service all states in the United States.
Alabama
Alaska
Arizona
Arkansas
California (Public Contract Code 20118 & 20652)
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Hawaii
Idaho
Illinois
Indiana
Iowa
Kansas
Kentucky
Louisiana
Maine
Maryland
Massachusetts
Michigan
Minnesota
Mississippi
Missouri
Montana
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Ohio
Oklahoma
Oregon
Pennsylvania
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
Uta h
Vermont
Virginia
Washington
West Virginia
Wisconsin
Wyoming
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 31 of 72
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT
In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this
Proposal Invitation may be "piggy-backed" by another governmental entity. The National Purchasing Cooperative is an
intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members
throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative,
you agree to the following 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 Cooperative's 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 Vendor's records pertaining to
purchases made by National Cooperative members in order to verify the accuracy of service fees,
6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the
fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and
responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National
Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award
shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only
parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas
Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this
Agreement shall control, and then only to the extent necessary to reconcile the conflict.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 32 of 72
��� � / � �;
�
r��
P.O. Box 400, Austin, Texas 78767
800.695.2979 - bids[a�buyboard.com - buyboard.com
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.
Dana Safety Supply, Inc
pJ�rr� Qf�g,��o� Digitally signed by Jonathan
J f 1 d f I Sizemore
S i ze m o re Date: 2023.06.01 00:58:22
_na�nn�
Signature of Authorized �ompany Official
714-23
Proposal Invitation Number
Jonathan Sizemore
Printed Name of Authorized Company Official
31-May-2023
Date
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 33 of 72
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
LOCATION/AUTHORIZED SELLER LISTINGS
If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation,
please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary.
NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders,
and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the
Contract. If you are a product manufacturer and wish to designate Designated Dea/ers as defined in the
General Terms and Conditions to receive Cooperative member Purchase Orders on your beha/f, you must
comp/ete the Manufacturer Designated Dea/er form.
Please see included Executive 3ummary for location information.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 34 of 72
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
MANUFACTURER DEALER DESIGNATION
If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple
dealers ("Designated Dealers'� to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete
this form for each dealer you wish to designate.
Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such
designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any
obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor
or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain
responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's
Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder,
including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees.
If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard
system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor
with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process
such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order
to a Designated Dealer for processing.
The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated
Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise
acting on Vendor's behalf under the Contract. Further, the Cooperative 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.
N/A
Designated Dealer Name
Designated Dealer Contact Person
Designated Dealer Address
City
State
Zip Code
Phone Number
Fax Number
Email address Designated Dealer Tax ID Number* (*attach W-9)
Page 35 of 72
PROPOSAL FORMS COMM/SVCS V.08.11.2021
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
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.
Dana Safety Supply, Inc has been doing business for 13+ years and is not currently
sale or involved in any transactions that would alter business practices.
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.
Please see included Dana Safety Supply, Inc Executive Summary.
3. Marketina Strateav: 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. (Examale: Explain how your company willinitial/y inform Cooperative
members of your BuyBoard Contract, and how you will continue to support the BuyBoard for the duration of the Contract
term.)Attach additional pages if necessary.
Dana Safety Supply will list the Contract along with details and contact info on our
website www.danasafetysupply.com.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 36 of 72
��� � / � �;
�
r�r
P.O. Box 400, Austin, Texas 78767
800.695.2979 - bids[a�buyboard.com - buyboard.com
4. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and
rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present
owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or
insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position
with your firm.
Please see included Dana Safety Supply, Inc Executive Summary for financial info, and
insurance docs for coverage limits. Other financial information can be provided upon
request. No shareholders or stockholders have been a debtor party to any negative
financial proceedinqs.
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.
No.
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.
N/A. DSS has not defaulted on any contracts.
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 firm's 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
N/A he claim, and resolution or current status.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 37 of 72
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
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) Vendor's 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.
Note: This form is NOT reguired as part of your proposal, You shou/d sign and return this form ONL Y if you
wish to request authorization to self-report BuyBoard purchases. 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.
By my signature be%w, I hereby request authorization from the Cooperative administrator to se/f-�eport
BuyBoard purchases if my company is awarded a Contract, I certify that I am authorized by the above-named
Vendor to approve this form, and I have received and �ead the Additiona/ Terms and Conditions for BuyBoard
Se/f-Reporting inc/uded in this Proposa/ Invitation and do hereby approve and agree to such terms and
conditions on behalf of Vendor.
NAME OF VENDOR: Dana Safetj/ Su�ply, Inc
Digitally signed by Jonathan
Jonathan Sizemore s�Zemore
narA• �m� nti n� nn•SR•s� _na�nn�
Signature of Vendor Authorized Representative
Printed Name: Jonathan Sizemore
Title: Bids & Contracts Administrator
�ate: 31-May-2023
(For Cooperative Administrator Use Only)
Approved by BuyBoard Administrator:
Effective/Start Date for Self-Reporting:
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 38 of 72
��� � / � �;
�
r��
P.O. Box 400, Austin, Texas 78767
800.695.2979 - bids[a�buyboard.com - buyboard.com
REQUIRED FORMS CHECKLIST
(Please check (�) the fol%wing)
� Reviewed/Completed: Proposer's Acceptance and Agreement
PROPOSAL FORMS PART 1: COMPLIANCE FORMS
��
�
7
l�
�
�
�
�
�
�
7
►�
7
�
�
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
\�
�
�
�
�
�
�
l�
�
�
►�
�
►�
Reviewed/Completed: Vendor Business Name
Reviewed/Completed: Vendor Contact Information (completeine%ctronicproposalsubmissionsystem)
Reviewed/Completed: Federal and State/Purchasing Cooperative Experience
Reviewed/Completed: Governmental References
Reviewed/Comnleted: Company Profile
Reviewed/Completed: Texas Regional Service Designation �com�iete�neiectron�c�roPosaisubm�ss�onsystem�
Reviewed/Completed: State Service Designation �com�iete �n eiectron�cPro�osaisubm�ss�on system>
Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement �uendors ser�in9 outside rexas oniy�
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 (optionai)
Reviewed/Comnleted: Proposal Specifications Discount (%) off Catalog/Pricelist and/or other required pricing
information including Catalogs/Pricelists (or no bid response), Manufacturer Authorization Letters, and
Dealer Certificate and/or License must be submitted with the Proposa/ or the Proposal will not be considered.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 41 of 72
� Board� P�- sox 400, Austin, Texas 78767
� 800.695.2979 - bids[a�buyboard.com - buyboard.com
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 1: 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.
