Loading...
HomeMy WebLinkAboutCC 2025-03-24 Agendas t4RH CITY OF NORTH RICHLAND HILLS CITY COUNCIL AGENDA 4301 CITY POINT DRIVE NORTH RICHLAND HILLS, TX 76180 MONDAY, MARCH 24, 2025 WORK SESSION: 5:30 PM CALL TO ORDER 1. Discuss items from regular City Council meeting. 2. Review and discuss results of the FlashVote survey regarding carports and receive direction from City Council related to carport regulations. 3. Discuss Citizens Presentations rules, policies, and guidelines related to the allowance of videos, slide decks or other digital media for such Presentations. 4. Review, discuss and receive direction regarding City Council's request for a future agenda item related to Special Use Permits (SUPs). FUTURE AGENDA ITEM(S) CITY MANAGER REPORT EXECUTIVE SESSION 1. Section 551.071: Consultation with the City Attorney to seek advice about pending or contemplated litigation or on a matter in which the duty of the attorney to the governmental body under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with the Open Meetings Act - (1) City of North Richland Hills v. Manuel Financial No. 2, LLC et al, Case No. CC240015: and (2) City of North Richland Hills v. Manuel Oldsmobile, Inc., Case No. CC240019, Municipal Court No. 2, City of North Richland Hills, Tarrant County, Texas. Monday, March 24, 2025 City Council Agenda Page 1 of 3 2. Section 551.074: Personnel Matters to discuss the evaluation, duties, and/or to hear a complaint regarding the City Manager. REGULAR MEETING: Immediately following executive session (but no earlier than 7:00 p.m.) A. CALL TO ORDER A.1 INVOCATION - COUNCIL MEMBER BLAKE A.2 PLEDGE - COUNCIL MEMBER BLAKE A.3 SPECIAL PRESENTATION(S) AND RECOGNITION(S) A.4 PUBLIC COMMENTS A.5 REMOVAL OF ITEM(S) FROM CONSENT AGENDA B. CONSIDER APPROVAL OF CONSENT AGENDA ITEMS B.1 Approve the minutes of the February 24, 2025 City Council meeting. B.2 Approve the minutes of the March 3, 2025 City Council meeting. B.3 Authorize the purchase of two Police Equipped Motorcycles, in the combined total amount of $105,432.94, from Longhorn Harley-Davidson, utilizing BuyBoard Contract #724-23. C. PUBLIC HEARINGS C.1 Conduct a public hearing and approve Ordinance No. 3900, amending the Fiscal Year 2024-2025 Adopted Capital Budget. D. PLANNING AND DEVELOPMENT E. PUBLIC WORKS F. GENERAL ITEMS G. EXECUTIVE SESSION ITEMS - CITY COUNCIL MAY TAKE ACTION ON ANY ITEM DISCUSSED IN EXECUTIVE SESSION LISTED ON WORK SESSION AGENDA H. CITIZENS PRESENTATION I. NATIONAL LEAGUE OF CITIES (NLC) CONGRESSIONAL CITY CONFERENCE RECAP Monday, March 24, 2025 City Council Agenda Page 2 of 3 J. INFORMATION AND REPORTS - DEPUTY MAYOR PRO TEM DEUPREE J.1 Announcements K. ADJOURNMENT Certification I do hereby certify that the above notice of meeting of the North Richland Hills City Council was posted at City Hall, City of North Richland Hills, Texas in compliance with Chapter 551, Texas Government Code on Friday, March 21, 2025 by 3:00 PM. Alicia Richardson City Secretary/Chief Governance Officer This facility is wheelchair accessible and accessible parking spaces are available. Requests for accommodations or interpretive services must be made 48 hours prior to this meeting. Please contact the City Secretary's office at 817-427-6060 for further information. Monday, March 24, 2025 City Council Agenda Page 3 of 3 k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Discuss items from regular City Council meeting. PRESENTER: Paulette Hartman, City Manager SUMMARY: The purpose of this item is to allow the City Council the opportunity to discuss any item on the regular agenda. GENERAL DESCRIPTION: The purpose of this standing item is to allow the City Council the opportunity to inquire about items that are posted for discussion and deliberation on the regular City Council agenda. The City Council is encouraged to ask staff questions to clarify and/or provide additional information on items posted on the regular agenda or consent agenda. k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Review and discuss results of the FlashVote survey regarding carports and receive direction from City Council related to carport regulations. PRESENTER: Paulette Hartman, City Manager GENERAL DESCRIPTION: Staff will provide the results of a survey administered through FlashVote related to carports for consideration of City Council's deliberation about regulations. k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Discuss Citizens Presentations rules, policies and guidelines related to the allowance of videos, slide decks or other digital media for such presentations. PRESENTER: Trudy J. Lewis, Assistant City Manager GENERAL DESCRIPTION: Staff will provide an overview of considerations for the allowance of videos, slide decks, or other digital media during the Citizens Presentations portion of City Council meetings. k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Review, discuss and receive direction regarding City Council's request for a future agenda item related to Special Use Permits (SUPS). PRESENTER: Paulette Hartman, City Manager GENERAL DESCRIPTION: Staff will provide an overview of the current Special Use Permit (SUP) process and utilization and will receive direction from City Council in regards to modifications. k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Approve minutes of the February 24, 2025 City Council meeting. PRESENTER: Alicia Richardson, City Secretary/Chief Governance Officer SUMMARY: The minutes are listed on the consent agenda and approved by majority vote of Council at the City Council meetings. GENERAL DESCRIPTION: The City Secretary's Office prepares action minutes for each City Council meeting. The minutes for the previous meeting are placed on the consent agenda for review and approval by the City Council, which contributes to a time-efficient meeting. Upon approval of the minutes, an electronic copy will be uploaded to the City's website. RECOMMENDATION: Approve the minutes of the February 24, 2025 City Council meeting. MINUTES OF THE WORK SESSION AND REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF NORTH RICHLAND HILLS, TEXAS HELD IN THE CITY HALL 4301 CITY POINT DRIVE FEBRUARY 24, 2025 WORK SESSION The City Council of the City of North Richland Hills, Texas met in work session on the 24th day of February at 5.30 p.m. in the Council Workroom prior to the 7.00 p.m. regular City Council meeting. Present: Jack McCarty Mayor Tito Rodriguez Place 1 Ricky Rodriguez Associate Mayor Pro Tem, Place 2 Suzy Compton Place 3 Matt Blake Place 4 Blake Vaughn Deputy Mayor Pro Tem, Place 5 Russ Mitchell Place 6 Kelvin Deupree Mayor Pro Tem, Place 7 Staff Members: Paulette Hartman City Manager Trudy Lewis Assistant City Manager Caroline Waggoner Assistant City Manager Alicia Richardson City Secretary/Chief Governance Officer Bradley A. Anderle City Attorney CALL TO ORDER Mayor McCarty called the meeting to order at 5.30 p.m. 1. DISCUSS ITEMS FROM REGULAR CITY COUNCIL MEETING. Mayor McCarty said he received an email regarding a video that a member of the public wants to show during citizens presentation. He asked Council members for their perspective regarding videos during citizens presentation. City Attorney Bradley Anderle informed City Council this item is posted for clarification of regular items posted for the City Council meeting. The procedural question posed by Mayor McCarty falls outside the scope of the posted item. 2. QUARTERLY FINANCIAL REPORT FOR THE PERIOD ENDING DECEMBER 31, 2024. City Council received a presentation from Director of Budget and Research Chase February 24, 2025 City Council Meeting Minutes Page 1 of 13 Fosse. Mayor McCarty asked staff if the city has the ability to post a report(s) for monthly accounts payable and registered vendors on the city's website. Assistant City Manager Trudy Lewis said that staff is reviewing options with the city's current software and would provide City Council with an update in the coming months. 3. DISCUSS NORTH RICHLAND HILLS TRAFFIC SIGNAL TECHNOLOGY AND CAPABILITIES. City Council received a presentation from Director of Public Works Boe Blankenship on the City's traffic signal technology. 4. WELCOME AND INTRODUCTION - PUBLIC OFFICIAL, PUBLIC EMPLOYEE, OR CITIZEN. City Manager Paulette Hartman introduced Cori Reaume, the city's new Director of Planning. FUTURE AGENDA ITEM(S) Council member Blake asked staff if they have the ability to provide analytics for City Council meetings that are live streamed. He proposed to place an item on a future meeting for staff to discuss the live stream of meetings on Facebook and analytics for live stream meetings of the City Council. There being no opposition, staff will add an item on a future agenda to discuss live streams and present analytics of the live streamed meetings. CITY MANAGER REPORT PROVIDING AN UPDATE ON THE EFFICIENCY STUDY REQUEST FOR PROPOSALS (RFP) AND MARCH MEETING SCHEDULE. Ms. Hartman said the city received thirteen (13) responses for the permitting audit, twelve (12) responses for the Information Technology audit, and eight (8) responses for the fleet services audit. Staff will review the submitted proposals, schedule a meeting with the council committee to review the proposals, and bring forward a recommendation for award by the April 14th City Council meeting. Ms. Hartman reminded City Council of the upcoming March 3 and March 24 City Council meetings. EXECUTIVE SESSION February 24, 2025 City Council Meeting Minutes Page 2 of 13 1. SECTION 551.072: DELIBERATE THE PURCHASE, EXCHANGE, LEASE OR VALUE OF REAL PROPERTY AT (1) 5301 DAVIS BOULEVARD AND (2) 6504, 6508, 6512, 6516 SMITHFIELD ROAD AND 6517 CENTER STREET 2. SECTION 551.087: DELIBERATION REGARDING ECONOMIC DEVELOPMENT NEGOTIATIONS AT (1) 5301 DAVIS BOULEVARD AND (2) 6504, 6508, 6512, 6516 SMITHFIELD ROAD AND 6517 CENTER STREET 3. SECTION 551.074: PERSONNEL MATTERS TO DISCUSS DUTIES OF PUBLIC EMPLOYEES - CITY SECRETARY/CHIEF GOVERNANCE OFFICER. Mayor McCarty announced at 6.02 p.m. that the City Council would adjourn into Executive Session as authorized by Chapter 551, Texas Government Code, specifically, Section 551.072: Deliberate the purchase, exchange, lease or value of real property at (1) 5301 Davis Boulevard and (2) 6504, 6508, 6512, 6516 Smithfield Road and 6517 Center Street, Section 551.087: Deliberation regarding Economic Development negotiations at (1) 5301 Davis Boulevard and (2) 6504, 6508, 6512, 6516 Smithfield Road and 6517 Center Street, and Section 551.074: Personnel Matters to discuss duties of public employees - City Secretary/Chief Governance Officer. Executive Session began at 6.09 p.m. and concluded at 6.40 p.m. Mayor McCarty announced at 6.40 p.m. that City Council would convene to the regular City Council meeting. REGULAR MEETING A. CALL TO ORDER Mayor McCarty called the meeting to order February 24, 2025 at 7.00 p.m. Present: Jack McCarty Mayor Tito Rodriguez Place 1 Ricky Rodriguez Associate Mayor Pro Tem, Place 2 Suzy Compton Place 3 Matt Blake Place 4 Blake Vaughn Deputy Mayor Pro Tem, Place 5 Russ Mitchell Place 6 Kelvin Deupree Mayor Pro Tem, Place 7 Staff Members: Paulette Hartman City Manager Alicia Richardson City Secretary/Chief Governance Officer Bradley A. Anderle City Attorney February 24, 2025 City Council Meeting Minutes Page 3 of 13 A.1 INVOCATION Associate Mayor Pro Tern Rodriguez gave the invocation. A.2 PLEDGE Associate Mayor Pro Tern Rodriguez led the Pledge of Allegiance to the United States and Texas flags. A.3 SPECIAL PRESENTATION(S) AND RECOGNITION(S) A.3.a CEREMONIAL OATH OF OFFICE - CHIEF OF POLICE JEFF GARNER City Manager Paulette Hartman administered the ceremonial Oath of Office to Chief of Police Jeff Garner. A.4 CITIZENS PRESENTATION Deputy Mayor Pro Tern Vaughn called for a parliamentary inquiry. He asked Mayor McCarty what rule prohibits a video from being played during citizens presentation, because the city has played videos and presentations at City Council meetings. Mayor McCarty said to minimize risk to the city's infrastructure, it is the city's practice to prohibit videos, use of flash drives,and embedded links on city property during citizens presentations. The Birdville Independent School District was the exception when they provided information on a bond election. Associate Mayor Pro Tern Rodriguez called for a parliamentary inquiry. He asked Mayor McCarty who controls the meeting. Mayor McCarty confirmed that the mayor presides over City Council meetings. A MOTION WAS MADE BY DEPUTY MAYOR PRO TEM VAUGHN TO APPEAL THE RULING OF THE CHAIR. THE MOTION FAILED 5-2; WITH COUNCIL MEMBERS RODRIGUEZ, COMPTON, MITCHELL, ASSOCIATE MAYOR PRO TEM RODRIGUEZ, AND MAYOR PRO TEM DEUPREE VOTING AGAINST AND DEPUTY MAYOR PRO TEM VAUGHN AND COUNCIL MEMBER BLAKE VOTING IN FAVOR. Dustin Perkins, 2125 Shady Grove Drive, Bedford, Texas 76021 requested the City Council create a NRH Arts Theatre Grant Program utilizing Hotel Occupancy Tax and place an item on the next agenda for consideration. February 24, 2025 City Council Meeting Minutes Page 4 of 13 Bill Finstad, 7701 Terry Drive, presented a petition (signed by 32 people) requesting a four-way stop sign at Terry Drive and North College Circle. A.5 PUBLIC COMMENTS There were no requests to speak from the public. A.6 REMOVAL OF ITEM(S) FROM CONSENT AGENDA No items were removed from the consent agenda. B. CONSIDER APPROVAL OF CONSENT AGENDA ITEMS APPROVED A MOTION WAS MADE BY COUNCIL MEMBER MITCHELL, SECONDED BY ASSOCIATE MAYOR PRO TEM RODRIGUEZ TO APPROVE THE CONSENT AGENDA ITEMS AS PRESENTED. MOTION TO APPROVE CARRIED 7-0. B.1 APPROVE THE MINUTES OF THE FEBRUARY 10, 2025 CITY COUNCIL MEETING. B.2 AUTHORIZE THE PURCHASE OF TWO 2025 FORD PICK-UP TRUCKS, ONE 2024 FORD PASSENGER VAN, AND ONE 2024 FORD PICK-UP TRUCK IN THE COMBINED TOTAL AMOUNT OF $334,779.06 FROM SAM PACK'S FIVE STAR FORD-CARROLLTON, UTILIZING BUYBOARD CONTRACT #724-23. B.3 AUTHORIZE THE EXECUTION OF AMENDMENT NO. 1 TO THE COOPERATIVE PURCHASE CUSTOMER AGREEMENT WITH WIRELESS WATCHDOGS, LLC FOR THE PURCHASE OF MANAGED MOBILITY SERVICES AND RATIFY PREVIOUS PURCHASES TOTALING $46,273 UTILIZING THE INTERLOCAL PURCHASING SYSTEM (TIPS) COOPERATIVE AGREEMENT FOR A CUMULATIVE AMOUNT NOT TO EXCEED $81,250 THROUGH FISCAL YEAR 2026. B.4 AUTHORIZE THE PURCHASE OF ANNUAL HARDWARE AND SOFTWARE MAINTENANCE AND ADDITIONAL TECHNOLOGY PURCHASES THROUGH THE DEPARTMENT OF INFORMATION RESOURCES COOPERATIVE AGREEMENT WITH RED RIVER TECHNOLOGY, LLC, FOR A CUMULATIVE AMOUNT NOT TO EXCEED $2,500,000 THROUGH JANUARY 7, 2030. February 24, 2025 City Council Meeting Minutes Page 5 of 13 B.5 AUTHORIZE THE PURCHASE OF SIX 2025 FORD F150 PICK-UP TRUCKS AND THREE 2025 FORD F150 4X4 PICK-UP TRUCKS IN THE COMBINED TOTAL AMOUNT OF $420,166.92 FROM SAM PACK'S FIVE STAR FORD-CARROLLTON, USING H-GAC CONTRACT#VE05-24. C. PUBLIC HEARINGS CA ZC25-0126, ORDINANCE NO. 3892, PUBLIC HEARING AND CONSIDERATION OF A REQUEST FROM RAGLE INC FOR A SPECIAL DEVELOPMENT PLAN FOR AN OFFICE BUILDING AT 6320 SMITHFIELD ROAD, BEING 3.698 ACRES DESCRIBED AS TRACTS 5A AND 5B, JOHN BARLOUGH SURVEY, ABSTRACT 130. APPROVED Mayor McCarty opened the public hearing. Mr. Husband informed City Council the applicant is requesting a special development plan for 3.698 acres, located at 6320 Smithfield Road. The area is designated on the Comprehensive Land Use Plan as Urban Village, and the current zoning is TOD, transit oriented development. Mr. Husband provided site photos of the property. Applicant representative Matt Shaylor, with Ragle Inc., 10024 Voss Avenue, Fort Worth, Texas presented the request to develop a district office that will serve as a central hub for Ragle Inc. He reviewed proposed improvements for the property. Mr. Husband presented staff's report. The Planning and Zoning Commission, at their February 6, 2025 meeting, recommended approval with a vote of 5-0. There being no forms submitted, Mayor McCarty asked if there was anyone in the audience wishing to speak for or against the item to come forward. There being no one wishing to speak, Mayor McCarty closed the public hearing. A MOTION WAS MADE BY COUNCIL MEMBER RODRIGUEZ, SECONDED BY COUNCIL MEMBER COMPTON TO APPROVE ZC25-0126, ORDINANCE NO. 3892. MOTION TO APPROVE CARRIED 7-0. February 24, 2025 City Council Meeting Minutes Page 6 of 13 C.2 ZC24-0120, ORDINANCE NO. 3893, PUBLIC HEARING AND CONSIDERATION OF A REQUEST FROM LIFETIME COMMERCIAL ROOFING FOR A SPECIAL USE PERMIT FOR A CONTRACTOR'S OFFICE WITH SHOP AND GARAGE AT 5109 COMMERCIAL DRIVE, BEING 1.046 ACRES DESCRIBED AS LOT H-R, BLOCK 14, RICHLAND TERRACE ADDITION. APPROVED Mayor McCarty opened the public hearing. Mr. Husband informed City Council the applicant is requesting a special use permit for 1.046 acres located at 5109 Commercial Drive. The area is designated on the Comprehensive Land Use Plan as Retail Commercial, and the current zoning is C-2, Commercial. Mr. Husband provided site photos of the property. Applicant Joel Webb, Lifetime Commercial Roofing, 1575 Knox Road, Keller, Texas presented the request and reviewed the proposed site. He addressed issues regarding the dumpster enclosure, fire lane, ADA compliance, lighting, and parking spaces. Mr. Husband presented staff's report. The Planning and Zoning Commission, at their February 6, 2025 meeting, recommended approval with a vote of 5-0. There being no forms submitted, Mayor McCarty asked if there was anyone in the audience wishing to speak for or against the item to come forward. There being no one wishing to speak, Mayor McCarty closed the public hearing. A MOTION WAS MADE BY COUNCIL MEMBER BLAKE, SECONDED BY COUNCIL MEMBER MITCHELL TO APPROVE ORDINANCE NO. 3893. MOTION TO APPROVE CARRIED 7-0. C.3 ZC24-0121, ORDINANCE NO. 3894, PUBLIC HEARING AND CONSIDERATION OF A REQUEST FROM MARTHA CADENA FOR A SPECIAL USE PERMIT FOR A SECONDHAND GOODS DEALER AT 6350 GLENVIEW DRIVE, BEING 1.72 ACRES DESCRIBED AS LOT 20R, BLOCK 4, DIAMOND LOCH ADDITION. DENIED Mayor McCarty opened the public hearing. Mr. Husband informed City Council the applicant is requesting a special use permit for 1.72 acres located at 6350 Glenview Drive. The area is designated on the February 24, 2025 City Council Meeting Minutes Page 7 of 13 Comprehensive Land Use Plan as Retail Commercial, and the current zoning is LR, local retail. Mr. Husband provided site photos of the property. Applicant representative Jasmine Rangel, 2945 Milby Oaks Drive, Fort Worth, Texas, provided an overview of the request and Juanito's Giving Tree. She addressed