PROPOSAL NOTE2: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each
manufacturer. Manufacturer authorization letters must include the regions and/or in which equipment may be sold.
Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining
that the company is the manufacturer of the products proposed.
PROPOSAL NOTE3: An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise Motor
Vehicle Dealer Certificate and/or other license/certificate as required by the Texas Department of Motor Vehicles. If Vendor
proposes to serve states other than Texas, Vendor must have any and all licenses or certificates, including franchise motor
vehicle dealer certificates or licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal invitation should submit a copy of their dealer certificate(s) and/or license(s).
PROPOSAL NOTE 4: All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees, pre-delivery inspection,
make ready, and manufacturer destination fees) are to be included in the base model price(s). Vehicle fees not included in
the base model price(s) will not be permitted. The Cooperative service fee for vehicles is not a��vehicle fee" and is not to
be included in the base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory vehicles at
the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor Plan and Lot Insurance fees shall not
be included in the price of a vehicle for the purpose of this proposal but must be listed separately as a line item price on
individual quotes for any potential Cooperative member purchase.
Section I: Vehicles
1. Base Model Price for Light Duty Vehicle, 9450-9900 GVWR, CHASSIS: Mercedes Sprinter, Ford E350, or Equal.
ENGINE: Mercedes 2.7L Diesel Engine or V-10 Gasoline Engine or equal. With minimum standard conversion of 21'
body, auto, 7KW, (1) 13,500 roof A/C, electric heaters, 3 workstations, overhead cabinets, storage areas, refrigerator,
microwave, wired for phones and data, awning, graphics and exterior scene lights.
2. Base Model Price for Medium Duty Vehicle, 19,000-25,500 GVWR, CHASSIS: Freightliner FL60, Ford E550 or
equal. ENGINE: 250 HP Diesel 7.3L Engine or Equal. With minimum standard conversion of: 23' body, auto, 15KW,
walk through cab, air seats, (2) roof A/C, electric heaters, .125 smooth side custom body, hydraulic jacks, TV/DVD,
refrigerator, microwave, roof observation platform, wired for phones & data, awning, graphics & exterior scene lights.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 39 of 72
��� � / � �;
�
r��
P.O. Box 400, Austin, Texas 78767
800.695.2979 - bids[a�buyboard.com - buyboard.com
Base Model Price for Standard Duty Vehicle, 25,500-29,000 GVWR, CHASSIS: MT-55 Freightliner chassis or
Equal, Step van Body or Equal. ENGINE: 260HP diesel engine or equal. With minimum standard conversion of: 31'
or 37' aluminum .125 body, auto, Allison Transmission or equal, 5 year warranty, slide out optional, walk through cab,
hydraulic jacks, 15KW, 1 or 2 conference areas, 3 to 9 workstations, equipment rack, restroom, galley, TV/DVD in
conference area, (3) roof A/C, electric heaters, roof observation platform, wired for phones and data, awning, graphics
and exterior scene lights.
4. Base Model Price for Heavy Duty Vehicle, 35,000-54,000 GVWR, CHASSIS: Freightliner FL80 chassis or Equal,
Custom Body or Equal. ENGINE: 300 HP or 330 HP CAT Diesel engine or equal. With minimum standard conversion
of: 34' to 39' smooth side .125 custom aluminum body, crew cab optional, slide out optional, Allison transmission or
equal, 5 year warranty, walk through cab, hydraulic jacks, 20 to 30 KW, 1 or 2 conference areas, 3 to 9 workstations,
equipment rack, restroom, galley, TV/DVD in conference area, 3 to 4 ton Bard A/C, electric heaters, roof observation
platform, wired for phones and data, awning, graphics and exterior scene lights.
Base Model Price for Extra Heavy Duty Vehicle, 54,000+ GVWR, CHASSIS: Freightliner FL112 chassis or Equal,
Custom Body or Equal. ENGINE: 400 HP CAT diesel engine or equal. With minimum standard conversion of: 40'
smooth side .125 custom aluminum body, raised roof crew cab optional, slide out optional, Allison transmission or
equal, 5 year warranty, walk through cab, hydraulic jacks, 20 or 30 KW, large conference area, 5 to 6 workstations,
equipment rack, restroom galley, N/DVD in conference area, 4 ton Bard A/C, electric heaters, roof observation
platform, wired for phones and data, awning, graphics and exterior scene lights.