concerns-lighting, signage for drop- off, loitering, and refuse bins-discussed at the Planning and Zoning Commission meeting. Mr. Husband presented staff's report. He informed City Council the city received written opposition from 26% of the properties within 200-foot of the subject property. In accordance with state law, an approval by the City Council requires six (6) affirmative votes. The Planning and Zoning Commission, at their February 6, 2025 meeting, recommended approval with a vote of 4-1. City Council, staff, and the applicant discussed surrounding secondhand thrift shops, commercial zoned areas in the city; for-profit status; purpose and criteria for special use permits and when the city implemented a special use permit for secondhand goods dealer; if the special use permit runs with the land or the business; hours of operation; concern with furniture drop-off; source for donations; criteria for special use permits; buffer standards; lighting for the retail center; allowable uses for the current zoning; illegal dumping; and how code violations are processed. The following people spoke in opposition: Kieran McMahon, 6209 Camelot Court; Deborah Smith, 4020 Diamond Loch East; Mike Richhart, 4016 Diamond Loch West; Inga Anderson, 3904 Diamond Loch East; Katherine Wardlaw, 4008 Diamond Loch East; Shelly Holon, 6309 Green Castle; Sheila Wilhelm, 4012 Diamond Loch East; and Vicki Miller, 4004 Diamond Loch East. There being no one else wishing to speak, Mayor McCarty closed the public hearing A MOTION WAS MADE BY DEPUTY MAYOR PRO TEM VAUGHN, SECONDED BY COUNCIL MEMBER RODRIGUEZ TO APPROVE ORDINANCE NO. 3895. THE MOTION FAILED; WITH COUNCIL MEMBER RODRIGUEZ AND DEPUTY MAYOR PRO TEM VAUGHN VOTING IN FAVOR AND ASSOCIATE MAYOR PRO TEM RODRIGUEZ, COUNCIL MEMBERS COMPTON, BLAKE, MITCHELL, AND MAYOR PRO TEM DEUPREE VOTING AGAINST. February 24, 2025 City Council Meeting Minutes Page 8 of 13 A MOTION WAS MADE BY COUNCIL MEMBER MITCHELL, SECONDED BY MAYOR PRO TEM DEUPREE TO DENY ORDINANCE NO. 3894. MOTION TO DENY CARRIED 5-2; WITH ASSOCIATE MAYOR PRO TEM RODRIGUEZ, COUNCIL MEMBERS COMPTON, BLAKE, MITCHELL, AND MAYOR PRO TEM DEUPREE VOTING IN FAVOR AND DEPUTY MAYOR PRO TEM VAUGHN AND COUNCIL MEMBER RODRIGUEZ VOTING AGAINST. CA ZC25-0123, ORDINANCE NO. 3895, PUBLIC HEARING AND CONSIDERATION OF A REQUEST FROM WING AVIATION LLC FOR A REVISED SPECIAL USE PERMIT FOR A HELIPORT/LANDING FIELD AT 6401 NE LOOP 820, BEING 25.09 ACRES DESCRIBED AS LOT 1 R, BLOCK 6, TAPP ADDITION. APPROVED Mayor McCarty opened the public hearing for items CA and C.5. The City Council will receive one presentation but take separate action on each item. Mr. Husband informed City Council the applicant is requesting a revised special use permit for 25.09 acres located at 6401 North East Loop 820. The area is designated on the Comprehensive Land Use Plan as Urban Village, and the current zoning is C-2, commercial. Mr. Husband provided site photos of the property. The companion item is a request for a revision to Planned Development 36 for 24.65 acres located at 9101 North Tarrant Parkway. The area is designated on the Comprehensive Land Use Plan as Retail Commercial, and the current zoning is PD, planned development. Mr. Husband provided site photos of the properties. Deputy Mayor Pro Tem Vaughn left the room at 9.22 p.m. Deputy Mayor Pro Tem Vaughn returned to the meeting at 9.23 p.m. Applicant Josh Bucci, Wing Aviation LLC, 2999 Olympus Boulevard, Irving, Texas presented request and was available to answer questions. He said that Bernice Espinosa with Kimley Horn and Associates was present to respond to any questions. Mr. Husband presented staff's report. The Planning and Zoning Commission, at their February 6, 2025 meeting, recommended approval with a vote of 5-0. If approved, the special use permits will be extended for three years and within a year, the applicant will be required to provide permanent power at both sites, removing the generators from operation. February 24, 2025 City Council Meeting Minutes Page 9 of 13 City Council and staff discussed storage area options/modifications, operations, and possibly reviewing standards after extension if the request is approved. A MOTION WAS MADE BY DEPUTY MAYOR PRO TEM VAUGHN, SECONDED BY COUNCIL MEMBER BLAKE TO APPROVE ORDINANCE NO. 3895. MOTION TO APPROVE CARRIED 7-0. C.5 ZC25-0124, ORDINANCE NO. 3896, PUBLIC HEARING AND CONSIDERATION OF A REQUEST FROM WING AVIATION LLC FOR A REVISION TO PLANNED DEVELOPMENT 36 TO AUTHORIZE A HELIPORT/LANDING FIELD AS A PERMITTED ACCESSORY USE AT 9101 NORTH TARRANT PARKWAY, BEING 24.65 ACRES DESCRIBED AS LOT 1A1, BLOCK 1, WAL-MART ADDITION. APPROVED This item was presented in conjunction with item CA. A MOTION WAS MADE BY COUNCIL MEMBER BLAKE, SECONDED BY DEPUTY MAYOR PRO TEM VAUGHN TO APPROVE ORDINANCE NO. 3896. MOTION TO APPROVE CARRIED 7-0. D. PLANNING AND DEVELOPMENT There were no items for this category. E. PUBLIC WORKS EA CONSIDER THE 2025 PREVENTIVE STREET MAINTENANCE PROGRAM. APPROVED The City Council received a presentation from Director of Public Works Boe Blankenship. A MOTION WAS MADE BY MAYOR PRO TEM DEUPREE, SECONDED BY ASSOCIATE MAYOR PRO TEM RODRIGUEZ TO APPROVE THE 2025 PREVENTIVE STREET MAINTENANCE PROGRAM. MOTION TO APPROVE CARRIED 7-0. February 24, 2025 City Council Meeting Minutes Page 10 of 13 F. GENERAL ITEMS FA CONSIDER RESOLUTION NO. 2025-019, APPOINTING A MEMBER TO THE ZONING BOARD OF ADJUSTMENT. APPROVED City Secretary/Chief Governance Officer Alicia Richardson said the item for consideration is Resolution No. 2025-019, appointing Marc Trevino to Place 7 on the Zoning Board of Adjustment. The appointment is to fulfill a vacancy, term ending June 30, 2025. A MOTION WAS MADE BY MAYOR PRO TEM DEUPREE, SECONDED BY COUNCIL MEMBER RODRIGUEZ TO APPROVE RESOLUTION NO. 2025-019, AS PRESENTED AND DISCUSSED. MOTION TO APPROVE CARRIED 7-0. F.2 CONSIDER ORDINANCE NO. 3897, AMENDING CHAPTER 30, ARTICLE III, SECTION 30-70 AND APPENDIX A - FEE SCHEDULE OF THE CODE OF ORDINANCES, CITY OF NORTH RICHLAND HILLS, TEXAS, TO AUTHORIZE AMBULANCE SERVICE FEES. APPROVED City Council received a presentation from Director of Finance Jay Patel. A MOTION WAS MADE BY COUNCIL MEMBER MITCHELL, SECONDED BY COUNCIL MEMBER BLAKE TO APPROVE ORDINANCE NO. 3897, EFFECTIVE MARCH 1, 2025. MOTION TO APPROVE CARRIED 7-0. F.3 CONSIDER ORDINANCE NO. 3898, AMENDING ARTICLE I, CHAPTER 2, TO CREATE A NEW SECTION 2-3, "MISCELLANEOUS FEES," AND AMENDING APPENDIX A, "FEE SCHEDULE," OF THE CODE OF ORDINANCES, CITY OF NORTH RICHLAND HILLS, TEXAS, TO ESTABLISH FEES FOR NOTARY SERVICES. APPROVED City Council received a presentation from Director of Finance Jay Patel. February 24, 2025 City Council Meeting Minutes Page 11 of 13 A MOTION WAS MADE BY COUNCIL MEMBER RODRIGUEZ, SECONDED BY COUNCIL MEMBER COMPTON TO APPROVE ORDINANCE NO. 3898. MOTION TO APPROVE CARRIED 7-0. G. EXECUTIVE SESSION ITEMS - CITY COUNCIL MAY TAKE ACTION ON ANY ITEM DISCUSSED IN EXECUTIVE SESSION LISTED ON WORK SESSION AGENDA APPROVED Mayor McCarty announced that there was action necessary as the result of discussion in Executive Session pursuant to Section 551.074: Personnel Matters to discuss duties of public employees - City Secretary/Chief Governance Officer. A MOTION WAS MADE BY COUNCIL MEMBER MITCHELL, SECONDED BY MAYOR PRO TEM DEUPREE TO AUTHORIZE THE CITY SECRETARY/CHIEF GOVERNANCE OFFICER TO PARTICIPATE IN THE HUD/DCTA TEXAS CITY CLERK PILOT PROGRAM, AS DISCUSSED IN EXECUTIVE SESSION. MOTION TO APPROVE CARRIED 7-0. H. INFORMATION AND REPORTS HA ANNOUNCEMENTS Council member Blake made the following announcements. Join NRH Parks & Recreation the first Saturday of the month at different park locations for Play Today NRH. On Saturday, March 1 they will be at Green Valley Park with games and activities from 10.00 a.m. to 11.30 a.m. All ages and abilities are welcome. A pop-up art gallery will be on display in the NRH City Hall Lobby starting March 4 and continuing through April 18. Attend the opening reception on Thursday, March 6 from 5.30 p.m. to 7.00 p.m., or stop by anytime during normal business hours to view works by local artists reflecting on the theme "Community." Kudos Korner - Cory Widener, Tanner Gray, Will Taylor and Vanessa Moreno in Public Works - A local business owner shared praise for the crew that responded to a sewer problem on a recent Friday afternoon. He said they were "timely, friendly and meticulous" and he appreciated their quick response. February 24, 2025 City Council Meeting Minutes Page 12 of 13 I. ADJOURNMENT Mayor McCarty adjourned the meeting at 10.05 p.m. Jack McCarty, Mayor ATTEST: Alicia Richardson City Secretary/Chief Governance Officer February 24, 2025 City Council Meeting Minutes Page 13 of 13 k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Approve minutes of the March 3, 2025 City Council meeting. PRESENTER: Alicia Richardson, City Secretary/Chief Governance Officer SUMMARY: The minutes are listed on the consent agenda and approved by majority vote of Council at the City Council meetings. GENERAL DESCRIPTION: The City Secretary's Office prepares action minutes for each City Council meeting. The minutes for the previous meeting are placed on the consent agenda for review and approval by the City Council, which contributes to a time-efficient meeting. Upon approval of the minutes, an electronic copy will be uploaded to the City's website. RECOMMENDATION: Approve the minutes of the March 3, 2025 City Council meeting. MINUTES OF THE WORK SESSION AND REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF NORTH RICHLAND HILLS, TEXAS HELD IN THE CITY HALL 4301 CITY POINT DRIVE MARCH 3, 2025 WORK SESSION The City Council of the City of North Richland Hills, Texas met in work session on the 3rd day of March at 6.00 p.m. in the Council Workroom prior to the 7.00 p.m. regular City Council meeting. Present: Jack McCarty Mayor Tito Rodriguez Place 1 Ricky Rodriguez Associate Mayor Pro Tem, Place 2 Suzy Compton Place 3 Matt Blake Place 4 Blake Vaughn Deputy Mayor Pro Tem, Place 5 Russ Mitchell Place 6 Kelvin Deupree Mayor Pro Tem, Place 7 Staff Members: Paulette Hartman City Manager Trudy Lewis Assistant City Manager Caroline Waggoner Assistant City Manager Alicia Richardson City Secretary/Chief Governance Officer Bradley A. Anderle City Attorney CALL TO ORDER Mayor McCarty called the meeting to order at 6.01 p.m. 1. DISCUSS ITEMS FROM REGULAR CITY COUNCIL MEETING. Mayor McCarty inquired about the fence material for item D.1 , Plat25-0084. Principal Planner Clayton Husband said it would be masonry screening. 2. UPDATE ON SINGLE FAMILY RENTAL INSPECTIONS PROGRAM AND STATUS OF SHORT TERM RENTAL ORDINANCE. Managing Director of Community Services Stefanie Martinez reviewed the history of the single family rental inspection program, concerns expressed by the community, program management, and next steps for the program. City Manager Paulette Hartman said that staff will bring forward a proposed ordinance at March 03, 2025 City Council Meeting Minutes Page 1 of 8 a future meeting to discuss changes to the single-family rental inspection program. FUTURE AGENDA ITEM(S) Council member Blake proposed to place an item on a future work session to discuss videos during citizens presentation. He would like the discussion to include comments from the IT department regarding security and would like the city to have a policy/procedure regarding videos during citizens presentation. There being no opposition, Ms. Hartman informed City Council that she would place an item on a future work session agenda. Deputy Mayor Pro Tern Vaughn proposed to place an item on a future work session to discuss using Hotel Occupancy Tax (HOT) funds for art programs. Following discussion by the City Council, Deputy Mayor Pro Tern Vaughn changed his proposal to discuss the use of HOT funds. There being no opposition, Ms. Hartman informed City Council the discussion would be included at the first budget work session. Staff will present what HOT funds can be expended for and what the city has already earmarked for HOT funds. She said that staff will also include art projects that have been earmarked for HOT funds. Deputy Mayor Pro Tern Vaughn proposed to place an item on a future work session to review and discuss special use permits. There being no opposition, Ms. Hartman informed City Council that she would place an item on a future work session agenda. CITY MANAGER REPORT PROVIDING AN UPDATE ON CAPITAL PROJECT ADVISORY COMMITTEE APPOINTMENTS, CARPORT FLASHVOTE SURVEY, AND TOWN HALL MEETING DATES. Ms. Hartman updated City Council regarding appointments for the Capital Project Advisory Committee. Staff will present recommendations at the March 24 City Council meeting. Ms. Hartman informed City Council that the carport FlashVote survey is live and results will be shared with the City Council. Lastly, Ms. Hartman provided an update on the upcoming Town Hall Meetings. The first meeting is scheduled for March 25, 6.00 p.m. at the NRH Grand Hall. Staff is coordinating with Iron Horse Golf Course to set April 22 for the second meeting. March 03, 2025 City Council Meeting Minutes Page 2 of 8 EXECUTIVE SESSION 1. SECTION 551.072: DELIBERATE THE PURCHASE, EXCHANGE, LEASE, OR VALUE OF REAL PROPERTY AT TRACT 61301, ABSTRACT 130 JOHN H BARLOUGH SURVEY. 2. SECTION 551.087: DELIBERATION REGARDING ECONOMIC DEVELOPMENT NEGOTIATIONS AT 6001 PARKER BOULEVARD. Mayor McCarty announced at 6.32 p.m. that the City Council would adjourn into Executive Session as authorized by Chapter 551, Texas Government Code, specifically, Section 551.072: Deliberate the purchase, exchange, lease or value of real property at Tract 6D01, Abstract 130 John H Barlough Survey and Section 551.087: Deliberation regarding Economic Development negotiations at 6001 Parker Boulevard. Executive Session began at 6.37 p.m. and concluded at 7.06 p.m. Mayor McCarty announced at 7.06 p.m. that City Council would convene to the regular City Council meeting. REGULAR MEETING A. CALL TO ORDER Mayor McCarty called the meeting to order March 3, 2025 at 7.14 p.m. Present: Jack McCarty Mayor Tito Rodriguez Place 1 Ricky Rodriguez Associate Mayor Pro Tem, Place 2 Suzy Compton Place 3 Matt Blake Place 4 Blake Vaughn Deputy Mayor Pro Tem, Place 5 Russ Mitchell Place 6 Kelvin Deupree Mayor Pro Tem, Place 7 Staff Members: Paulette Hartman City Manager Alicia Richardson City Secretary/Chief Governance Officer Bradley A. Anderle City Attorney A.1 INVOCATION Council member Compton gave the invocation. A.2 PLEDGE March 03, 2025 City Council Meeting Minutes Page 3 of 8 Council member Compton led the Pledge of Allegiance to the United States and Texas flags. A.3 SPECIAL PRESENTATION(S) AND RECOGNITION(S) A.4 CITIZENS PRESENTATION Bill Finstad, 7701 Terry Drive, commented on citizen communication, public input, trust, and collaboration with elected officials, city staff and the public. Charles Scoma, 8300 Cardinal Lane, commented on fine arts and its importance to a city's culture. He encouraged the city to support fine arts. Michael Harris, 6800 Richfield Drive, representing the NRH Citizens Fire Academy Alumni Association, informed City Council of a fundraiser to support the NRH Fire Department benevolence fund and pipes and drums honor guard. The funds are being raised through t-shirt sales and a St. Patrick's Beers & Brats event on Saturday, March 15, 2025, at B&B Theatres. A portion of the proceeds will be donated to St. Jude. A.5 PUBLIC COMMENTS Sean Nutt, 6448 Ironhorse Boulevard, Apartment 5 L, commented on work session item No. 2, update on Single Family Rental Inspections Program and status of Short Term Rental ordinance. He is not in favor of self-inspections and mentioned the difference in presentation numbers tonight compared to staffs previous work session presentation. City Manager Paulette Hartman explained that tonight's figures focused on single-family rental inspections, while the previous work session data covered all staff-conducted workload inspections. A.6 REMOVAL OF ITEM(S) FROM CONSENT AGENDA No items were removed from the consent agenda. B. CONSIDER APPROVAL OF CONSENT AGENDA ITEMS APPROVED A MOTION WAS MADE BY COUNCIL MEMBER BLAKE, SECONDED BY ASSOCIATE MAYOR PRO TEM RODRIGUEZ TO APPROVE THE CONSENT AGENDA, AS PRESENTED. MOTION TO APPROVE CARRIED 7-0. March 03, 2025 City Council Meeting Minutes Page 4 of 8 B.1 AUTHORIZE THE CITY MANAGER TO EXECUTE A THREE YEAR AGREEMENT WITH DIPPIN' DOTS, L.L.C.TO PROVIDE BEADED ICE CREAM FOR RESALE AT NRH2O FAMILY WATER PARK IN AN AMOUNT NOT TO EXCEED $80,000 ANNUALLY. B.2 AUTHORIZE PURCHASE OF PLAYGROUND EQUIPMENT FOR LEGACY PARK AND KAY GRANGER PARK FROM T.F. HARPER & ASSOCIATES, LP IN THE AMOUNT OF $284,809.08, TIPS CONTRACT #240702. B.3 CONSIDER RESOLUTION NO. 2025-020, AUTHORIZING SUBMISSION OF THE APPLICATION AND ACCEPTANCE OF ALLOCATED FUNDS IF AWARDED FOR THE TEXAS GOVERNOR'S OFFICE HOMELAND SECURITY DIVISION FY2026 NORTH TEXAS ANTI-GANG CENTER, GRANT#2848911. C. PUBLIC HEARINGS There were no items for this category. D. PLANNING AND DEVELOPMENT D.1 PLAT25-0084 CONSIDERATION OF A REQUEST FROM HAMILTON DUFFY PC FOR A PRELIMINARY PLAT OF STONYBROOKE PARK, BEING 7.993 ACRES LOCATED AT 8600 RUMFIELD ROAD. APPROVED Principal Planner Clayton Husband informed City Council the applicant is requesting a preliminary plat of Stonybrooke Park for 7.993 acres located at 8600 Rumfield Road. The area is designated on the Comprehensive Land Use Plan as Suburban Commercial and the current zoning is R-2, single-family residential. Mr. Husband provided site photos of the property. Applicant representative Keith Hamilton, 8241 Mid Cities Boulevard, presented the request and was available to answer questions. Mr. Hamilton stated that their firm prepared the preliminary plat and engineering for the lots in compliance with the R-2 zoning requirements. Mr. Husband presented staff's report. The preliminary plat includes two waivers - exempting two lots from the screening wall requirements and allowing front-yard electric and communication utilities for the properties. The Planning and Zoning Commission, at their February 20, 2025 meeting, recommended approval with a vote of 7-0, with the conditions outlined in the Development Review Committee comments. City Council and staff discussed the placement of the masonry screening walls and the plat approval being subject to Development Review Committee comments to allow staff to March 03, 2025 City Council Meeting Minutes Page 5 of 8 address any comments before final instructions and proceeding to the final plat process. A MOTION WAS MADE BY MAYOR PRO TEM DEUPREE, SECONDED BY COUNCIL MEMBER RODRIGUEZ TO APPROVE PLAT25-0084 WITH THE CONDITIONS OUTLINED IN THE DEVELOPMENT REVIEW COMMITTEE COMMENTS. MOTION TO APPROVE CARRIED 7-0. D.2 ORDINANCE NO. 3899, CONSIDERATION OF A REQUEST FROM CHRIS AND MATT SCHOONOVER FOR A VARIANCE TO THE DISTANCE REQUIREMENTS FOR THE SALE OF ALCOHOL FOR ON-PREMISE CONSUMPTION AT 8415 DAVIS BOULEVARD, BEING 1.28 ACRES DESCRIBED AS LOT 3R, BLOCK 4, BRENTWOOD ESTATES ADDITION. APPROVED Principal Planner Clayton Husband informed City Council the applicant is requesting a variance to the distance requirements for the sale of on-premise alcohol consumption for 1.28 acres located at 8415 Davis Boulevard. Applicant representative Chris and Matt Schoonover, The Mana Machine, presented the request and were available to answer questions. Mr. Schoonover provided an overview of the business. City Council and the applicant discussed prizes from the games, customer age range, and hours of operation. Mr. Husband presented staff's report. State law provides distance requirements (not within 300 feet) between a location that sells alcohol and the proximity to a school, church, or hospital. The location of the property is within 300 feet of a church. State law allows a governing body to approve a variance to the distance requirements. A MOTION WAS MADE BY DEPUTY MAYOR PRO TEM VAUGHN, SECONDED BY MAYOR PRO TEM DEUPREE TO CONSIDER ORDINANCE NO. 3899. MOTION TO APPROVE CARRIED 6-1; WITH COUNCIL MEMBER MITCHELL VOTING AGAINST. E. PUBLIC WORKS March 03, 2025 City Council Meeting Minutes Page 6 of 8 EA AWARD RFB 25-015 TO STABILE & WINN, INC., FOR CONSTRUCTION OF THE RUTH ROAD PROJECT (ST2402), FROM GLENVIEW DRIVE TO CITY POINT WEST, IN THE AMOUNT OF $526,298.50, AND AUTHORIZE THE CITY MANAGER TO EXECUTE THE RELATED CONSTRUCTION AGREEMENT. APPROVED City Council received a presentation from City Engineer Nathan Frohman. A MOTION WAS MADE BY DEPUTY MAYOR PRO TEM VAUGHN, SECONDED BY COUNCIL MEMBER BLAKE TO AWARD RFB 25-015 TO STABILE & WINN, INC., FOR CONSTRUCTION OF THE RUTH ROAD PROJECT (ST2402), FROM GLENVIEW DRIVE TO CITY POINT WEST, IN THE AMOUNT OF $526,298.50, AND AUTHORIZE THE CITY MANAGER TO EXECUTE THE RELATED CONSTRUCTION AGREEMENT. MOTION TO APPROVE CARRIED 7-0. F. GENERAL ITEMS There were no items for this category. G. EXECUTIVE SESSION ITEMS - CITY COUNCIL MAY TAKE ACTION ON ANY ITEM DISCUSSED IN EXECUTIVE SESSION LISTED ON WORK SESSION AGENDA APPROVED Mayor McCarty announced that there was action necessary as the result of discussion in Executive Session pursuant to Section 551.072: Deliberate the purchase, exchange, lease or value of real property at Tract 6D01, Abstract 130 John H Barlough Survey. A MOTION WAS MADE BY COUNCIL MEMBER MITCHELL, SECONDED BY COUNCIL MEMBER COMPTON TO AUTHORIZE THE CITY MANAGER TO NEGOTIATE AND EXECUTE A COMMERCIAL CONTRACT — UNIMPROVED PROPERTY AND EXECUTE ALL NECESSARY AND RELATED DOCUMENTS FOR THE CONTRACT AND FOR CLOSING WITH WOODBRIAR MANAGEMENT LTD TRACT 6D01, ABSTRACT 130 JOHN H BARLOUGH SURVEY IN THE AMOUNT OF $218,552.50 OR $17.50 PER SQUARE FOOT, SUBJECT TO SURVEY, PLUS ALL CLOSING COSTS, COMMISSIONS, FEES, AND TAXES. MOTION TO APPROVE CARRIED 7-0. March 03, 2025 City Council Meeting Minutes Page 7 of 8 H. INFORMATION AND REPORTS H.1 ANNOUNCEMENTS Council member Mitchell made the following announcements. Starting this week, the Water Department is launching a new billing system designed to better manage customer accounts. This system includes a new online portal that provides customers with improved access to your account information, easier service requests, and more convenient payment options. If you currently pay your water bill online or have automatic payments set up, you will need to register with the new system. Instructions and the link to sign up can be found at nrhtx.com/water. Please contact the Water Office with any questions. NRH2O Family Water Park is holding a job fair March 17 - 21. Stop by the park from 10.00 a.m. to Noon or from 3.00 p.m. to 5.00 p.m. to learn more about each department and participate in on-site interviews. Kudos Korner - Diane Whitsel, Bri Shipman, Terri Chambers and Emily Spaniel with Animal Services - A community member left a 5-star review for the staff who assisted her with adopting a cat from the NRH animal shelter. The review stated: "I can't say enough about this place and thank u from the bottom of my heart. The ladies I've met here were so nice and helpful. I would highly suggest getting a pet through this shelter." Keep up the great work! I. ADJOURNMENT Mayor McCarty adjourned the meeting at 7.58 p.m. Jack McCarty, Mayor ATTEST: Alicia Richardson City Secretary/Chief Governance Officer March 03, 2025 City Council Meeting Minutes Page 8 of 8 k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Authorize the purchase of two Police Equipped Motorcycles, in the combined total amount of $105,432.94, from Longhorn Harley- Davidson, utilizing BuyBoard Contract#724-23. PRESENTER: Kenneth Garvin, Public Works Operations Manager SUMMARY: City Council is being asked to authorize the purchase of two Harley-Davidson Police Equipped Motorcycles in the combined total amount of $105,432.94, from Longhorn Harley-Davidson, utilizing BuyBoard Contract#724-23. GENERAL DESCRIPTION: The table below identifies the new motorcycles for City Council's consideration. Qty. Description Department Cost/Each 2 Harley-Davidson Police Equipped Police $52,716.47 Road King Motorcycles Total $105,432.94 Longhorn Harley-Davidson has submitted current quotes based on the BuyBoard Contract #742-23. Staff is recommending purchasing two police equipped motorcycles totaling $105,432.94 through the Fiscal Year 2024-2025 approved Fleet Operating Budget. This funding is approved through the current FY25 operating budget, and no new debt was issued. The City of North Richland Hills is a member of several inter-local groups and utilizes existing contracts with vendors through the Local Government Purchasing Cooperatives, which satisfies state law requiring the City to solicit competitive bids. The City has a long- standing beneficial business relationship with Longhorn Harley-Davidson. RECOMMENDATION: Authorize the purchase of two Police Equipped Motorcycles, in the combined total amount of$105,432.94, from Longhorn Harley-Davidson, utilizing BuyBoard Contract#724-23. ° P.O. Box 400,Austin,Texas 78767 PUBoard 800.695.2919 •info@buyboard.com • buyboard.com October 9, 2023 Sent Via Email: motorofficer@longhornhd.com David Magers LHD Longhorn Harley-Davidson 2830 W I-20 Grand Prairie, TX 76050 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative ContractAward;Proposal Invitation No. 724- 23, Vehicles, Police Motorcycles, Trucks, Parts, and Maintenance Services Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of December 1, 2023 through November 30, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 724-23 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 800-695-2919. Sincerely, Ava Benford, Cooperative Procurement Manager Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative v.oz.oi.zozi Endorsed by 10"® TASAV VT DNational Pivchasing Conporatiuo October 10, 2023 Sent Via Email: motorofficer@longhornhd.com David Magers LHD Longhorn Harley-Davidson 2830 W I-20 Grand Prairie, TX 76050 Welcome to BuyBoard! Re: Notice ofNationa/Purchasing C000erativeAward;Proposal Invitation No. 724-23,Vehicles, Police Motorcycles, Trucks, Parts, and Maintenance Services Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard@ contract based on the above-referenced Proposal Invitation. The contract is effective for an initial one-year term of December 1, 2023 through November 30, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 724-23 at www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the 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 800-695-2919. Sincerely, Ava Benford, Cooperative Procurement Manager Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative .01.2021 J »/ 1 9„%����������4//%%�0%�/ll1/lG!O1P/101%//lll/%i////ll0//ll/o0/oeeiaameiairaiii ��"�"•� J �1 P.O. Box 400,Austin, Texas 78767-0400 800.695.2919•buyboard.com PO. x 400,Austin,Texas 78767 800 895 2578•bld6uy board.eom-buyboard.PUBoard"-- ....... ...................-.- oom ...................... PROPOSER'S ACCEPTANCE AND AGREEMENT Proposal Invitation Name Proposal Due Date/Opening Date and Time Vehicles, Police Motorcycles,Trucks, Parts, September 7, 2023, at 4:00 PM and Maintenance Repair Services ....�, mw. .. .......... ...._� .w.�.. ...... Location of Pro....,._ .. ..�.._ w�. posal Opening Proposal Invitation Number Texas Association of School Boards, Inc. 724-23 BuyBoard Department 12007 Research Blvd. Austin,TX 78759 Contract Term Anticipated Cooperative Board Meeting Date December 1, 2023,through November 30, 2024, October 2023 with two possible one-year renewals. By signature below, the undersigned acknowledges and agrees that you are authorized to submit this Proposal,including making all acknowledgements,consents,and certifications herein,on beha/fofProposer and,to the best of your knowledge,the information provided is true,accurate,and complete, Longhorn Harely-Davidson 09/07/2023 .... .......� _ ._. .. Name of Proposing Company Date 2830 W 1-20 Street Address Signa ure of Au rize ny Official Grand Prairie TX 75052 David Magers .... ......... .......... ...... .....- City, State,Zip Printed Name of Authorized Company Official 972-935-6904 Police Fleet Acct Manager Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 9723360570 202250822 Fax Number ofthonzed Comp_ --...._......- ....._ _..... ����Au any Official Federal ID Number Page 11 of 81 Mopow FoRms COMM/SVCS v.04.28.2023 o RO.Box 400,Austin,TeXaS 78767 4 BOO.695.2919•bidstMbuyboard.corn+buyboard.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 mustinitiaiin the bottom right corner ofeach page where 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. ACKNOWLEDGEMENTSPROPOSAL 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'l 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: Page 12 of 81 PRopos&FORMS COMM/SVCS v.04.28.2023 e P.O.Box 400,Austin Texas 78767 800 695 2919-bidstbbuyboard.com buyboard.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(vq one of the following: E-1 My company is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.) Ell My company is not owned or operated by anyone who has been convicted of a felony. My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): _____,_........... _ Details of Conviction(s): ............. Initial: Page 13 of 81 KoPosu FoRms COMM/sVCS v.D4.28.2023 P.O.Box 400,Austin,Texas 78767 800.695.2919-bid buyboard.ca -buyboard.corn RESIDE NTJ NONRESIDENT CERTIFICATIO 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(0 one of the following. I certify that my company is a Resident Proposer. El 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): Longhorn Harley-Davidson 2830 W 1-20 Company Name Address Grand Prairie TX 75052 City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or wa % DEBARMENT CERTIFICATIO 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(Y9 one of the following: El Yes ❑ No Initialr Page 14 of 81 Kopos&FORMS MMM/SUDS v.04.28.2023 78767 P.O.buyboard.com-b Texas _. yboard.com d.com � bu Box 400,Aus 800 695 2999.b(d O BOYCOTT VERIFICATIO 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 CODE Ch. 2271),(2)does not boycott energy companies and will not boycott energy companies during the term of the contract(TEx.Gov'T CODE Ch. 2274 effective September 1, 2021), and (3) does not have a practice, policy,guidance,or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEx. Gov`T CODE Ch. 2274 effective September 1, 2021). Accordingly,this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory,but does not include an action made for ordinary business purposes.TEx. 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: (1) 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. GovT CODE §2274.001(3) (effective September 1, 2021). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate,and that I am authorized by my company to make this certification. Initial: Page 15 of 81 PROPOSAL FOrsMs COMM/SVCS v.04.28.2023 P.O.Box 400,Austin,Texas 78767 800.695.2919•bldsobuyboard.com•buyboard.com O EXCLUDED ATIO !OR FOREIGN TERRORIST ORGANIZAITON 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 CERTIFICATIO A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or"MWBE"and all referred to in this form as a"HUB')is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. (Please check(,/)all that apply) ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service-Disabled Veteran Owned Business(veteran defined by 38 U.S.C. §101(2),who has a service-connected disability as defined by 38 U.S.C.§ 101(16),and who has a disability rating of 20%or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: p , E 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, if any, to which your company cannot or will not comply.] 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 n event of default under the Contract. Initial:,; Page 16 of 81 PwposAL FoRMS COMM/SVCS v.04.28.2023 P.O.Box 400,AUStin,Texas 787 P .VBoard- _w �. www._.__ 800 69s 2919•biasobuyboara com-bu board 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 bu boa,rd.com Vendq.r/Res X 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: Page 17 of 81 PROPosAL Foams COMM/SACS v.04.28.2023 8 Boards P.O.Box 400,Austin,Texas 78767 800.695.2919®bid buyboard.com•buybDard.corn 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(vq one of the following; 0 NO; Deviations ❑ Yes; Deviations List and fully explain any deviations you are submitting: Initial: Page 18 of 81 KoposaL FoRms COMM/SVCS v.04.28.2D23 RWBoard"--.--, H... 08 695 2919•blds�buybOard.cam-bu board cam ...... 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'l 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 contractadmin bu °board.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 NOTselect this box unless 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. Initialj& l Page 19 of 81 PROPOSM1L FORMS COMM/SYCS v.04.28.2023 P.TBoard., ---------------__",. ........ . ox 400,Austin,Texas 78767 800.895.2919•bidbuyboard.com•buyboard.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(vg one of the following: NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must clearly identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and Cooperative administrator shall not be responsible for a 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: t ach ad �� )(A ditionalsheetsifneeded. � Initial: Page 20 of 81 KoposAL FoRm COMM/SVCS v.04.28.2023 800.695.2919•bldsobuyboard.com.n,Texas T8767 P FBoard-_....... P.O.Box 400,Austin, buyboard.cam B.Copyright Information Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) contain copyright information? Please check(t)one of the following: X❑ 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: .. � ...._ (Attad�additional sheets if needed.) 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• Page 21 of 81 PaoPom Foams COMM/SVCS v.D4.28.2023 P.O.Box 400,Austin,Texas 78767 P-10 ,1Board 800.695.2999•bids�buyboard.com•buyboard.corn ....... -- EDGAR VENDOR CERTIFICATIO (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'l. 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 below, Vendor should certify Vendor's agreement and ability to comply, where applicable,by having Vendor's authorized representative check the applicable boxes,initial each page,and sign the Compliance Forms Signature Page. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO,"the Vendor is unable or unwilling to comply. A"NO"response to any of the items may, if applicable,impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1.Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative,contractual,or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order 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. 04 YES, I agree. ❑ NO, I do not agree. 2.Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's Purchase Order or ancillary agreement agreed to by the Vendor,the Cooperative member's provision shall control. YES, I agree. ❑ NO, I do not agree. Initial: Page 22 of 81 Nopos&FORMS COMM/SVCS v.04.28.2023 WBoard.....__.....-..........� -�»,v �� v,w.. �_ _w. ......_ Y 400•.....�... ........ 8 Austin,Texas 78767 ,, o, 800 695 2919•bid bu board.com•bu board.com 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60,all Cooperative member purchases or contracts that meet the definition of federally assisted construction contract in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity (30 FR 12319 12935 3 CFR Part 1964-1965 Comp., 339 Y as amended b Executive Order 11375 "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of"federally assisted construction contract"in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. YES,I agree. ❑ NO, I do not agree. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'l. 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'j.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. S.Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of$100,000 that involve the employment of mechanics or laborers,Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of,pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. YES, I agree. ❑ NO, I do not agree. Initial• Page 23 of 81 PROPOSAL PoRMS COMM/SIGs v.04.28.2023 s P.O.Box 400,Austin,T as 78767 WB w oard ......................... 800.695.2919•bidstMbuyboard.corn buyboard.com 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. _. YES, I agree. ❑ NO,I do not agree. 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders,or regulations issued pursuant to the Clean Air Act(42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). When required,Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. YES, I agree. ❑ NO, I do not agree. S. 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. 01 YES,I agree. ❑ NO, I do not agree. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment(31 USC 1352) -Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment(31 USC 1352). YES, I agree. ❑ NO, I do not agree. Initialt2j,.� Page 24 of 81 ReorosaL Fows COMM/SVCS v.04.28.2023 ® P.O.Box 400 AUstln,Texas 78767 ....... ...... 