6. Base Model Price for Command Trailer, Single Axle, Steel Frame, with minimum standard conversion of: 16' smooth
side .125 custom aluminum body, slide out optional, hydraulic jacks, 20KW, conference area, 4 to 5 workstations,
equipment rack, restroom galley, TV/DVD in conference area, 3 ton Bard A/C, electric heaters, roof observation
platform, wired for phones and data, awning, graphics and exterior scene lights.
7. Base Model Price for Command Trailer, Dual Axle, Steel Frame, with minimum standard conversion of: 36' smooth
side .125 custom aluminum body, slide out optional, hydraulic jacks, 20KW, conference area, 4 to 5 workstations,
equipment rack, restroom galley, TV/DVD in conference area, 3 ton Bard A/C, electric heaters, roof observation
platform, wired for phones and data, awning, graphics and exterior scene lights.
Section II: OPTIONS and EOUIPMENT- Options may be selected by the Cooperative member at the time of order.
8. Discount (%) off all Original Equipment Manufacturer (OEM) Options.
9. Discount (%) off Third Party (not OEM) and Unpublished Options, Equipment, and Supplies.
10. Discount (%) off Original Equipment Manufacturer (OEM) Parts and Supplies.
11. Discount (%) off Floor Plan and/or Lot Insurance (dealer inventory vehicles and upfitting vehicles).
12. Discount (%) off Extended Service Maintenance Agreements.
Section III: Vehicle Delivery Fees and Labor Rate for Installation and Repair Service
13. Not to Exceed hourly labor rate for Installation or Repair Service.
14. Not to Exceed hourly labor rate for Paint and Body Repair.
15. Not to Exceed per mile delivery fee for Vehicles.
PROPOSAL FORMS COMM/SVCS V.08.11.2021
Page 40 of 72
Fleet Safety Equipment, inc. Information
Contact:
Address:
Phone:
Fax:
Email:
Web Address:
Darrin Hope
7800 Breen Rd
Houston, TX 77064
(713) 228-8900
(713) 228-8904
dhope@danasafetysupply.com
www.danasafetysupply.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Jonathan Sizemore
Signature
bids@danasafetysupply.com
Email
Submitted at 6/1/2023 12:06:44 AM (CT)
Requested Attachments
BuyBoard BuyBoard 2023 Mobile CMD, Emer Mgmt & Bio-Terror Vehicles Proposal 714-23 - Dana Safety.pdf
Proposal
Invitation No. 714-
23, Mobile
Command,
Emergency
Management, and
Bio-Terrorism
Vehicles
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.)
Manufacturer Authorization Letter(s)
OPS Authorized Distributor Letter 01.27.2023.pdf
REQUIRED - Upload Manufacturer Authorization Letter(s) in PDF format. Vendor must be approved by the
manufacturer to sell, install, and service the brand of equipment proposed. Proposer's responding to this Proposal
Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the
Texas regions and/or states in which equipment may be sold. Manufacturers responding directly to this proposal
invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
Dealer Certificate(s) and/or License(s)
No response
In PDF format, upload Franchise Motor Vehicle Dealer Certificate from Texas Department of Motor Vehicles and
Manufacturer certificate from the Texas Department of Motor Vehicles or, if vendor proposes to serve states outside of
the State of Texas, the applicable dealer license(s) for such state(s).
Catalog/Pricelist for OEM Options
BuyBoard 714-23 spec sheets.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.)
Page 3 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Exceptions and/or Detailed Information Related to Discount % and/or Hourly Labor Rate No response
Proposed
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
2023 Dana Safety Supply - Executive_Summary 03.20.2023.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 ldentification Number and Dana Safety Supply W9 02.22.2023 GB.pdf
Certification
REQUIRED-In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.)
Addendum No. 1 Addendum-No-1-for-714-23 - Dana Safety Supply.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.)
Response Attachments
Corporate Resolution - Jonathan Sizemore 08.24.2022.pdf
Corporate Resolution
Bid Attributes
1 Federal Identification Number
Federal Identification Number
� 27-1557226
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
boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. GOV'T CODE Ch. 2270).
Accordingly, this certification form is included to the extent required by law.
"Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that
is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a
person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for
ordinary business purposes. TEX. GOV'T CODE §808.001(1).
By signature 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 I
Page 4 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
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
— 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
Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by
my company to make this certification.
�Yes
5
MWBE/HUB Status Certification
A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women
Business Enterprise or "MWBE" and all referred to in this form as a"HUB") is encouraged to indicate its HUB
certification status when responding to this Proposal Invitation. The 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: �Piease �ne�k an rnar
apply)
6 Minority Owned Business
Minority Owned Business
❑ Minority Owned Business (Yes)
7 I Women Owned Business
Women Owned Business
❑ Women Owned Business (Yes)
0
Service-Disabled Veteran 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)
❑ Service-Disabled Veteran Owned Business (Yes)
9 I Certification Number
Certification Number
� No response
1 Name of Certifying Agency
� Certifying Agency
� No response
Non-MWBE/HUB
My company has NOT been certified as a MWBE/HUB
�❑ Non-HUB (Yes)
1 Vendor General Contact Information
2 Proposal/Contract General Contact Information
Page 5 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1 Vendor Proposal/Contract Contact Name
3 Vendor Proposal/Contract Contact Name
� DanaOPS
1 Vendor Proposal/Contract Contact E-mail Address
4 Vendor Proposal/Contract Contact E-mail Address
� bids@danasafetysupply.com
1 Vendor Proposal/Contract Mailing Address
5 Vendor Proposal/Contract Mailing Address
� 3810 W. Osborne Ave.