800.695.2919 blds@buyboard com•buyboard.com 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds,Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. YES,I agree. ❑ NO, I do not agree. 11. Domestic Preferences for Procurements: Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member regarding 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. 1-1 YES, I agree. ❑ NO, I do not agree. 13. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold,a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. 11 YES,I agree. ❑ NO, I do not agree. 14.General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. YES, I agree. ❑ NO, I do not agree. Initial• Page 25 of 81 PROPOSAL FORMS COMM/SVCS v.04.28.2023 P.O.Box 400,Austin,Texas 78767 800.695.2919•bid buyboard.eom•buy ard.com Boardo....... .. ....... ................... r ----................ COMPLIANCEFORMS 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 Longhorn Harely-Davidson Company Name - -��--. -"� - . Signature authorized Cc -19 � -mow David Magers,-w 'o Ice�rleet Manager Printed Name and Title 09/07/2023 ....................... _................... . Date Page 26 of 81 Kovosu FoRms COMM/SVCS v.04.28.2023 767 800 695 2919 bid bu boars com•bu board aom WBoard-. Po.eox aoo Austin,testa: ___m ,.,w...0 ....._......._. .,,w, ....y......... .W_.......y.. 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 National Purchasing Cooperative Vendor Award ■ Vendor Contact Information Agreement(vendors serving outside Texas only) ■ Federal and State/Purchasing Cooperative Local/Authorized Seller Listings Experience ■ Manufacturer Dealer Designation ■ Governmental References ■ Proposal Invitation Questionnaire ■ Company Profile Vendor Request to Self-Report BuyBoard ■ Texas Regional Service Designation Purchases (optional) ■ State Service Designation To the extent any information requested is not applicable to your company,you must so indicate on the form. VENDOR BUSINESS 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: Longhorn Harley-Davidson (list the legal name of Me company seeking to contract with the Cooperadve. Do NOT list an assumed name,dba,aka,etc.here Such information may be provided below. If you are submitting a jointproposal with another entity to provide the same proposed goods orserwces,each submitting entity should complete a separate vendor information form.Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals) Please check(v7 one of the following. Type of Business: ❑ Individual/Sole Proprietor ❑ Corporation ❑ Limited Liability Company A Partnership ❑ Other(Specify: .. State of incorporation (if applicable): __.,_.......... IT._mmmIT .. Federal Employer Identification Number: 20-2250822 (l�ndor must include a completed IRS W-9 form with their Proposal) Name by which Vendor,if awarded,wishes to be identified on the BuyBoard: (Note. IfdifferentMan the Name ofPmposing Company listed above,only valld trade names(dba,aka,etc:)of the Proposing Company may be used and a copy of your Assumed Name Certfrlcate(s),if applicable,must be attached.) Longhorn Harley-Davidson Page 27 of 81 PROPOSAL FORMS COMM/SICS v.04.28.2023 Forrnw-9 Request for Taxpayer Give Form to the (Rev.October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service 110,Go to www.irs.gov/FormW9 for instructions and the latest information. I Name(as shown on your income tax return).Name is required on this line:do not leave this line blank. LHD Partners, LP 2 Business name/disregarded entity name,if different from above Longhorn Harley-Davidson 3 Check appropriate box for federal tax classification of the person whose name is entered on l he 1,Check only one of the 4 Exemptions(codes apply only to a) following seven boxes. certain entities,not individuals;see ca CL instructions on page 3): C 0 [1 Individual/sole proprietor or El C Corporation El S Corporation ❑ Partnership El Trust/estate 0 single-member LLC r- Exempt payee code(it any) CL 0 EJ Limited liability company.Enter the tax classification(C=C corporation,S=S corperation,P=Partnership)10, o 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 'n LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is r- another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code(if any) is disregarded from the owner should check the appropriate box for the tax classification of its owner. o (D E] Other(see instructions)0, lVphes tc accounts Maortained OvIsfdo the us CL Address(number,street,and apt.or suite no,)See instructions. Requester's name and address{optional) ID 2830 West 1-20 6 City,state,and ZIP code Grand Prairie,Texas,75052 7 List account numberis)here(optional) EUM Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on llne 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,fora resident alien,sole proprietor,or disregarded entity,see the instructions for Part 1, later.For other entities,it is your employer identification number(EIN). If you do not have a number,see How to get a TIN, later. or Note:If the account is in more than one name,see the instructions for Itlne 1.Also see What Name and Employer identification number J Number To Give the Requester for guidelines on whose number to enter. 2 1 2 1 5 � o � 8 2 72 — KjM Certification Under penattles of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(o)the IRS has notified me that I am no longer subject to backup withholding,and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(If any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individuall retirement arrangement(IRA),and generally,payments other than interest and dividencipjou are not requirecl.to sign t certification,but you must provide your correct TIN.See the instructions for Part 11,later, Sign Signature ol Here U.S.p Date V17 ✓ General Instruct,0 P Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references at h � evenue Code unless otherwise I Zero P Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments,For the latest information about developments o Form 1099-8(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to wvvwJrs.gov1FormW9. *Form 1099-5(proceeds from real estate transactions) Purpose of Form *Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an -Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number -Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption taxpayer identification number(ATIN),or employer identification number .Form 1099-A(acquisition or abandonment of secured property) (FIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return. Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-lNT(interest earned or paid) be subject to backup withholding,See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) a P.O.BOX 400,Austin,Texas 78767 Des m �_ 800.695 2919 bidsLWbuyboard.eom•buyboardco.......�_.._,.._,,, ard..M..rn VENDOR CONTACT INFORMATION Vendor shall pro vide�the requested Vendor Contact Information in the electronic proposal submission system including contract,purchase order.RFQ,and in voice contacts(or,%fsubmitting a hard copy Proposal, timely request and complete the Vendor Contactlnformation 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: $4000,000.00 (The period of the 12-month period is 09/2022 09/2023 ____), 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. m � m phi» � �• 1. Federal General Services Administration N 2. T-PASS(State of Texas) N 3. OMNIA Partners .wN._..... �... ........._.. .......... .. .._................. 4. Sourcewell (NJPA) N .,��,. _.._ ......�. 5. E&I Cooperative N 6. Houston-Galveston Area Council (HGAC) N 7. Choice Pa.. _A .... rtners _...... ........ _..._........... 8. The Interlocal Purchasing System (TIPS) N - .-,_t_h_ w,.�_............. ..._.. _.... ..M.._....___ ........... 9 other y BuyBoard 601-19 ❑ 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(o/a): 10..... . Proposed Discount(%):_10 Explanation: Same Page 28 of 81 Nopos&FORMS COMM/SVCS v.04.28.2023 DyBoard'- ^rv„^„„ 800 695 2919•bldsobuyb arrd®�am o bu board.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 Phone# Email Address Discount Volume 1 Coverse Chief Lane 210-845-3296 blane@conversepd.com 10% 4 units 2 Bedford Chief Lapenna 817-966-0739 bobby.lapenna@bedfordtx.gov 10% 4 units 3 Burleson Fleet Hutchison 817-781-5998 jhutchison@burlesontx.com 10% 4 units a Dallas Sgt Brockell 469-682-1430 lyle.brockwell@dallaspolice.gov 10% 20 units 5 Albuquerque Lt Martinez 505-967 9466 bamartinez@cabq.gov 10% 9 units Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts(lower pricing)than indicated? YES ❑ NO If YES, please explain: 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 81 mopow FoRms COMM/SVCS v.04.28.2023 FBoard" 1 11 Ila Local family owned Longhorn & Maverick Harley-Davidson are proud to be the leader in the Police Fleet Sales and Unfitting with our 2-year warranty backed turn-key outfitted units. Member of the BuyBoard since 2019 we have grown our business thru customer referral due to our high standards of service, not only for the sale & build process but the continued commitment for the life of the bike. Leading this team beginning in 2014 is David Magers who is himself a Master Peace Officer in the State of Texas and motor officer since 2008. David continues to lead the way in the community by being a member of the Harley-Davidson Police Advisory Board where he gets to give direction to the Motor Company on the future platforms and feedback on outstanding issues. With this direct line to the Motor Company, David is able to get issues resolved quickly. David still continues to do enforcement on a motor, thus allowing him a unique prospective as to the trends and needs in the motors community. We currently service approximately 90 departments on a daily basis for sales, service and parts. If you have any questions at all, please feel free to contact David directly! We look forward to making your department a member of the Longhorn Maverick Police Fleet Family! Harley-Davidson Parts &Accessories 10%off MSRP per BuyBoard State Contract Whelen Emergency Equipment 20%off MSRP per BuyBoard State Contract David Magers Police &Fleet Account Manager Longhorn & Maverick Harley-Davidson Harley-Davidson Police Advisory Board Member Texas Master Peace Officer& Motor Officer Est 2004 972-935-6904 motorofficerC@lonehornhd.com Police Motorcycles Since 1908 PVBoard LON R21 Page 1 of 1 o P.O.BOX 400,Austin,Texas 7 767 B 80 0.695 219 bld sobuyboard.com-buyb02rd.com I EXA,S REGIONAL SERVICE DESIGNATION This form must be eted in the electronic proposal submission system (or,If g a hard copy --P%,?oral t m ly request and complete the form in accordance with he Instructions to/P o ose s 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 bid_s_ra bu ,board.com at least five(5)business days prior to die Proposal Due Date.)By designating a region or regions,you are certlfying 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 the form in the electronic proposal submission system. Regional Education Service Centers Region and Headquarters 1 Edinburg 2 Corpus Christi 1 3 Victoria 4 Houston 5 Beaumont 6 Huntsville v 7 Kilgore 8 Mount Pleasant 9 Wichita Falls �. AIR& s r i 10 Richardson 11 Fort Worth 1 ��" J i2 Waco ° Austin r h i14 Abilene + " ��� 15 San Angelo ns 16 Amarillo a ,; .� 17 Lubbock v.�., 18 Midland A 19 El Paso I 20 San Antonio uo, Page 30 of 81 PROPOSAL FDRMS COMM/SVCS v.04.28.2023 PUBoard- P.O.Box 400,Austin Texas 78767 800.605.2919«bldsabuyboard cam buyboard.com ................ STATE SERVICE DESIGNATION This form must be completed in the electronic proposal submission system (or,if submitting a hard copy Proposal, timely request and complete 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 electronic 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 National Purchasing Cooperative,you must have an authorized representative sign the National Purchasing Cooperative Vendor A wardAgreement that follows 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 bids buYboard.com at least five (5) business days prior to the Proposal 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 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. ■ �Illl ervice all state�int�e�Unite��States.� Alabama Montana Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118&20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Page 31 of 81 PROPosAL FoRm COMMISVCS v.04.28.2023 w P.O.Box 400 Austin Texas 78767 800 695 2019 blds@pbuyboard.com buyboard c6Fn piaNATIONAL ........... .. ..... ...... ....... ....... .. ...... ... .......... ........... ....,......., .,..,,,.., ......... .,..,,,.w.. .. .......,..,.,....r. 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'l awards Vendor a contract under this Proposal Invitation ("Underlying Award'), the National Purchasing Cooperative ("National Cooperative'l 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 CAgreement'), 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 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. 7. This Agreement shall be governed and construed in accordance with the laws of the State of Texas and venue for any dispute shall lie in the federal district court of Travis County,Texas. Page 32 of 81 Kovow FORKS COMM/SVCS v.04.28.2023 * VBoard D 0 ...._�. �.........................__ ... ........-w..... ..._._.�,., 800.69s 2019•bidsgbuyboard eom-b y oard.Cbm ......... 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. Longhorn Harely-Davidson 724-23 __�.,.� _...... .......... Name of Vendor Proposal Invitation Number David Magers . ........ ....... ....._ �......_ _. Signat4rf Autho�r�o mp Official _..... Printed Name of Authorized Company Official 09/07/2023 Date Page 33 of 81 PROPOSAL FORMS COMM/S/CS V.04.28.2023 8' oarde P.O.Box 400,Austin,Texas 78767 VIP 800.695.2919•---............ bl buybo rd.ee ®buybo rd.CbnW WB ..�,.,...._....� ...... ............. LOCATION/AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. W Maverick Harely-Davidson David Magers 1845 N. I-35E, Carrollton Texas 75006 motorofficerQmaverickhd.com m ... ��.�, w. m ........ ��� ...�. . ..__w_ � � .. ...... m�.. Page 34 of 81 PROPOSAL FORMS COMM/SVCS v.04.28.2023 Texas ..N_ N yW idtP.O.box ard.Austin, yboa 78767 Huard cam lirgBoard-__ .. .. .. . .. 800.695.2919•bltlsobuy6oard.tom•l�uy ---.- A UFACTURER 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'l 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. Longhorn Harley-Davidson David Magers Designated Dealer Name _ _.....� Designated Dealer Contact Person 2830 W 1-20 Designated Dealer Address Grand Prairie TX 75052 City State Zip Code 9729356904 Phone Number Fax Number motorofficer@longhornhd.com 20-2250822 ..... ... ..._ _.. .. . .. _.... E 11 m. Designated address g d Dealer Tax ID Number* (*attach W-9) Page 35 of 81 PrtOPoSAL FORMS COMM/Sl/[S v.04.28.2023 9 P.O.BOX 400,Austin,TeXas 78767 B 800.695.2910•bid buyboard.Co •buyboard.cern _.. ... ....... _............... . .. .. ... ...m.......... 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'D. 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. 20 years no sale in progress family owned 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. David Magers is our Police Fleet Account Manager and also a current motor officer in the State of Texas David Started this program for LHD in 2014 with 6 PD customers and have grown theprogramg ._ .. _.. .v. .,..__�.... g to over 90 active departments who purchase thru the BuyBoard 601-19 complete t..___ key units, its,.... urn key units, parts, labor ect. 3. rketin r For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example; Explain how your company will initially inform Cooperative members ofyour BuyBoard Contract,and how you will continue to support the BuyBoard for the duration of the Contract tern.)Attach additional pages if necessary. David attends expos and police motorcycle training events to educate the end customer of the �..m ... program. A majority of our new customer base is driven by customer referals due to the high quality of work and attention to detail before, during and after the sale. Page 36 of 81 PROPOSAL FORMS COMMIS/CS v.04.28.2023 PWBoard-.­- m 800.695.2919-bldsobuyboard.com-buyboard.com P.O.Box 400,Austin,Texas 7876 ........................ ................--­....................­­­ 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. Longhorn & Maverick Harley-Davidson are local family owned business who gross over 40 million per year. no issues with debtor 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. none 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. none 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 the claim, and resolution or current status. none Page 37 of 81 Nopos0.L FoRm WMM/SVCSv.04.28.2073 u 400,Austin Texas 78767 yboard.eo buyboard.carn PV oarde.............. .. .. . ............................................ VENDOR- 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 required as part of your proposal. You should sign and return this form Oft 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 below, I hereby request authorization from the Cooperative administrator to self-report 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 read the Additional Terms and Conditions for BuyBoard Self-Reporting included in this Proposal Invitation and do hereby approve and agree to such terms and conditions on behalf of Vendor. NAME OF VENDOR:, _w �_._. _... ..... .... ... �........... .... ............... m. Signature of Vendor Authorized Representative Printed Name: Title: Date• .......... . —.._....m..m....n .. .. ....... mm....._ . (For Cooperative Administrator Use Only) Approved by BuyBoard Administrator: ._..... .... .. ___ ____.�� _......... Effective/Start Date for Self-Reporting: aw _.® ...... _....... ,_,_. ........ ........................... Page 38 of 81 Roaosu Fowas COMM/SVCS v.04.28.2023 W ® P.O.BOX 400,Austin,Texas 78767 aoo.ee 5.2212•bidittmbuyboard com•buy ard.cmm Board _ .... _......... ...... _... _...m.... .m� CHECKLISTREQUIRED FORMS (Please check(vq the following) 0 R vi w #LCCom leted,,,Proposer's Acceptance and Agreement PROPOSAL FORMS PART1: COMPLIANCE nx Reviewed —q--pieted.. Proposal Acknowledgements 0 Reviewe Completed: Felony Conviction Disclosure 0 Reviewed CQ in rp eted: Resident/Nonresident Certification 0 Reviewed Comlete,.,.d: Debarment Certification 0 ReviewedComleted: Vendor Employment Certification El Reviewed Com letgd: No Boycott Verification El ReView,ed/:,Cpmplete ,: No Excluded Nation or Foreign Terrorist Organization Certification El Reviewed Qmoleted: Historically Underutilized Business Certification 0 Reviewed1QQm(2leted,: Acknowledgement of BuyBoard Technical Requirements El Reviewed/C ,mpleted: Construction-Related Goods and Services Affirmation 0 Reviewed Com I eted: Deviation and Compliance 0 Rev e 6*ljCom lgted: Vendor Consent for Name Brand Use 0 Reviewe emj% d: Confidential/Proprietary Information 0 Reviewed Completed: EDGAR Vendor Certification 0 Reviewed/Completed: Compliance Forms Signature Page PROPOSAL FORMS PART 2:VENDOR INFORMATION FORMS 0 Reviewed/Completed: Vendor Business Name x❑ Reviewed Completed: Vendor Contact Information(complete in electronieproposaisubmission system) ReviewedComleted: Federal and State Purchasing Cooperative Experience 0 Reviewed Com leted: Governmental References 0 Reviewed Completed: Company Profile 0 Reviewed Complletewd: Texas Regional Service Designation (complete in electronic proposal submission system) Q Reviewed„ COm „feted: State Service Designation (complete in electronic proposal submission system) 0 Reviewed)C,om leted: National Purchasing Cooperative Vendor Award Agreement(vendors serving outside Texas only) 0 ReviewedlCo,m feted: Local/Authorized Seller Listings El Reviewed Com fete l: Manufacturer Dealer Designation 0 ReviewedlCom Ireted: Proposal Invitation Questionnaire 0 ReviewedComleted: Vendor Request to Self-Report BuyBoard Purchases (oprionaq 0 Rev ewed/.Com feted: Proposal Specifications, Manufacturer Authorization Letters, Franchise Motor Vehicle Dealer Certificate from Texas or other state Department of Motor Vehicles,Applicable Dealer License,and Vehicle Options List with discount(%)off Catalog/Pricelist and/or other required pricing information including Catalogs/Pricelists(or no bid response)must be submitted with the Proposal or the Proposal will not be considered. Page 50 of 81 NoPosAL FoRm COMM/SVCS v.04.28.2023 78767 800 695 2919•bidsobuybaard.0 oath Texas dl ' m•buybearcamenm gBoard 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 itproposing r b approved manufacturer sell, install, service the brand of equipment submitted. Proposersspnding othsPoposal Invitation shall submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions 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 theproducts proposed. PROPOSAL N07E2: A Vendor in Texas must have and maintain for the life of the Contract an Franchise Motor Vehicle a y 'cle 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). S .— The—Proposal o al Invitation seeks base modelpricing should replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer.Optional equipme t is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalogs)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered. The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract, and available for purchase by members separately and independently from associated base price items. Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG,LPG,Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)in a readily available and readable electronic format,with Excel or searchable PDF preferred. No paper r.._�.. catalogs or manufacturer/vendor websites will be acce pted. .... m..•�.• vehicle ancillary fees to be charged for an purchase from this contract with the exception PROPOSAL NOTE 4• All ry g y p n ..., 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. �,�, ion 1: Chevrole V hides 1. Base Model Price for Chevrolet Trailblazer Sport Utility-LS base model, complete with all manufacturer's standard equipment. 2. Base Model Price for Chevrolet Blazer Sport Utility - 2LT base model, complete with all manufacturer's standard equipment. 3. Base Model Price for Chevrolet Malibu Mid-Size Sedan - LS base model, complete with all manufacturer's standard equipment. 4. Base Model Price for Chevrolet Trax Sport Utility - LS base model, complete with all manufacturer's standard equipment. 5. Base Model Price for Chevrolet Traverse(FWD)Sport Utility-LS FWD base model,complete with all manufacturer's standard equipment. Page 39 of 81 PROPOSRL PoRru COMM/SYCS v.04.28.2023 u P.O.Box 400,Austin,Texas 78767 10 oard" ----------------------- 800.695.29,19-bIdsLWbuybasrd.com-buyboard.corn .............. 6. Base Model Price for Chevrolet Traverse(AWD)Sport Utility—LS AWD base model,complete with all manufacturer's standard equipment. 7. Base Model Price for Chevrolet Equinox(FWD)Sport Utility-LS FWD base model,complete with all manufacturer's standard equipment. 8. Base Model Price for Chevrolet Equinox(AWD)Sport Utility—LS AWD base model,complete with all manufacturer's standard equipment. 9. Base Model Price for Chevrolet Tahoe Sport Utility—LS 2WD base model, complete with all manufacturer's standard equipment. 10. Base Model Price for Chevrolet Suburban Sport Utility - LS 2WD, 1/2-ton, base model complete with all manufacturer's standard equipment. 11. Base Model Price for Chevrolet Colorado Extended Cab Truck - Extended cab, 2WD, base model complete with all manufacturer's standard equipment. 12. Base Model Price for Chevrolet Silverado 1500 Full Size Regular Cab Truck- 1/2-ton, Regular Cab,Standard bed, 2WD, Wr base model complete with all manufacturer's standard equipment. 13. Base Model Price for Chevrolet Silverado 1500 Full Size Double Cab Truck- 1/2-ton, Double Cab, Standard bed, 2WD, VifT base model complete with all manufacturer's standard equipment. 14. Base Model Price for Chevrolet Silverado 1300 Full Size Crew Cab Truck- 1/2-ton,Crew Cab,Standard bed,2WD, Wr base model complete with all manufacturer's standard equipment. 15. Base Model Price for Chevrolet Silverado 2500HD Full Size Truck - 3/4-ton, Heavy Duty Regular Cab, 2WD, base model complete with all manufacturers standard equipment. 16. Base Model Price for Chevrolet Silverado 3500HD Full Size Truck- 1-ton, Regular Cab, 2WD, base model complete with all manufacturers standard equipment. 17. Base Model Price for Chevrolet Colorado Chassis Extended Cab-Colorado Chassis Extended Cab,2WD, base model complete with all manufacturer's standard equipment. 18. Base Model Price for Chevrolet Silverado 3500HD Chassis Cab - Silverado 3500 Chassis Cab, 2WD, Regular Cab, base model complete with all manufacturer's standard equipment. 19. Base Model Price for Chevrolet Express Cutaway Van - Chevrolet Express Cutaway Van, base model complete with all manufacturer's standard equipment. 20. Base Model Price for Chevrolet Tahoe(PPV)Police Package-2WD, Police package with all manufacturer's standard equipment. 21. Base Model Price for Chevrolet Tahoe(SSV)Police Package-2WD,Police package with all manufacturer's standard equipment. 22. Base Model Price for Chevrolet Silverado (SSV) Police Package - 2WD, Police package with all manufacturers standard equipment. 23. Base Model Price for Chevrolet Blazer EV (PPV) Police Package - 2WD, Police package with all manufacturer's standard equipment. 24. Base Model Price for Chevrolet Camaro Sport Sedan — Coupe 1LS base model, complete with all manufacturer's standard equipment. 25. Base Model Price for Chevrolet Silverado EV Electric Truck - Electric truck, base model complete with all manufacturer's standard equipment. 26. Base Model Price for Chevrolet Blazer EV Electric Sport Utility- Electric sport utility, base model complete with all manufacturer's standard equipment. 27. Base Model Price for Chevrolet Equinox EV Electric Sport Utility- Electric sport utility, base model complete with all manufacturer's standard equipment. 28. Base Model Price for Chevrolet Bolt EV- LT base model, complete with all manufacturer's standard equipment. 29. Base Model Price for Chevrolet Bolt EUV All Electric Sport Utility - EUV LT base model, complete with all manufacturer's standard equipment. 30. Base Model Price for Chevrolet Express 2500 Full Size Cargo Van-VifT base model,complete with all manufacturer's standard equipment. 31. Base Model Price for Chevrolet Express 2500 Full Size Passenger Van - LT base model, complete with all manufacturer's standard equipment. Page 40 of 81 PRoposAL FORMS COMM/SVCS v.04.28.2023 P.O.Box 400,Austin,Texas 78767 800.69S.2919-bidsobuyboard.corn-buyboard.corn AFBoard- ............ ........................ ........... Ajd1Lo_n-2.' QM19Vqhl les 32. Base Model Price for GMC Terrain Sport Utility - SLE base model, complete with all manufacturer's standard equipment. 33.Base Model Price for GMC Acadia Sport Utility-SLE base model,complete with all manufacturer's standard equipment. 34.Base Model Price for GMC Yukon Sport Utility-SLE base model,complete with all manufacturer's standard equipment. 35. Base Model Price for GMC Canyon Extended Cab Truck - Extended cab, 2WD base model, complete with all manufacturer's standard equipment. 36. Base Model Price for GMC Sierra 1500 Full Size Truck- 1/2-ton, Regular Cab, 2WD base model, complete with all manufacturer's standard equipment. 37. Base Model Price for GMC Sierra 250OHD Full Size Truck - 3/4-ton, Heavy Duty Regular Cab, 2WD base model, complete with all manufacturer's standard equipment. 38. Base Model Price for GMC Sierra 250OHD Full Size Truck - 1-ton, Heavy Duty Regular Cab, 2WD, base model complete with all manufacturer's standard equipment. 39. Base Model Price for GMC Sierra 3SOOHD Chassis Cab—Chassis Cab, 2WD, Regular Cab, base model complete with all manufacturer's standard equipment. 40. Base Model Price for GMC Savana 2500 Full Size Cargo an — Cargo Van, base model complete with all manufacturer's standard equipment. 41. Base Model Price for GM1C Savana 2500 Full Size Passenger Van— Passenger Van, base model complete with all manufacturer's standard equipment. 42. Base Model Price for GMC Savana 2500 Cutaway Van—Cutaway Van, base model complete with all manufacturer's standard equipment. Section 3-—Buick Vehicles 43. Base Model Price for Buick Encore Sport Utility - ISB base model, complete with all manufacturer's standard equipment. 44. Base Model Price for is Enclave (FWD) Sport Utility - ISO FVVD base model, complete with all manufacturer's standard equipment. Section 4: ChevrQl V9GMCj Buick Model Vehicles OPTIONS and EOUIPMENT 45. Discount (%) off all Original Equipment Manufacturer (OEM) ions® Manufacturer specification she and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 46. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM) specification sheets and upgrade options catalog/pricelist MUST be included,or proposal will not be considered. 47. Discount off Original Equipment Manufacturer(OEM) Parts. 48. Discount off Extended Service Maintenance Agreements. 49. Discount off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). Section 5: ChevroletLGMC/Buick Model %F hicles Dell Fees and Labor Rate for Installation and-A—qg—air E112[ce 50. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 51. Not to Exceed hourly labor rate for Paint and Body Repair. 5Z Not to Exceed per mile delivery fee for Vehicles,Trucks, or Motorcycles. in 6: Chrvsler Vehicles 53. Base Model Price for Chrysler 300 Sedan - Base sedan model, 3.6L, 8 speed automatic, flex fuel with 6 cyl engine, complete with all manufacturer's standard equipment. 54. Base Model Price for Chrysler Pacifica Passenger Van- Base model,standard 9 speed automatic transmission,on all trim levels, complete with all manufacturers standard equipment. Page 41 of 81 PROPOSAL FORM COMMISVCS V.04.28.2023 P.O.Jim Box 400,Austin,texas 7767 ®aa.695.2019•bid bllyb rd.CO e•buyboard.cbrn P Board' DdeVhil 55. Base Model Price for Dodge Charger Sedan - Base model, 3.6L, 8 speed Automatic, standard on all trim levels and platforms on charger,flex fuel on 6-cylinder engine configuration,complete with all manufacturer's standard equipment. 56. Base Model Price for Dodge Journey Mid-Size Crossover- Front wheel drive, 2.4L DOHC, flex fuel, SE Base Model with 29E package complete with all manufacturer's standard equipment. 57. Base Model Price for Dodge Durango Sport Utility-Base Model, rear wheel drive,3.6L V6 Engine, Flex Fuel,complete with all manufacturer's standard equipment. 58. Base Model Price for Dodge Charger Pursuit Police Package- Base model, 3.6L, flex fuel vehicle on 6 cylinder model, 292 horsepower, complete with all manufacture's standard equipment. 59. Base Model Price for Dodge Durango Full Size SUV Special Service- Base Model, rear wheel drive, 3.61-Engine, 6- cyl standard, 8 speed automatic standard,complete with all manufacturer's standard equipment. 60. Base Model Price for Dodge Durango(AWD)Pursuit Police Package-Base Model,AWD,3.6L V-6 Engine, 8 speed automatic standard, complete with all manufacturer's standard equipment. 61. Base Model Price for Dodge RAM 1500 Special Services Pickup-Base Model,Crew Cab,4X4,5.7L V8 Hemi,8 speed automatic, complete with all manufacturer's standard equipment. 62. Base Model Price for Dodge RAM 250OHD Special Services Pickup- Base Model, Crew Cab, 4X4, 6.4L V8 Hemi, 8 speed automatic, complete with all manufacturer's standard equipment. 63. Base Model Price for Dodge RAM 350OHD Special Services Pickup - Base Model, Crew Cab, 4X4, 6.4L V8 Hemi, 8 speed automatic, complete with all manufacturer's standard equipment. 64. Base Model Price for Dodge RAM Tradesman 1500 Full Size Truck - ST Base Model, 1/2-ton, Regular Cab, 4X2, 3.6L V6, 8 speed automatic, short bed,with flex fuel availability, complete with all manufacturer's standard equipment. 65. Base Model Price for Dodge RAM 1500 (REV) Full Size Truck - Base Model, Crew Cab, complete with all manufacturer's standard equipment. 66. Base Model Price for Dodge RAM Tradesman 2500 Full Size Truck-ST Base Model,3/4-ton, regular cab,4X2, 5.7L V8, automatic, complete with all manufacturer's standard equipment. 67. Base Model Price for Dodge RAM Tradesman 3500 Full Size Truck - ST Base Model, 1-ton, regular cab, 4X2, 5.7L V8, automatic, regular bed, complete with all manufacturer's standard equipment. 68. Base Model Price for Dodge RAM Tradesman 3500 Chassis Cab Truck - ST Base model with 6.41-V8, automatic, complete with all manufacturer's standard equipment. 69. Base Model Price for Dodge RAM ProMaster City Cargo Van- Base model, 2.4L engine,9-spd Automatic, Low Roof, complete with all manufacturer's standard equipment. 70. Base Model Price for Dodge RAM ProMaster City Passenger Van - Base model, 2.4L engine, 9-spd Automatic, Low Roof,complete with all manufacturer's standard equipment. 71. Base Model Price for Dodge RAM 1500 ProMaster Cargo Van (Low Roof) - Base model, 3.6L V6 engine, 6-spd Automatic, Low Roof, complete with all manufacturer's standard equipment. 72. Base Model Price for Dodge RAM 1500 ProMaster Cargo Van (High Roof) - Base model, 3.6L V6 engine, 6-spd Automatic, High Roof, complete with all manufacturer's standard equipment. 73. Base Model Price for Dodge RAM 2500 ProMaster Cargo Van (Low Roof) - Base model, 3.61L V6 engine, 6-spd Automatic, Low Roof, complete with all manufacturer's standard equipment. 74. Base Model Price for Dodge RAM 2500 ProMaster Cargo Van (High Roof) - Base model, 3.6L V6 engine, 6-spd Automatic, High Roof, complete with all manufacturer's standard equipment. 75. Base Model Price for Dodge RAM 3500 ProMaster Cargo Van (Low Roof) - Base model, 3.6L V6 engine, 6-spd Automatic, Low Roof, complete with all manufacturer's standard equipment. 76. Base Model Price for Dodge RAM 3500 ProMaster Cargo Van (High Roof) - Base model, 3.6L V6 engine, 6-spd Automatic, High Roof, complete with all manufacturer's standard equipment. 77. Base Model Price for Dodge RAM 2500 ProMaster Window Passenger Van - Base model, 3.61-V6 engine, 6-spd automatic, complete with all manufacturer's standard equipment. 78. Base Model Price for Dodge RAM 3500 ProMaster Window Passenger Van - Base model, 3.61-V6 engine, 6-spd automatic, complete with all manufacturer's standard equipment. 79. Base Model Price for Dodge RAM 3500 ProMaster Cutaway Chassis Van - Base model, 3.6L V6 engine, complete with all manufacturer's standard equipment. Page 42 of 81 NoPosu Faints COMM/SNCS v.04.28.2023 *:--!,J7Board. ........... , ,,,,„ ,. _ 80P0.605.2919•bld buyba rd cam-buybosrd.Wm ............. ---...... ion :] e Ve i L 80. Base Model Price for Jeep Cherokee- Base model,2.4 Liter engine, 9-Spd automatic,complete with all manufacturer's standard equipment. 81. Base Model Price for Jeep Grand Cherokee Laredo Sport Utility - Base model, Rear wheel drive, 3.61-V6 engine with 8 speed automatic,4x2, complete with all manufacturer's standard equipment. 82. Base Model Price for Jeep Grand Cherokee Laredo(Electric Hybrid)Sport Utility- Base model, Rear wheel drive, 2.01-engine,4x2,complete with all manufacturer's standard equipment. 83. Base Model Price for Jeep Renegade Sport Utility- Base model, 1.41-I4 Multi Air Engine with A/C, complete with all manufacturer's standard equipment. 84. Base Model Price for Jeep Wrangler Sport Utility - Base model, 3.61-V6 engine, complete with all manufacturer's standard equipment. 85. Base Model Price for Jeep Compass- Base model, 2.0 Liter engine, 8-Spd automatic, complete with all manufacturer's standard equipment. 86. Base Model Price for Jeep Wagoneer-Base model,5.71-V8 engine,8-Spd automatic,complete with all manufacturer's standard equipment. 87. Base Model Price for Jeep Grand Wagoneer - Base model, 6.41- V8 engine, 8-Spd automatic, complete with all manufacturer's standard equipment. Secti n h 1 r Dod ] Mod I V hi I PTIONS an E IPMENT, 88. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 89. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM) specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 90. Discount(%)off Original Equipment Manufacturer(OEM)Parts. 91. Discount(%) off Extended Service Maintenance Agreements. 92. Discount(%) off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). S i n 10: Ch sl D ] Mo I Vehicl Deliv Fees an r Rat for In Ilati n nd R air Service 93. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 94. Not to Exceed hourly labor rate for Paint and Body Repair. 95. Not to Exceed per mile delivery fee for Vehicles,Trucks,or Motorcycles. Section 11: Ford Vehicles 96. Base Model Price for Ford Mustang - Two door, 2.31- EcoBoost engine, complete with all manufacturer's standard equipment. 97. Base Model Price for Ford Mustang Mach E - Two door, Electric engine, complete with all manufacturer's standard equipment. 98. Base Model Price for Ford EcoSport- S Trim Package, 2.01-Ti-VCT engine, complete with all manufacturer's standard equipment. 99. Base Model Price for Ford Escape Base Sport Utility - Base Trim Package, 1.51- EcoBoost engine, complete with all manufacturer's standard equipment. 