1 Vendor Proposal/Contact Mailing Address - City
6 Vendor Proposal/Contact Mailing Address - City
� Tampa
1 Vendor Proposal/Contact Mailing Address - State
7 Vendor Proposal/Contact Mailing Address - State (Abbreviate State Name)
�FL
1 Vendor Proposal/Contact Mailing Address - Zip Code
$ Vendor Proposal/Contact Mailing Address - Zip Code
�33614
1 Vendor Proposal/Contact Phone Number
9 Vendor Proposal/Contact Phone Number (�ooc-�ooc-�000c)
�8133484866
2 Vendor Proposal/Contact Extension Number
� Vendor Proposal/Contact Extension Number
� No response
2 Company Website
� Company Website (www.xxxxx.com)
� https://danasafetysupply.com/
2
2
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
Page 6 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
2 Purchase Order E-mail Address
3 Purchase Order E-mail Address
� bids@danasafetysupply.com
2 Purchase Order Contact Name
4 Purchase Order Contact Name
� Mark Sevigny
2 Purchase Order Contact Phone Number
5 Purchase Order Contact Phone Number (>ooc->ooc->000c)
�8133484866
2 Purchase Order Contact Extension Number
6 Purchase Order Contact Extension Number
� No response
2 Alternate Purchase Order E-mail Address
7 Alternate Purchase Order E-mail Address
� No response
2 Alternate Purchase Order Contact Name
$ Alternate Purchase Order Contact Name
� No response
2 Alternate Purchase Order Contact Phone Number
9 Alternate Purchase Order Contact Phone Number (xxx-xxx-xxxx)
� No response
3 Alternate Purchase Order Contact Extension Number
� Alternate Purchase Order Contact Extension Number
� No response
3
1
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:
• Purchase Orders may be received by the Designated Dealer(s) identified on my company's Dealer
Designation form as provided to the Cooperative administrator. I understand that my company shall remain
responsible for the Contract and the performance of all Designated Dealers under and in accordance with
the Contract.
�Yes
3 Request for Quotes (RFQ)
2 Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs:
Page 7 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
3 Request for Quote (RFQ) E-mail Address
3 Request for Quote (RFQ) E-mail Address
� bids@danasafetysupply.com
3 Request for Quote (RFQ) Contact Name
4 Request for Quote (RFQ) Contact Name
� Mark Sevigny
3 Request for Quote (RFQ) Contact Phone Number
5 Request for Quote (RFQ) Contact Phone Number (>ooc-�ooc-�000c)
�8133484866
3 Request for Quote (RFQ) Contact Extension Number
6 Request for Quote (RFQ) Contact Extension Number
� No response
3 Alternate Request for Quote (RFQ) E-mail Address
7 Alternate Request for Quote (RFQ) E-mail Address
� msevigny@danasafetysupply.com
3 Alternate Request for Quote (RFQ) Contact Name
$ Alternate Request for Quote (RFQ) Contact Name
� Mark Sevigny
3 Alternate Request for Quote (RFQ) Contact Phone Number
9 Alternate Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx)
�8133484866
4 Alternate Request for Quote (RFQ) Contact Extension Number
� Alternate Request for Quote (RFQ) Contact Extension Number
� No response
4
1
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.
Page 8 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
4
2
Invoices
Please choose onlv 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 �
4 Invoice Company Name
3 Invoice Company Name
� DANA SAFETY SUPPLY, Inc.
4 Invoice Company Department Name
4 Invoice Company Department Name
�Accounts Payable
4 Invoice Contact Name
5 Invoice Contact Name
� Joan Miller
4 Invoice Mailing Address
6 Invoice Mailing Address (P.O. Box or Street Address)
� ap@danasafetysupply.com
4 Invoice Mailing Address - City
7 Invoice Mailing Address - City
� 4809 Koger Blvd
4 Invoice Mailing Address - State
$ Invoice Mailing Address - State (Abbreviate State Name)
�NC
4 Invoice Mailing Address - Zip Code
9 Invoice Mailing Address (Zip Code)
�27409
5 Invoice Contact Phone Number
� Invoice Contact Phone Number (xxx-xxx-xxxx)
�8008450045
Page 9 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
5 Invoice Contact Extension Number
� Invoice Contact Extension Number
� No response
5 Invoice Contact Fax Number
2 Invoice Contact Fax Number (xxx-xxx-xxxx)
� No response
5 Invoice Contact E-mail Address
3 Invoice Contact E-mail
� msevigny@danasafetysupply.com
5 Invoice Contact Alternate E-mail Address
4 Invoice Contact Alternate E-mail Address
� msevigny@danasafetysupply.com
5 Billing Agent Company Name
5 Billing Agent Company Name
� Dana Safety Supply
5 Billing Agent Department Name
6 Billing Agent Department Name
� No response
5 Billing Agent Contact Name
7 Billing Agent Contact Name
� No response
5 Billing Agent Mailing Address
$ Billing Agent Mailing Address (P.O. Box or Street Address)
� No response
5 Billing Agent Mailing Address - City
9 Billing Agent Mailing Address - City
� No response
6 Billing Agent Mailing Address - State
� Billing Agent Mailing Address - State (Abbreviate State Name)
� No response
6 Billing Agent Mailing Address - Zip Code
� Billing Agent Mailing Address - Zip Code
� No response
6 Billing Agent Contact Phone Number
2 Billing Agent Contact Phone Number (xxx-xxx-xxxx)
� No response
Page 10 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
6 Billing Agent Contact Extension Number
3 Billing Agent Contact Extension Number
� No response
6 Billing Agent Fax Number
4 Billing Agent Fax Number
� No response
6 Billing Agent Contact E-mail Address
5 Billing Agent Contact E-mail Address
� No response
6 Billing Agent Alternative E-mail Address
6 Billing Agent Alternative E-mail Address
� No response
6 Shipping Via
7 Common Carrier, Company Truck, Prepaid and Add to Invoice, or Other
�Common Carrier�
6 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 �
6 Vendor's Internal/Assigned Reference/Quote Number
9 Vendor's Internal/Assigned Reference/Quote Number
� No response
7
0
State or Attach Return Policy
Note: Only return requirements and processes will be deemed part of Vendor's return policy. Any unrelated contract
terms, terms of sale, or other information not specifically related to return requirements and processes included in
Vendor's return policy shall not apply to any awarded Contract unless specifically included as a deviation in the
Deviation and Compliance Form and accepted by the Cooperative.
� No response �
7 Electronic Payments
� Are electronic payments acceptable to your company?
�Yes �
7 Credit Card Payments
2 Are credit card payments acceptable to your company?
�Yes �
Page 11 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
7
3
Texas Regional Service Designation
Texas Regional Service Designation - Refer to Form in Proposal Invitation
The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers
vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all
Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you
propose to serve different regions for different products or services included in your Proposal, you must complete
and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the
products or services to which the designation applies. 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.
7 Company Name
4 Company Name
� DANA SAFETY SUPPLY, Inc.
7 Texas Regional Service Designation
5 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 �
7 Region 1
6 Region 1 - Edinburg
❑ Region 1 (1)
7 Region 2
7 Region 2- Corpus Christi
❑ Region 2 (2)
7 Region 3
8 Region 3 - Victoria
❑ Region 3 (3)
7 Region 4
9 Region 4 - Houston
❑ Region 4 (4)
8 Region 5
� Region 5 - Beaumont
❑ Region 5 (5)
8 Region 6
� Region 6 - Huntsville
❑ Region 6 (6)
8 Region 7
2 Region 7 - Kilgore
❑ Region 7 (7)
Page 12 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
8 Region 8
3 Region 8- Mount Pleasant
❑ Region 8 (8)
8 Region 9
4 Region 9- Wichita Falls
❑ Region 9 (9)
8 Region 10
5 Region 10 - Richardson
❑ Region 10 (10)
8 Region 11
6 Region 11 - Fort Worth
❑ Region 11 (11)
8 Region 12
7 Region 12 - Waco
❑ Region 12 (12)
8 Region 13
$ Region 13 - Austin
❑ Region 13 (13)
8 Region 14
9 Region 14 - Abilene
❑ Region 14 (14)
9 Region 15
� Region 15 - San Angelo
❑ Region 15 (15)
9 Region 16
� Region 16 - Amarillo
❑ Region 16 (16)
9 Region 17
2 Region 17 - Lubbock
❑ Region 17 (17)
9 Region 18
3 Region 18 - Midland
❑ Region 18 (18)
9 Region 19
4 Region 19 - EI Paso
❑ Region 19 (19)
Page 13 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
9 Region 20
5 Region 20 - San Antonio
❑ Region 20 (20)
9
6
State Service Designation
State Service Designation - Refer to Form in Proposal Invitation.
As set forth in the Proposal Invitation, it is the Cooperative's 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 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.
9 Company Name
7 Company Name
� DANA SAFETY SUPPLY, Inc.
:
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.
� AI I States
9 Alabama
9 Alabama
❑ Alabama (AL)
1 Alaska
� Alaska
0
❑ Alaska (AK)
1 Arizona
� Arizona
❑ Arizona (AZ)
1 Arkansas
2 Arkansas
❑ Arkansas (AR)
1 California
� California (Public Contract Code 20118 & 20652)
3
❑ California (CA)
Page 14 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1 Colorado
� Colorado
4
❑ Colorado (CO)
1 Connecticut
5 Connecticut
❑ Connecficut (CT)
1 Delaware
6 Delaware
❑ Delaware (DE)
1 District of Columbia
� District of Columbia
7
❑ District of Columbia (DC)
1 Florida
$ Florida
❑ Florida {FL)
1 Georgia
9 Georgia
❑ Georgia (GA)
1 Hawaii
� Hawaii
❑ Hawaii (HI)
1 Idaho
� Idaho
1
❑ Idaho (ID)
1 Illinois
� Illinois
2
❑ lllinois (IL)
1 Indiana
3 Indiana
❑ Indiana (IN)
1 lowa
4 lowa
❑ lowa (IA)
1 Kansas
5 Kansas
❑ Kansas (KS)
Page 15 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1 Kentucky
� Kentucky
6
❑ Kentucky (KY)
1 Louisiana
7 Louisiana
❑ Louisiana (LA)
1 Maine
$ Maine
❑ Maine (ME)
1 Maryland
� Maryland
9
❑ Maryland (MD)
1 Massachusetts
2 Massachusetts
0
❑ Massachusetts (MA)
1 Michigan
� Michigan
❑ Michigan (MI)
1 Minnesota
2 Minnesota
❑ Minnesofa (MN)
1 Mississippi
2 Mississippi
3
❑ Mississippi (MS)
1 Missouri
4 Missouri
❑ Missouri (MO)
1 Montana
5 Montana
❑ Montana (MT)
1 Nebraska
2 Nebraska
6
❑ Nebraska (NE)
1 Nevada
7 Nevada
❑ Nevada (NV)
Page 16 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1 New Hampshire
2 New Hampshire
8
❑ New Hampshire (NH)
1 New Jersey
2 New Jersey
9
❑ New Jersey (NJ)
1 New Mexico
� New Mexico
❑ New Mexico (NM)
1 New York
3 New York
1
❑ New York (NY)
1 North Carolina
3 North Carolina
2
❑ North Carolina (NC)
1 North Dakota
3 North Dakota
3
❑ North Dakota (ND)
1 Ohio
4 Ohio
❑ Ohio (OH)
1 Oklahoma
5 Oklahoma
❑ Oklahoma (OK)
1 Oregon
6 Oregon
❑ Oregon (OR)
1 Pennsylvania
3 Pennsylvania
7
❑ Pennsylvania (PA)
1 Rhode Island
$ Rhode Island
❑ Rhode Island (RI)
1 South Carolina
3 South Carolina
9
❑ South Caro�ina (SC)
Page 17 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1 South Dakota
4 South Dakota
0
❑ South Dakata (SD)
1 Tennessee
� Tennessee
❑ Tennessee (TN)
1 Texas
2 Texas
❑ Texas (TX)
1 Utah
4 Utah
3
❑ utan (ur)
1 Vermont
4 Vermont
❑ Vermont (VT)
1 Virginia
5 Virginia
❑ Virginia (VA)
1 Washington
4 Washington
6
❑ Washington (WA)
1 West Virginia
4 West Virginia
7
❑ West Virginia (WV)
1 Wisconsin
$ Wisconsin
❑ Wisconsin (WI)
1 Wyoming
� Wyoming
9
❑ Wyoming (WY)
Bid Lines
Page 18 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Section I: Vehicles
Base Model Price for Light Duty Vehicle, 9450-9900 GVWR, CHASSIS: Mercedes Sprinter, Ford E350, or Equal.