100. Base Model Price for Ford Edge Sport Utility-SE Trim Package,four doors, 2.01-EcoBoost engine,complete with all manufacturer's standard equipment. 101. Base Model Price for Ford Bronco Sport Base - Base Trim Package, 1.51- EcoBoost engine, complete with all manufacturer's standard equipment. 102. Base Model Price for Ford Bronco Base - Base Trim Package, 2.31- EcoBoost I-4 engine, 10 speed automatic transmission, complete with all manufacturer's standard equipment. 103. Base Model Price for Ford Explorer Base Sport Utility - Base package; 2.31- EcoBoost 14 engine, complete with all manufacturer's standard equipment. Page 43 of 81 PROPOSAL FORMS COMM/SVCS v.04.28.2023 O P.O.Box 400,Austin,Texas 7767 800.695.2019-blds@)bLiyboard.com-buyboard.cam 104. Base Model Price for Ford Police F-150 SSV- Crew Cab, Four door, 3.51- EcoBoost V6 engine, complete with all 9 manufacturer's standard equipment. 105. Base Model Price for Ford Police F-150 Lighting Pro SSV-Crew Cab, Four door, Electric engine, complete with all manufacturer's standard equipment. 106. Base Model Price for Ford Police Interceptor Sport Utility-AWD, 3.31-HEV engine complete with all manufacturer's standard equipment. 107. Base Model Price for Ford Expedition SSV Utility - 3.5L EcoBoost V6 engine, complete with all manufacturer's standard equipment. 108. Base Model Price for Ford Expedition SSV Extended Length Utility-Expedition SSV Extended length trim package, 3.51-EcoBoost V6 engine, complete with all manufacturer's standard equipment. 109. Base Model Price for Ford Police Transit Van-Prisoner Transport Vehicle,SRW,3.51-PFDI V6 engine,complete with all manufacturer's standard equipment. 110. Base Model Price for Ford Police Transit Van- Prisoner Transport Vehicle, DRW, 3.5L EcoBoost V6 engine, complete with all manufacturer's standard equipment. 111. Base Model Price for Ford Expedition XL STX Sport Utility- Expedition XL Trim Package,3.51-EcoBoost V6 engine, complete with all manufacturer's standard equipment. 112. Base Model Price for Ford Expedition EL Sport Utility- Expedition XL Extended length trim package, 3.5L EcoBoost V6 engine, complete with all manufacturer's standard equipment. 113. Base Model Price for Ford Ranger Truck-Super Cab (R1A); XL Package, 2.31-EcoBoost 14 Engine, complete with all manufacturer's standard equipment. 114. Base Model Price for Ford Maverick Truck- Super Cab, XL Package, 2.51- Full Hybrid Engine (FHEV), complete with all manufacturer's standard equipment. 115. Base Model Price for Ford F-150 Truck - Regular Cab (FiC), 1/2-ton, regular cab, 4x2, 6.5' Bed, 3.3L Ti-VCT V6, complete with all manufacturer's standard equipment. 116. Base Model Price for Ford F-150 Truck-Regular Cab CNG/LPG, 1/2-ton, regular cab,4x2, 6.5' Bed, 3.71-V6,compete with all manufacturer's standard equipment. 117. Base Model Price for Ford F-150 Lighting Pro Truck- Regular Cab, Electric, 1/2-ton, regular cab,4x2,6.5' Bed, 3.71- V6, complete with all manufacturer's standard equipment. 118. Base Model Price for Ford F-250 Truck - Regular Cab (F2A), 3/4-ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine, automatic transmission, complete with all manufacturer's standard equipment. 119. Base Model Price for Ford F-350 Truck(SRW) - Regular Cab (HA), 1 ton, 6.21-V8 engine, automatic transmission, 4x2 SRW,TorgShift 10-Speed SelectShift Automatic, 8' Bed, complete with all manufacturer's standard equipment. 120. Base Model Price for Ford F-350 Truck(DRW) -Regular Cab (F3A), 1 ton, 6.21-V8 engine,automatic transmission, 4x2 DRW,TorgShift 10-Speed SelectShift Automatic, 8' Bed, 6.21-V8 engine,automatic transmission,complete with all manufacturer's standard equipment. 121. Base Model Price for Ford 450 Truck- 7.3L PFI V8, Regular Cab, 4x2 DRW, 145.3" wheelbase, TorgShift 10-Speed SelectShift Automatic,complete with all manufacturer's standard equipment. 122. Base Model Price for Ford 550 Truck- 7.3L PFI V8, Regular Cab, 4x2 DRW, 145.3" wheelbase, TorgShift 10-Speed SelectShift Automatic, complete with all manufacturer's standard equipment. 123. Base Model Price for Ford 600 Truck- 7.31- PFI V8, Regular Cab, 4x2 DRW, 145.3" wheelbase, TorgShift 10-Speed SelectShift Automatic, complete with all manufacturer's standard equipment. 124. Base Model Price for Ford Transit Connect Passenger Wagon - Transit Connect Wagon, 2.01- GDI I4 engine, complete with all manufacturer's standard equipment. 125. Base Model Price for Ford Transit Connect Cargo Van -Transit Connect Van, 2.01-GDI I4 engine,complete with all manufacturer's standard equipment. 126. Base Model Price for Ford T-150 Transit Cargo Van (Low Roof) - 3.5L PFDi V6 engine, 8670lbs GVWR, 130" wheelbase, complete with all manufacturer's standard equipment. 127. Base Model Price for Ford T-150 Transit Cargo Van (Medium Roof) - 3.5L PFDi V6 engine, 8670lbs GVWR, 130" wheelbase,complete with all manufacturer's standard equipment. 128. Base Model Price for Ford T-250 Transit Cargo Van (Low Roof) - 3.51- PFDi V6 engine, 9070lbs GVWR, 130" wheelbase, complete with all manufacturer's standard equipment. 129. Base Model Price for Ford T-250 Transit Cargo Van (Medium Roof) - 3.51- PFDi V6 engine, 9070lbs GVWR, 130" wheelbase, complete with all manufacturer's standard equipment. Page 44 of 81 PROPOSAL Fowas COMM/SUDS v.04.28.2023 P.O.BOX 400,Austin Texas 78767 Q0.895.2979�bdS�lbuy/b6aYd CdYA•buyb�baYtl.COPYf WBoard .. --- ...... ........ _.. .n- .... .. . _.. _....��,.w 130. Base Model Price for Ford T-250 Transit Cargo Van (High Roof) - 3.5L PFDi V6 engine, 9070lbs GVWR, 148" wheelbase, complete with all manufacturer's standard equipment. 131. Base Model Price for Ford T-350 Transit Cargo Van (Low Roof) - 3.5L PFDi V6 engine, 9500lbs GVWR, 130" wheelbase, complete with all manufacturer's standard equipment. 132. Base Model Price for Ford T-350 Transit Cargo Van (Medium Roof) - 3.5L PFDi V6 engine, 9500lbs GVWR, 130" wheelbase,complete with all manufacturer's standard equipment. 133. Base Model Price for Ford T-350 Transit Cargo Van (High Roof) - 3.5L PFDi V6 engine, 9500lbs GVWR, 148" wheelbase, complete with all manufacturer's standard equipment. 134. Base Model Price for Ford T-350 Transit Passenger Van(Low Roof)-Seating for 12,3.51-PDFI V6 engine,9250lbs GVWR, 148"wheelbase, complete with all manufacturer's standard equipment. 135. Base Model Price for Ford T-350 Transit Passenger Van (Medium Roof) - Seating for 12, 3.5L PDFI V6 engine, 9250lbs GVWR, 148"wheelbase,complete with all manufacturer's standard equipment. 136. Base Model Price for Ford T-350 Transit Passenger Van(High Roof)-Seating for 12,3.51-PDFI V6 engine,9250lbs GVWR, 148"wheelbase, complete with all manufacturer's standard equipment. 137. Base Model Price for Ford T-350 Transit Passenger Van(Low Roof)-Seating for 15,3.51-PDFI V6 engine,9400lbs GVWR, 148"wheelbase,complete with all manufacturer's standard equipment. 138. Base Model Price for Ford T-350 Transit Passenger Van (Medium Roof) - Seating for 15, 3.5L PDFI V6 engine, 9400lbs GVWR, 148"wheelbase, complete with all manufacturer's standard equipment. 139.Base Model Price for Ford T-350 Transit Passenger Van(High Roof)-Seating for 15,3.5L PDFI V6 engine,9400lbs GVWR, 148"wheelbase, complete with all manufacturer's standard equipment. 140. Base Model Price for Ford T-250 Transit Cutaway Chassis - 3.5L V6 engine, 9070lbs GVWR, complete with all manufacturer's standard equipment. 141. Base Model Price for Ford T-250 Transit Chassis Cab - 3.5L V6 engine, 9070lbs GVWR, complete with all manufacturer's standard equipment. 142. Base Model Price for Ford T-350HD Transit Cutaway Chassis-3.5L V6 engine, DRW,9070lbs GVWR,complete with all manufacturer's standard equipment. 143. Base Model Price for Ford T-35OHD Transit Chassis Cab- 3.5L V6 engine, DRW, 9070lbs GVWR, complete with all manufacturer's standard equipment. 144. Base Model Price for Ford E-350 Cutaway Van Chassis - 7.31-V8 engine, SRW, 138" wheelbase, 10050lbs GVWR, complete with all manufacturer's standard equipment. 145. Base Model Price for Ford E-350 Cutaway Van Chassis- 7.31-V8 engine, DRW, 138" wheelbase, 10050lbs GVWR, complete with all manufacturer's standard equipment. 146. Base Model Price for Ford E-350 Stripped Chassis - 7.31- V8 engine, DRW, 138" wheelbase, 11500ibs GVWR, complete with all manufacturer's standard equipment. 147. Base Model Price for Ford E-450 Chassis Cab-7.3L V8, DRW, 158"wheelbase, 14,000lbs GVWR, complete with all manufacturer's standard equipment. 148. Base Model Price for Ford E-450 Stripped Chassis - 7.31-V8, DRW, 158" wheelbase, 14,500lbs GVWR, complete with all manufacturer's standard equipment. Section 12: Ford Model Vehi jgg QPTIQNS pnd,,EQUIPMENT 149. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 150. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM)specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 151. Discount(%)off Original Equipment Manufacturer(OEM) Parts. 152. Discount(%) off Extended Service Maintenance Agreements. 153. Discount(%) off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). S i n 13: Ford Model Vehi I Delive F es an Labor Rate f r In II tion and Re air Service 154. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 155. Not to Exceed hourly labor rate for Paint and Body Repair. 156. Not to Exceed per mile delivery fee for Vehicles,Trucks, or Motorcycles. Page 45 of 81 PROPOSAL FORM COMMI S V.04.28.2023 P ® P.O.BOX 00,Austin. as 78767 800.695.2919 bid buyb rd.Corn.buyboavd. m .19.,7Board ..................................... n 14. Honda Vehicles.. 157. Base Model Price for Honda Accord - Base model, 2.4L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 158. Base Model Price for Honda Accord Hybrid- Base model, 2.4L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 159. Base Model Price for Honda Civic - Base model, 1.81- SOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 160. Base Model Price for Honda Civic Hatchback - Base model, 1.81- SOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 161. Base Model Price for Honda Civic Si - Base model, 1.81L SOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 162. Base Model Price for Honda CR-V - Base model, 2.4L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 163. Base Model Price for Honda CR-V Hybrid - Base model, 204 HP Two-Motor Hybrid Powertrain, complete with all manufacturer's standard equipment. 164. Base Model Price for Honda HR-V - Base model, 16-Valve SOHC i-VTEC engine, complete with all manufacturer's standard equipment. 165. Base Model Price for Honda Insight - Base model, 1.5L SOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 166. Base Model Price for Honda Odyssey LX - Base model, 3.5L SOHC V6 engine, complete with all manufacturer's standard equipment. 167. Base Model Price for Honda Passport- Base model, 3.5L SOHC V6 engine,complete with all manufacturer's standard equipment. 168. Base Model Price for Honda Pilot LX- Base model, 3.5L SOHC V6 engine, complete with all manufacturer's standard equipment. 169. Base Model Price for Honda Ridgeline RT - Base model, 3.51L SOHC V6 engine, complete with all manufacturer's standard equipment. Se l f". Honda Mo el ehicles OPTI N n E UIPMENT 170. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 171. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM)specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 172. Discount(%) off Original Equipment Manufacturer(OEM) Parts. 173. Discount(%) off Extended Service Maintenance Agreements. 174. Discount(%) off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). SW-ion 16: H n M de-1 Vehi I D ry �i Fgg n allation and Rq air$S�� 175. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 176. Not to Exceed hourly labor rate for Paint and Body Repair. 177. Not to Exceed per mile delivery fee for Vehicles,Trucks,or Motorcycles. i n 17: Ni san V hicles 178.Base Model Price for Nissan Versa Sedan-Base model, 1.6L DOHC 4-cylinder engine,complete with all manufacturer's standard equipment. 179. Base Model Price for Nissan Sentra - Base model, 1.81L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 180. Base Model Price for Nissan Leaf - Base model, 40kw AC Synchronous motor, 24kWh lithium-ion Battery, 3.6kW onboard charger, cylinder engine, complete with all manufacturer's standard equipment. 181. Base Model Price for Nissan Altima - Base model, 2.51L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 182. Base Model Price for Nissan Maxima - Base model, 3.5L DOHC 6-cylinder engine, complete with all manufacturer's standard equipment. Page 46 of 81 PROPOSAL FORMS COMMISVCS v.04.28.2023 so, y b ard.Austin, ybTexas 7$767 ii ...._. ... _...� ......m wN.... OD.696.2 eam�buybosrtl.�m S 9t9 bld bu boartl.mmm^...... W WW ... 183. Base Model Price for Nissan Frontier - Base model, 2.5L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 184. Base Model Price for Nissan Titan - Base model, 5.6L DOHC V8 engine, complete with all manufacturer's standard equipment. 185. Base Model Price for Nissan Titan XD - Base model, 400HP V8 engine, complete with all manufacturer's standard equipment. 186. Base Model Price for Nissan Rogue - Base model, 2.51- DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 187. Base Model Price for Nissan Rogue Sport - Base model, 2.OL DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 188. Base Model Price for Nissan Kicks - Base model, 1.6L DOHC 4-cylinder engine, complete with all manufacturer's standard equipment. 189. Base Model Price for Nissan Murano - Base model, 3.5L DOHC 6-cylinder engine, complete with all manufacturer's standard equipment. 190.Base Model Price for Nissan Pathfinder-Base model,3.51-DOHC 6-cylinder engine,complete with all manufacturer's standard equipment. 191. Base Model Price for Nissan Armada - Base model, 5.61-DOHC V8 engine,complete with all manufacturer's standard equipment. 192. Base Model Price for Nissan Ariya Electric- Base model,87 kWh battery, complete with all manufacturer's standard equipment. Section 1 : Nis n Model Ve I PTIONS and E IPMENT 193. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 194. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM)specification sheets and upgrade options catalog/pricelist MUST be included,or proposal will not be considered. 195. Discount(%)off Original Equipment Manufacturer(OEM) Parts. 196. Discount(%) off Extended Service Maintenance Agreements. 197. Discount(%) off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). Se ion 19: Nissan M _ I V hicl s Delive. F and Labor Rate for Inst Ilati n gnd Rep Serving 198. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 199. Not to Exceed hourly labor rate for Paint and Body Repair. 200. Not to Exceed per mile delivery fee for Vehicles,Trucks, or Motorcycles. Section 20: Police Motor cles- BMW 201. Base Model Price for BMW R12SORT-P Police Motorcycle - 1170 cc flat twin engine, 6 speed gearbox and shaft drive,equipped with standard police equipment. ftqiAn 21: Poll Motor I -Harl Davidson 202. Base Model Price for Harley-Davidson Road King FLHP Police Motorcycle w/Fork Mounted Windshield - 1868 cc OHV 114 CID, six speed transmission,wet 10 Plate Hydraulic Clutch,equipped with standard police equipment. 203. Base Model Price for Harley-Davidson Electra Glide FLHTP Police Motorcycle w/Fork Mounted Fairing - 1868 cc OHV 114 CID, six speed transmission, wet 10 Plate Hydraulic Clutch,equipped with standard police equipment. 204. Base Model Price for Harley-Davidson Rescue Electra Glide FLHTP Police Motorcycle w/ Fork Mounted Fairing -1868 cc OHV 114 CID,six speed transmission,wet 10 Plate Hydraulic Clutch,equipped with standard police equipment. 205. Base Model Price for Harley-Davidson Rescue Road King FLHTP Police Motorcycle w/ Fork Mounted Fairing - 1868 cc OHV 114 CID,six speed transmission,wet 10 Plate Hydraulic Clutch,equipped with standard police equipment. Page 47 of 81 PROPOSAL FORM COMM/BUGS v.04.28.2023 P.O.Box 400,Austin,Texas 7 767 rVB Id ............ ---------- 800.6 5.2910•bids buyb rd.co •buyboard.carn Se in 2 • olice M cl - ondg, 206. Base Model Price for Honda ST1300 PA Police Motorcycle- 1261 cc DOHC 90 V4 engine, equipped with standard police equipment. 207. Base Model Price for Honda Gold Wing GL1800B Police Motorcycle- 1833 cc,Horizontally opposed six(6)cylinder, Six speed transmission, ABS braking, Slipper clutch, Cruise control, radar and traffic capable, equipped with standard police equipment. ftaka 1k M r 1 s-Y m h 208. Base Model Price for Yamaha FJR1300 Police Motorcycle-1298 cc,liquid-cooled,DOHC inline 4-cylinder, 16 valve engine, equipped with standard police equipment. E tion 24: P-li M r lei_ _PTION3 n UIPMENT 209. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 210. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM)specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 211. Discount(%) off Original Equipment Manufacturer(OEM) Parts. 212. Discount(%) off Extended Service Maintenance Agreements. 213. Discount(%)off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). SmfiQn 25,... M, r lei D Fee an L or f r In Ilation an R� air Servi 214. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 215. Not to Exceed hourly labor rate for Paint and Body Repair. 216. Not to Exceed per mile delivery fee for Vehicles,Trucks, or Motorcycles. " inn�6:Tgy V hicle 217. Base Model Price for Toyota Camry Sedan - LE Model,complete with all manufacturer's standard equipment. 218. Base Model Price for Toyota Camry Hybrid Sedan- LE model complete with all manufacturer's standard equipment. 219. Base Model Price for Toyota Corolla Sedan - LE Model, 1.8L, CVT transmission, complete with all manufacturer's standard equipment. 220. Base Model Price for Toyota Corolla Sedan Hybrid - LE Model, 1.8L, CVT transmission, complete with all manufacturer's standard equipment. 221. Base Model Price for Toyota Crown-XLE Model, 2.51-Inline 4-Cylinder or Hybrid MAX complete with all manufacturer's standard equipment. 222. Base Model Price for Toyota Prius Hybrid Hatchback - LE model, complete with all manufacturer's standard equipment. 223. Base Model Price for Toyota Prius C Hybrid Hatchback-L Model 5-door, complete with all manufacturer's standard equipment. 224. Base Model Price for Toyota Tundra Truck - Extended cab, 5.7L V8, 6-speed automatic, complete with all manufacturer's standard equipment. 225. Base Model Price for Toyota Tacoma Pickup Truck- Extended cab, SR model,4x2,complete with all manufacturer's standard equipment. 226. Base Model Price for Toyota RAV4 Sport Utility- LE model, complete with all manufacturer's standard equipment. 227. Base Model Price for Toyota RAV4 Hybrid Sport Utility - LE model, complete with all manufacturer's standard equipment. 228. Base Model Price for Toyota Highlander- LE model, 2.7L I4 complete with all manufacturer's standard equipment. 229. Base Model Price for Toyota Highlander Hybrid-LE model V6 complete with all manufacturer's standard equipment. 230. Base Model Price for Toyota 4Runner-Base model 4x2 SR5 V6 complete with all manufacturer's standard equipment. 231. Base Model Price for Toyota Sequoia Sport Utility-SR5 Model,complete with all manufacturer's standard equipment. 232.Base Model Price for Toyota Sienna Passenger Van -LE Model complete with all manufacturer's standard equipment. Page 48 of 81 PROPosAL FoRmsCOMM/SVCS v.04.28.2023 800.695 2919-bids rbbuyboard.Com.b yboaYd CONY Toxas 78767 . ............ r ubDY .........................----....... Section 27:T Mo I V hi I s OPTIONS an EQUIPMENT 233. Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 234. Discount (%) off Third Party Options (not OEM) and Unpublished Options and Equipment. Third Party (not OEM)specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. 235. Discount(%) off Original Equipment Manufacturer(OEM) Parts. 236. Discount(%) off Extended Service Maintenance Agreements. 237. Discount(%) off Floor Plan Insurance and Lot Insurance(dealer inventory vehicles and upfitting vehicles). ftction 28:To ota Model VqhhjdCLD liv Fees and Labor to for Installation an R air Service 238. Not to Exceed hourly labor rate for Vehicle Installation and or Repair Service. 239. Not to Exceed hourly labor rate for Paint and Body Repair. 240. Not to Exceed per mile delivery fee for Vehicles,Trucks,or Motorcycles. Page 49 of 81 PROPOSAL FORMS COMMISVCS V.04.28.2023 P.O.Box 400,Austin,Teas 78767 800.695.2919-bidsobuyboard.com buyboard com PURCHASINGAWBoard -—----------- --—------ COOPERATIVE ADDENDUM Proposal Invitation Vehicles, lid ,r _ Maintenance i is The following addendum is issued to Proposal Invitation No. 724-2 , Vehicles, Police Motorcycles, Truck, Parts, and Maintenance Repair Service and shall become a permanent part of the Proposal Invitation document: PROPOSAL SPEXCIFICATk The Proposal Specification Summary for base model vehicles, police motorcycles,truck, parts and maintenance repair service have either been added® revised, and/or updated. In addition,the corresponding line items in the electronic proposal submission system have been added, revised, and/or updated to align with the Proposal Specification Summary. The electronic proposal submission system was updated with text fields that requires vendors to add the following proposal response information. ® State the Name of Brand and Chassis ® State Name of talog/Pricelist Proposed with Discount Percentage Please sign and return e copy of this Addendum withr proposal as verification of your receipt an compliance with the information contained in thisAddendum. Company Name: Longhorn Harley-Davidson 2830 West 1-20 Grand Prairie Texas 75052 Address: ._ Signature of Authorized 9 �� � � �� Police Fleet Mana Company Official: Title: 9729356904 09/07/2023 Telephone Number: Date: .. ....__ ..............._ ADDENDUM No.1,Paorosv.Ir vamoN No.724-23 P.O_Box 400,Austin,Texas 78757 Y WmWWWpm $00.6952919Mm^bidsob uyboard.®om P.MjBoard. ..........e�. ._._ uyboard com'b.... �. ­­-- 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). Section 11: Ford V hides_Addendum No. 1 117. Base Model Price for Ford F-150 Lighting Pro Truck-CREW Cab, Electric, 1/2-ton, regular cab,4x2, 6.5' Bed, 3.7L V6, complete with all manufacturer's standard equipment. 241. Base Model Price for Ford E-Transit Cargo Van-Transit Cargo Van,9500lbs GVWR,complete with all manufacturer's standard equipment. 242. Base Model Price for Ford E-Transit Cutaway Van-Transit Cutaway Van, 9500lbs GVWR, complete with all manufacturer's standard equipment. 243. Base Model Price for Ford E-Transit Chassis Cab Van-Transit Chassis Cab Van, 9500lbs GVWR, complete with all manufacturer's standard equipment. Section 21: Police Motorcycles- Harley Davidson (Addendum No. 1) 244. Base Model Price for Harley-Davidson Road Glide Police Motorcycle—Milwaukee-Eight 114 engine, Mechanical adjustable actuation Clutch, equipped with standard police equipment. 245. Base Model Price for Harley-Davidson Pan America 1250 Police Motorcycle—6(PV-Twin VVT engine, 1251cc displacement, 150HP at 9,000RPM, equipped with standard police equipment. 246. Base Model Price for Harley-Davidson Pan America 1250 Special Police Motorcycle—66V-Twin VVT engine, 1251cc displacement, 150HP at 9,000RPM, equipped with standard police equipment. ADDENDUM NO.1,PROPOSAL INVITATION No.72+23 Harley-Davidson Motor Company 3700 West Juneau Ave.,PO Box 653,Milwaukee,Wl 53201 Julyl9, 2019 Longhorn Harley-Davidson Dealer 4 1961 located in Grand Pry irie, TX is a factory authorized Harley-Davidson dealership. They are authorized to sell, service and distribute Harley-Davidson Motorcycles, Parts, Accessories, General Merchandise and. Licensed Products in the state of Texas. They are also authorized to perform and administer warranty claims for Harley-Davidson products. If you have any further questions or need further clarification,please feel free to contact me directly at 414-397- 9244. ,Acerel, Robert Grirnsley Harley-Davidson Motor Company Police and Fleet Sales Robert.Grims ley@ Harley-Davidson.coin CC via ernail: Mr. George Petropoulos /Harley-Davidson Motor Company �X z o � Ly w � c O cn o a OxF z W o � � > A NH F 0 N = O > V sa o �+ Ln W o e5 ICI O N W � N 0 LL 0' O o � �i N ow LU 00 u w 0 A H } O v� V � 0 w ~ p > W C�7 M w 0 Wa � oW cu w a cn W A O n o pagW OC7 A H w w U W z LU z a ; � z w z A w a� O Qwx W O rA tq OUO O � W az ¢ 2 AOw d U N U a �% - O W d x Ww " w z Z O1" Q J ¢ ow C7 w L , �. SO00 _ 1w, F1 Texas Depai tment of Motor Vehicles C HELPING TEXANS GO.HELPING TEXAS GROW. August 23, 2023 LHD PARTNERS, L.P. d/b/a LONGHORN HARLEY-DAVIDSON, LONGHORN HARLEY-DAVIDSON 2830 West 1-20 Grand Prairie, TX 75052 URGENT INFORMATION REGARDING LICENSE NO. P54122 & C100445 AND LICENSE PLATE(S): OF0018, OF0019, 1D2139 To Whom It May Concern: Please be advised the TXDMV is currently experiencing increased processing times for all license applications, including renewals. During this period your license is considered active and in good standing with the department. The Texas Department of Motor Vehicles (TxDMV) reads Texas Government Code §2001.054 to provide that if a licensee files a timely and sufficient application for renewal, the existing license does not expire until the application for renewal has been finally determined by the agency. A license renewal application is timely filed if the TxDMV receives a sufficient license renewal application on or before the license expires per 43 Texas Administrative Code 215.83(d)(1). A signed application accompanied by the appropriate bond, if applicable, and the required fee is considered sufficient in accordance with the applicable statutes and rules. Furthermore, the metal license plates issued with the license, expire on the same date as the license, in accordance with Texas Transportation Code §503.066(d). Because you have filed a timely and sufficient application for renewal for the above referenced license and the renewal application is undergoing processing and review by TxDMV staff, your license remains in full force and effect until such time as the TxDMV makes a final determination on the renewal application. Please be aware that your application for renewal has not yet been approved or denied. In accordance with Texas Government Code §2001.054, this letter carries no expiration date and is valid until a determination is made by TxDMV on the renewal application. The metal license plates will also remain in full force and effect until TxDMV makes a final determination on the pending application for renewal. We suggest you carry a copy of this letter in the vehicle to which the associated license plates are affixed. If a question arises concerning the expiration of the license plates, please show this letter to the appropriate law enforcement representative. Sincerely, vamd VO&fa Motor Vehicle Division Texas Department of Motor Vehicles To Law Enforcement: Information regarding the status of a metal license plate can be confirmed in the Texas Law Enforcement Telecommunication System (TLETS) database or by calling the TxDMV's Customer Relations Division at (888) 368-4689 or locally (512) 465-3000. Customer Service Representatives are available 8:00a.m to 5:00p.m. Central Time, Monday through Friday. 4000 JACKSON AVENUE,AUSI IN,TEXAS 78731 I 0 512.465.3000*888.368A689(888-DMVGO-1 X)-IF 5IL1,4135,3098 I vv,,.IxDMV.,.v LHD Longhorn Harley-Davidson Information Address- 2830 West 1-20 Grand Prairie, TX 75052 Phone- (972) 935-6904 Web Address- http Wwww.long ornd.com/ By submitting your response, you certify that you are authorized to represent and bind your company. David Magers motorofficer@longhornhd.com Signature Email Submitted at 91712023 02:19:27 PM (CT) Requested Attachments BuyBoard Proposal Invitation No. 724-23 Vehicles, Police Motorcycles, Buy Board Proposal Invitation No. Trucks, Parts, and Maintenance Repair Services 724-23 Complete.pdf REQUIRED-in PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. NOTICE: DO NOT complete proposal forms in internet browser. No data will be stored. Download file to computer and complete proposal forms prior to submitting. (Please DO NOT password protect uploaded files.) Catalog/Pricelist for OEM Options and Equipment MY23 Police Specs.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.) Catalog/Pricelist for Third Party Options (not OEM) and Equipment Pricelist-PL23.1 WL-Auto-List.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.) Catalog/Pricelist for Original Equipment Manufacturer (OEM) Parts No response 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.) Manufacturer Authorization Letter(s) Authorized HD Dealer Longhorn.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. Franchise Motor Vehicle Dealer Certificate(s) and/or Dealer License(s) Franchise Motor Vehicle 2023.pdf 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). Page 3 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Exceptions and/or Detailed Information Related to Discount % and/or No response Hourly Labor Rate 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 Buy Board Company Profile.pdf REQUIRED-information on awarded Cooperative Contracts is available to Cooperative Members on the Buy Board 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 Buy Board 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 Buy Board 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 ® Request for Taxpayer Identification Number and W9 Longhorn H-D Rev Oct 18.pdf Certification REQUIRED-in PDF format, upload W®9 form. (Please DO NOT password protect uploaded files.) Addendum No. 1 724-23 Addendum No. 1 Completed.pdf Addendum No. 1 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 LHD Core R Install 3.jpg New Whelen Core R Longhorn Harley-Davidson Install Pic LHD Core R Install 2.jpg New Whelen Core R Longhorn Harley-Davidson Install Pic LHD Core R Install l.jpg New Whelen Core R Longhorn Harley-Davidson Install Pic Cap Fleet New Core R Install 2.jpg Another Upfitter New Whelen Core R Install Pic Cap Fleet New Core R Install l.jpg Another Upfitter New Whelen Core R Install Pic Cap Fleet New Core R Install 3.jpg Another Upfitter New Whelen Core R Install Pic Bid Attributes 1 Federal Identification Number Federal Identification Number 1202250822 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 Page 4 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 5of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Certification Numer Certification Number No response 1 Name of Certifying c Certifying Agency No response My company has NOT been certified as a MW E/HU Non-HUB Vendor General Contact Information Proposal/Contract General Contact Information Vendor Proposal/Contract Contact Name Vendor Proposal/Contract Contact Name David Magers Vendor Proposal/Contract ContactE-mail Address Vendor Proposal/Contract Contact E-mail Address motorofficerlongornd.com Vendor Proposal/Contract Mailing Address Vendor Proposal/Contract Mailing Address 12830 W 1-20 Vendor Proposal/Contact Mailing Addressi Vendor Proposal/Contact Mailing Address - City Grand Prairie Vendor Proposal/Contact Mailing AddressState Vendor Proposal/Contact Mailing Address - Mate (Abbreviate state Name) TX Vendor Proposal/Contact Mailing Addressi Code Vendor Proposal/Contact Mailing Address -Zip Code 76050 Vendor Proposal/Contact Phone Number Vendor Proposal/Contact Phone Number(xxx-xxx-x ) 9729356904 Vendor Proposal/Contact Extension Number Vendor Proposal/Contact Extension Number No response Page 6 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 7of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page novzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 8of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 10of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 11of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 12of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 13of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 14of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 15of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 1 New Hampshire New Hampshire ❑New Hampshire erey New Jersey ❑New Jersey New Mexico New Mexico ❑New Mexico NewYork New York ❑New York North r Ii North Carolina ❑North Carolina North Dakota North Dakota ❑North Dakota i Ohio ❑ Ohio Oklahoma Oklahoma ❑ Oklahoma Oregon Oregon ❑ Oregon Pennsylvania Pennsylvania ❑Pennsylvania Rhode Island Rhode Island ❑Rhode Island Southr li South Carolina ❑ South Carolina Page 17 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 1 South Dakota 6 South Dakota El South Dakota 1 Tennessee Tennessee ElTennessee 1 Texas 4 Texas El Texas 1 Utah 4 Utah El Utah 1 Vermont 4 Vermont El Vermont 1 Virginia 5 Virginia El Virginia 1 Washington 4 Washington El Washington 1 West Virginia 4 West Virginia D West Virginia 1 Wisconsin 4 Wisconsin El Wisconsin 1 Wyoming 9 Wyoming El Wyoming Bid Lines Page 18of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1yovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zoovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z1ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 4 Section 1: Chevrolet Vehicles Base Model Price for Chevrolet Trax Sport Utility® LS base model, complete with all manufacturer's standard equipment. Unit Price: No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 22 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page zoovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z4ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 7 Section 1: Chevrolet Vehicles Base Model Price for Chevrolet Equinox (FWD) Sport Utility ® LS FWD base model, complete with all manufacturer's standard equipment. Unit Price: No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 25 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page zsovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z7ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page znovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 28of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 30of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 31of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 1 Section 1: Chevrolet Vehicles 4 Base Model Price for Chevrolet Silverado 1500 Full Size Crew Cab Truck ® 1/2-ton, Crew Cab, Standard bed, 2WD, WT base model complete with all manufacturer's standard equipment. Unit Price: I No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 32 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 33of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 34of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 35of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 3Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 37of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page onovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page oyovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 400vzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 41ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 4zovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 400vzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 44of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 45of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 4sovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 47ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 4novzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 4yovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 000vzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page o1ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 3 Section 2: Buick Vehicles 4 Base Model Price for GIVIC Yukon Sport Utility ® SLE base model, complete with all manufacturer's standard equipment. Unit Price: No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 52 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 000vzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 3 Section 2: Buick Vehicles 6 Base Model Price for GIVIC Sierra 1500 Full Size Truck ® 1/2-ton, Regular Cab, 2WD base model, complete with all manufacturer's standard equipment. Unit Price: No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 54 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 55of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 5Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 57of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page onovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 58of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page soovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page s1ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 4 Section 3: Buick Vehicles 4 Base Model Price for Buick Enclave (FWD) Sport Utility ® 1SD FWD base model, complete with all manufacturer's standard equipment. Unit Price: No res cnse Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKU, Reference Numbers, Websites, and/or"See Attached/E In closed". No response 4 Section 4: Chevro let/GMC/Buick Model Vehicles OPTIONS and E 5 Discount (%) off all Original Equipment Manufacturer (OEM) Options. Manufacturer specification sheets and