ENGINE: Mercedes 2.7L Diesel Engine or V-10 Gasoline Engine or equal. With minimum standard conversion
of 21' body, auto, 7KW, (1) 13,500 roof A/C, electric heaters, 3 workstations, overhead cabinets, storage areas,
refrigerator, microwave, wired for phones and data, awning, graphics and exterior scene lights.
No Bid
Manufacturer: � No response
Manufacturer #: � No response
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 19 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
No response
Page 20 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
2
Section I: Vehicles
Base Model Price for Medium Duty Vehicle, 19,000-25,500 GVWR, CHASSIS: Freightliner FL60, Ford E550 or
equal. ENGINE: 250 HP Diesel 7.3L Engine or Equal. With minimum standard conversion of: 23' body, auto,
15KW, walk through cab, air seats, (2) roof A/C, electric heaters, .125 smooth side custom body, hydraulic jacks,
TV/DVD, refrigerator, microwave, roof observation platForm, wired for phones & data, awning, graphics & exterior
scene lights.
No Bid
Manufacturer: � No response
Manufacturer #: � No response
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 21 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
No response
Page 22 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
3
Section I: Vehicles
Base Model Price for Standard Duty Vehicle, 25,500-29,000 GVWR, CHASSIS: MT-55 Freightliner chassis or
Equal, Step van Body or Equal. ENGINE: 260HP diesel engine or equal. With minimum standard conversion of:
31' or 37' aluminum .125 body, auto, Allison Transmission or equal, 5 year warranty, slide out optional, walk
through cab, hydraulic jacks, 15KW, 1 or 2 conference areas, 3 to 9 workstations, equipment rack, restroom,
galley, TV/DVD in conference area, (3) roof A/C, electric heaters, roof observation platForm, wired for phones and
data, awning, graphics and exterior scene lights.
No Bid
Manufacturer: � No response
Manufacturer #: � No response
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 23 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
No response
Page 24 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
4
Section I: Vehicles
Base Model Price for Heavy Duty Vehicle, 35,000-54,000 GVWR, CHASSIS: Freightliner FL80 chassis or Equal,
Custom Body or Equal. ENGINE: 300 HP or 330 HP CAT Diesel engine or equal. With minimum standard
conversion of: 34' to 39' smooth side .125 custom aluminum body, crew cab optional, slide out optional, Allison
transmission or equal, 5 year warranty, walk through cab, hydraulic jacks, 20 to 30 KW, 1 or 2 conference areas,
3 to 9 workstations, equipment rack, restroom, galley, TV/DVD in conference area, 3 to 4 ton Bard A/C, electric
heaters, roof observation platform, wired for phones and data, awning, graphics and exterior scene lights.
No Bid
Manufacturer: � No response
Manufacturer #: � No response
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 25 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
No response
Page 26 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
5
Section I: Vehicles
Base Model Price for Extra Heavy Duty Vehicle, 54,000+ GVWR, CHASSIS: Freightliner FL112 chassis or Equal,
Custom Body or Equal. ENGINE: 400 HP CAT diesel engine or equal. With minimum standard conversion of: 40'
smooth side .125 custom aluminum body, raised roof crew cab optional, slide out optional, Allison transmission
or equal, 5 year warranty, walk through cab, hydraulic jacks, 20 or 30 KW, large conference area, 5 to 6
workstations, equipment rack, restroom galley, TV/DVD in conference area, 4 ton Bard A/C, electric heaters, roof
observation platform, wired for phones and data, awning, graphics and exterior scene lights.
No Bid
Manufacturer: � No response
Manufacturer #: � No response
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 27 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
No response
Page 28 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
6
Section I: Vehicles
Base Model Price for Command Trailer, Single Axle, Steel Frame, with minimum standard conversion of: 16'
smooth side .125 custom aluminum body, slide out optional, hydraulic jacks, 20KW, conference area, 4 to 5
workstations, equipment rack, restroom galley, TV/DVD in conference area, 3 ton Bard A/C, electric heaters, roof
observation platForm, wired for phones and data, awning, graphics and exterior scene lights.
Price: � $159,117.65 Total: � $159,117.65 �
Manufacturer: � OPS Public Safety �
Manufacturer #: � 10501-A00 Texas BuyBoard 16' Trailer
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 29 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
Proposal for Texas Buyboard 16' Trailer
Please find below quote along with specifications:
10501-A00 — Texas Buyboard 16' Trailer
UPFIT: TRAILER, 16'L, 8.5'W, 7.5' IH, ENCLOSED, GALVANIZED STEEL FRAME
BASE TRAILER:
- 16'L X 8.5'W X 7.5' INTERIOR HEIGHT
- WHITE ALUMINUM EXTERIOR (SCREWLESS)
- CROSSMEMBERS, WALL POSTS, ROOF BOWS AT 16" O/C
- TANDEM 7000LB TORSION DROP AXLES
- 4000LB ELECTRIC TONGUE JACK
- ADJUSTABLE PINTLE COUPLER
- ALL D.O.T. LIGHTING, LED
- TREATED STEEL FRAME
- SPRAY FOAM INSULATION ON WALLS AND CEILING
- FLOORING: 3/4" MARINE GRADE, HEX PATTERN, BLACK,
- WALLS AND CEILING: WHITE ABS COATED PLYWOOD WALLS AND CEILING
- GENERATOR CABINET W/ONAN 10KW
- SLIDEOUT EXTRA
- RESTROOM EXTRA
INTERIOR
- CONFERENCE AREA WITH TABLE AND SEATING
- WORKSTATIONS TBC
- EQUIPMENT RACK
- TV/DVD IN CONFERENCE AREA
ELECTRICAL:
---------------
- 1X MODULE, AIR CONDITIONER, DOMETIC BRISK AIR, ROOFTOP, 13500 BTU, HEAT STRIP
- 1X HEATER, FAN-FORCED, IN-WALL, 3000W, 240V, 10240 BTU, W/ GRILL AND THERMOSTAT
- PHONE/DATA WIRING
EXTERIOR:
------------------
- EXTERIOR SCENE LIGHTS
- AWNING
- GRAPHICS PACKAGE
- SCENE LIGHTING
- ROOF OBSERVATION PLATFORM EXTRA
*Will Build to Suit*
Page 30 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
7
Section I: Vehicles
Base Model Price for Command Trailer, Dual Axle, Steel Frame, with minimum standard conversion of: 36'
smooth side .125 custom aluminum body, slide out optional, hydraulic jacks, 20KW, conference area, 4 to 5
workstations, equipment rack, restroom galley, TV/DVD in conference area, 3 ton Bard A/C, electric heaters, roof
observation platForm, wired for phones and data, awning, graphics and exterior scene lights.
Price: � $331,117.65 Total: � $331,117.65 �
Manufacturer: � OPS Public Safety �
Manufacturer #: � 10515-A00 Texas BuyBoard 36' Trailer
Item Notes: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval
letter from each manufacturer. Manufacturer authorization letters must include the regions and/or
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in
lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer
of the products proposed.
An awarded Vendor in Texas must have and maintain for the life of the Contract any Franchise
Motor Vehicle Dealer Certificate and/or other license/certificate as required by the Texas
Department of Motor Vehicles. If Vendor proposes to serve states other than Texas, Vendor must
have any and all licenses or certificates, including franchise motor vehicle dealer certificates or
licenses required by each state the Vendor proposes to serve. Proposers responding to this
Proposal Invitation should submit a copy of their dealer certificate(s) and/or license(s).
All vehicle ancillary fees to be charged for any purchase from this contract with the exception of
delivery fees (i.e. applicable state inspection, state title, state registration, dealer document fees,
pre-delivery inspection, make ready, and manufacturer destination fees) are to be included in the
base model price(s). Vehicle fees not included in the base model price(s) will not be permitted.
The Cooperative service fee for vehicles is not a"vehicle fee" and is not to be included in the
base price. Dealer Floor Plan and Lot Insurance costs will only be allowed for inventory
vehicles at the dealer location and/or vehicles scheduled for upfitting by the dealer. These Floor
Plan and Lot Insurance fees shall not be included in the price of a vehicle for the purpose of this
proposal but must be listed separately as a line item price on individual quotes for any potential
Cooperative member purchase.
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
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 31 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
Item Attributes
1. Chassis and Engine Description
Proposal for Texas Buyboard 36' Trailer
Please find below quote along with specifications:
10515-A00 — Texas Buyboard 36' Trailer
BASE TRAILER:
- 36' MAIN BODY, 8' GOOSENECK
- WHITE, EXTERIOR SCREWLESS PANELS
- TRI-AXLE 7000 LB TORSION DROP AXLES
- ELECTRIC TONGUE JACK
- ALL LED DOT APPROVED LIGHTING
- TREATED STEEL FRAME
- WALLS AND CEILING: PLYWOOD, 1/4" THICK, ONE SIDE ABS
- FLOORING: 3/4" THICK MARINE GRADE, BLACK HEXA ON TOP
- SPRAY FOAM INSULATED WALLS AND CEILING
- SLIDEOUT EXTRA
- RESTROOM EXTRA
INTERIOR:
- CONFERENCE AREA WITH TABLE AND SEATING
- WORKSTATIONS TBC
- EQUIPMENT RACK
- TV/DVD IN CONFERENCE AREA
ELECTRICAL:
---------------
- 3X HEATER, FAN-FORCED, IN-WALL, 3000W, 240V, 10240 BTU,
W/ GRILL AND THERMOSTAT
- 3X MODULE, AIR CONDITIONER, ROOF TOP, 13500 BTU, BUILT THERMOSTAT, HEAT STRIP
- PHONE/DATA WIRING
EXTERIOR:
------------------
- EXTERIOR SCENE LIGHTS
- AWNING
- GRAPHICS PACKAGE
- SCENE LIGHTING
- ROOF OBSERVATION PLATFORM EXTRA
*Will Build to Suit*
Page 32 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
0
Section II: Options and Eauiament
Discount (%) off all Original Equipment Manufacturer (OEM) Options. Catalog/Pricelist MUST be included or
proposal will not be considered.
No Bid
Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED. 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
• Vendor's must list one specific percentage discount for each manufacturer and/or
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
0
Section II: Oations and Eauiament
Discount (%) off Third Party (not OEM) and Unpublished Options, Equipment, and Supplies.
Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED. 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
• Vendor's must list one specific percentage discount for each manufacturer and/or
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
Page 33 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1
0
Section II: Options and Eauiament
Discount (%) off Original Equipment Manufacturer (OEM) Parts and Supplies. Catalog/Pricelist MUST be
included or proposal will not be considered.
No Bid
Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED. 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
• Vendor's must list one specific percentage discount for each manufacturer and/or
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
Section II: Oations and Eauiament
Discount (%) off Floor Plan and/or Lot Insurance (dealer inventory vehicles and upfitting vehicles).
Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED. 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
• Vendor's must list one specific percentage discount for each manufacturer and/or
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
Page 34 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
1
2
Section II: Options and Eauiament
Discount (%) off Extended Service Maintenance Agreements. Catalog/Pricelist MUST be included or
proposal will not be considered.
No Bid
Item Notes: Options will be selected by the Cooperative member at the time of order. A COMPLETE LIST OF ALL
OPTIONAL EQUIPMENT AND PARTS MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO
BE CONSIDERED. 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
• Vendor's must list one specific percentage discount for each manufacturer and/or
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
1 Section III: Vehicles Delivery Fees and Labor Rate for Installation and Reaair Service - Not to
3 Exceed Hourly Labor Rate for Installation/Repair Service of Vehicle Equipment and Products.
Quantity: 1 UOM: Hourly Labor Rate No Bid
1 Section III: Vehicles Delivery Fees and Labor Rate for Installation and Reaair Service - Not to Exceed
4 Hourly Labor Rate for Paint and Body Repair of Vehicles.
Quantity: 1 UOM: Hourly Labor Rate NO Bid
1 Section III: Vehicles Delivery Fees and Labor Rate for Installation and Reaair Service - Not to
5 Exceed per mile delivery fee for Vehicles.
Quantity: 1 UOM: Mile No Bid
Response Total: $490,235.30
Page 35 of 35 pages Vendor: Fleet Safety Equipment, inc. 714-23 Addendum 1
' Boardm PO. Box 400, Austln, Texas 78767
� 800.695.29'19 • blds@buyboard.com • buyboard.com
THE LOCAL GOVERNMENT PURCHASING COOPERATIVE
ADDENDUM NO. 1
Proposal Invitation No. 714-23
Mobile Command, EmeraencY Manaaement, and Bio-Terrorism Vehicles
The following addendum is issued to Proposal Invitation No. 714-23, Mobile Command, Emergency Management, and
Bio-Terrorism Vehicles and shall become a permanent part of the Proposal Invitation document:
PROPOSAL DUE DATE
The proposal deadline has been extended for this proposal invitation until ]une 1, 2023, at 4:00 P.M.
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.
Dana Safety Supply, Inc
Company Name:
7800 Breen Rd; Houston, TX 77064
Address:
Signature of Authorized
Company Official:
Title:
Bids&Contracts Administrator
Telephone Number:
: � : � :..
25-May-2023
Date:
ADDENDUM NO. 1, PROPOSAL INVIfATION NO. 714-23
�.
�� PUB�ic
s�Err
Mobile Workspace Systems
January 27, 2023
Dana Safety Supply
3810 W. Osborne Avenue
Tampa, FL,
33614 USA
Re: Authorized Distributor Status
To Whom It May Concern,
This letter is to confirm that Dana Safety Supply is a distributor of OPS Public Safety and that their account is in
good standing.
Sincerely,
Joe Lawrenson
Business Development Manager
OPS Public Safety
Exhibit C- Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
FORM CIQ
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who oate 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.
Dana Safety Supply, Inc.
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.
Name of Officer
� 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.
No conflicts of interest.
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?
� Yes � 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?
� Yes � No
� 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).
`�'G�� �
Signature of vendor doing b inesaJwit� the governmental entity
l/
1-27-2026
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
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code � 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code � 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
City of Fort Worth,
Mayor and
DATE: 06/13/23
Texas
Council Communication
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 DepartmenYs 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
JHouston 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.
��Z�] � �:7_� � 1�/ �_[�3 �►[� 1
BuyBoard
Houston-Galveston Area Council (HGAC)
BuyBoard
Sourcewel I
The Interlocal Purchasing System (TIPS)
Buyboard
TIPS
BuyBoard
General Services Administration (GSA)
HGAC
Sourcewel 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
Oriainatina Business Unit Head: Reginald Zeno 8517
Steve Cooke 5134
Additional Information Contact: Jo Ann Gunn 8525
Ashley Kadva 2047
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Dana Safety Supply, Inc.
Subject of the Agreement: Provide command trailers and related equipment for City fleet.
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: June 13, 2026
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. n/a
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.