upgrade options catalog/pricelist MUST be included, or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)in a readily available and readable electronic format,with Excel or searchable PDF preferred.No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select"Add Alterinate"for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or cata log/price list listed Page 62 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page O3of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 04of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page O5of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page OOof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page O7of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 08of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 08of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 70of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 71of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 6 Section 7: Dodg��hic�les 0 Base Model Price for Dodge Durango (AWD) Pursuit Police Package ® Base Model, AWD, 3.6L V-6 Engine, 8 speed automatic standard, complete with all manufacturer's standard equipment. Unit Price: I No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricefist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 72 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 73of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 74of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 75of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 7Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 77ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 78of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 78of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 80of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 81of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 82of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 83of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 84of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 85of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 8Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 87of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 88of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 88of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 80of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 81of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 8 Seclign-ILIM Vehicles 0 Base Model Price for Jeep Cherokee - Base model, 2.4 Liter engine, 9-Spd automatic, complete with all manufacturer's standard equipment. Unit Price: No res ones Total: No response Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". F_No response Page 92 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 83of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 84of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page yoovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page ysovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page y7ovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page ynovzzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 88of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 100of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 101of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 102of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1o4o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1oso,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1o7o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 108of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1oyo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 11oo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 111o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 11zo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 113of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 114of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 115of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 11Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 117of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 118of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 11yo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1zoo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1z1o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1zzo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 123of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 124of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 125of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 12Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 127of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 128of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 128of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 130of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1o1o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 132of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 133of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 134of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 135of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 13Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 137of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 138of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 138of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 140of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 141of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 142of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 143of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 144of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 145of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 14so,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 147o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 148of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 14yo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 150of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 151of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 152of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 154of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 155of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 15Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 157of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1ono,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1oyo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1soo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1s1o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 102of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1soo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1s4o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1soo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1sso,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1s7o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1sno,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 108of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 170of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 171of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 172of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 17oo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 174of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 17oo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 17so,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 177o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 17no,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 17yo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1noo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1n1o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1nzo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1noo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1n4o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 1noo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 18Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 187of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 188of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 188of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 180of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 181of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 182of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 183of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 1y4o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 185of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 18Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 187of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 188of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 188of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page z000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zo1o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zozo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zo4o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z000,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zoso,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zo7o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zono,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page zoyo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z1oo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z11o,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z1zo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page z1oo,zzzpages Vendor: LHo Longhorn Harley-Davidson 7z4-2o Addendum 1 Page 214of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 215of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 21Oof222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 217of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 218of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 218of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 220of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 Page 221of222pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 2 Section 21: Police Motorcycles - Harley Davidson jAddendum RP.1 j 4 Base Model Price for Harley-Davidson Pan America 1250 Special Police Motorcycle—60"V-TwinWT 6 engine, 1251 cc displacement, 150HP at 9,000RPM, equipped with standard police equipment. Unit Price: 1 $21,6 5.00 Total: 1 $21,695.00 Item Notes: PROPOSAL NOTE 1: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 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 NOTE 2:A 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 3:The Proposal Invitation seeks base model pricing for vehicles.Vendors should propose direct replacement models if a vehicle/truck model specified below has been discontinued by the manufacturer. Optional equipment is not to be listed in a base price since options will be selected by the Cooperative member at time of quote/order.All options are to be priced at standard government pricing.Vendors shall submit a COMPLETE catalog(s)/pricelist(s)OF ALL OPTIONAL EQUIPMENT AND PARTS with their Proposal response or the Proposal will not be considered.The Cooperative considers an option listed and priced in a proposal response to be a "Published Option", part of any awarded contract,and available for purchase by members separately and independently from associated base price items.Vendors shall submit manufacturer upgrade options for each model proposed including alternative fuel equipment(CNG, LPG, Hybrid,etc.).Vendors shall submit catalog(s)/pricelist(s)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 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. Item Attributes 1. State Brand of Chassis and Body NOTE: Do not include SKID, Reference Numbers, Websites, and/or"See Attached/E In closed". r__ I RA1 250S Response Total: $140,907.00 Page 222 of 222 pages Vendor: LHD Longhorn Harley-Davidson 724-23 Addendum 1 HARLEY°°°°°DAVIDSON" 2023 POLICE SPECS I MOTDR �� FH-ARLEY-DAVIDSON HARLEY°°°° DAVIDSON ELECTRAGLIDE® HIGHLIGHTS DIMENSIONS CHASSIS •Mechanical Adjustable Actuation Clutch Length 94.7in.(2405 mm) Frame Mild steel;tubular frame;two-piece stamped and welded backbone;cast •Limited 3 year,60,000 mile factory warranty Overall Width 37.8in.(960 mm) and forged junctions;twin downtubes; -Police Duty Use only Overall Height 57.1 in.(1450 mm) bolt-on rear frame with forged fender -Fully Transferable Seat Height Laden 27.3in.(695 mm) supports;MIG welded. Expires at 3 years or 60,000 miles, Unladen 31.7in.(805 mm) Swingarm Mild steel,two-piece drawn and welded section,forged junctions, whichever comes first Ground Clearance S.3in.(135 mm) MIGwelded Rake(Steering Head) 260 Front Fork 49 mm Dual Bending Valve MODEL UNIQUE FEATURES Fork Angle 29.250 Rear Shocks Premium standard height •RDRS Rider Safety Enhancements Trail 6.7in.(170 mm) hand-adjustable rear suspension -Cornering Enhanced ABS(C-ABS) Wheelbase 64in.(1625 mm) Wheels Impeller Cast Aluminum •Front 17in.x3in.(432 mm x 76 mm) Cornering Enhanced Electronic Linked Fuel Capacity 6ga1.(22.7 L) •Rear 16in.xS in.(406 mm x 127 mm) Braking(C-ELB) (warning light at approximately7gaL) Cornering Enhanced Traction Control System Weight Brakes (C-TCS) •As Shipped 8091b.(367 kg) •Caliper Type 32 mm,4-piston front and rear •In Running Order 8441b.(383 kg) •Rotor Type(diameterxwidth): Drag-Torque Slip Control System(DSCS) •Gross Vehicle Weight Rating 13601b.(617 kg) Front(dual floating rotors) 11.8 in.x 0.2 in. •Gross Axle Weightg Rating (300 mm x 5.1 mm) Vehicle Hold Control(VHC) -Front SOOIb.(227kg) Rear(rixedrotor) 11.8 in.x 0.28 in. Tire Pressure Monitoring System(TPMS) -Rear 9271b.(420 kg) (300 mm x 7.1 mm) •Anti-lock Braking System Standard •Handlebar with bar ends turned higher to provide Suspension Travel more clearance to the operator's legs ENGINE •Front Wheel 4.6 in.(117 mm) •Fan-assisted oil cooler Engine Milwaukee-Eight'114Engine •Rear Wheel 3 in.(76 mm) •Batwing fairing 1 North America security system includes immobilizer; Valves Pushrod-operated,overhead outside North America,the security system includes •Floating,dual-front open brake rotors valves with hydraulic,self-adjusting immobilizer and siren. •Heated hand grips with adjustable six-setting lifters;four valves per cylinder 2 Measurement reflects 180 lb.(81.7 kg)operator weight. heat control Bore x Stroke 4.016 in.x4.S in. 3 Values shown are nominal. •2-1-2 exhaust with dual tapered mufflers (102 mm x 114 mm) 4 The combined fuel economy numbers were derived using a combination of estimated city and highway •Dual law enforcement blue license plate marker Displacement 114cu.in.(1868 cc) values.Fuel economy estimates are derived from US EPA exhaust emission certification data on a sample lamps(OEM standard) Compression Ratio 10.5:1 motorcyclefrom the corresponding family under ideal laboratory conditions.Your actual fuel economy •Pivoting footboards with heel/toe shift lever will vary depending on your personal riding habits, •Daymaker"LED headlight PERFORMANCE road and driving conditions,vehicle condition and maintenance,tire pressure,vehicle configuration(parts •Reflex"Linked Brembo`°Brakes with ABS Engine Torque(perJ7349): and accessories),and vehicle loading(cargo,rider and •North America passenger weight).Break-in mileage may vary. •4-piston front and rear caliper 123 ft.lb.@3000 RPM (167 Nm @ 3000 RPM) Visit H-D.com/Police for additional specifications and •Trigger switch activation allows approx.15 minutes available color options. of power to police emergency equipment with Lean Angle(periII68): ignition off •Right 320 •Independent hazard warning switch •Left 320 Fuel Economy' 43mpg •Emergency light switch with 4 functions and (EPA estimate-combined MPG) (5.5 L/100 km) individual indicator lights for:Off,Both Front and Rear On,Front On only,Rear On only •Saddlebags with One-Touch latch,standard saddlebag guard and luggage locks,common with ignition key HARLEY°°°° DAVIDSON ROAD KING111,,������................. HIGHLIGHTS DIMENSIONS CHASSIS •Mechanical Adjustable Actuation Clutch Length 96.Sin.(2404 mm) Frame Mild steel;tubular frame;two-piece stamped and welded backbone;cast •Limited 3 year,60,000 mile factory warranty Overall Width 37in.(940 mm) and forged junctions;twin downtubes; -Police Duty Use only Overall Height S6.3in.(1430 mm) bolt-on rear frame with forged fender -Fully Transferable Seat Height Laden 2 27.3 in.(695 mm) supports;MIG welded. Expires at 3 years or 60,000 miles, Unladen 31.1 in.(790 mm) Swingarm Mild steel,two-piece drawn and welded section whichever comes first Ground Clearance S.3in.(135mm) ,forgedj junctions, MIGwel welded Rake(Steering Head) 260 Front Fork 49 mm Dual Bending Valve MODEL UNIQUE FEATURES Fork Angle 29.250 Rear Shocks Premium standard height •RDRS Rider Safety Enhancements Trail 6.7in.(170 mm) hand-adjustable rear suspension Cornering Enhanced ABS(C-ABS) Wheelbase 64in.(1625 mm) Wheels Impeller Cast Aluminum Cornering Enhanced Electronic Linked Fuel Capacity 6gal.(22.7 L) •Front 17in.x3in.(432 mm x 76 mm) Braking(C-ELB) (warning light at approximatelylgal.) •Rear 16in.xSin.(406 mm x127 mm) Cornering Enhanced Traction Control Weight Brakes System(C-TCS) •As Shipped SOS Ib.(365 kg) •Caliper Type 32 mm,4-piston front and rear •In Running Order 8421b.(382 kg) •Rotor Type(diameterxwidth): Drag-Torque Slip Control System(DSCS) •Gross Vehicle Weight Rating 13601b.(617 kg) Front(dual floating rotors) 11.8 in.x 0.2 in. Vehicle Hold Control(VHC) •Gross Axle Weight Rating (300 mm x 5.1 mm) Front SOOIb.(227kg) Rear(rixedrotor) 11.8 in.x 0.28 in. Tire Pressure Monitoring System(TPMS) Rear 9271b.(420 kg) (300 mm x 7.1 mm) •Anti-lock Braking System Standard •Fan-assisted oil cooler Suspension Travel •Floating,dual-front open brake rotors ENGINE •Front Wheel 4.6 in.(117 mm) •2-1-2 exhaust with dual tapered mufflers Engine Milwaukee-Eight'114Engine •Rear Wheel 3 in.(76 mm) •Dual law enforcement blue license late Valves Pushrod-o erated,overhead valves 1 North America security system includes immobilizer; o es p p outside North America,the security system includes marker lamps(OEM standard) with hydraulic,self-adjusting lifters; immobilizer and siren. four valves per cylinder 2 Measurement reflects 180 lb.(81.7 kg)operator •Pivoting footboards with heel/toe shift lever weight. Bore x Stroke 4.016 in.x4.S in. 3 Values shown are nominal. •Dual halogen headlight (102 mm x 114 mm) 4 The combined fuel economy numbers were derived using a combination of estimated city and highway •Reflex' Linked Brembo®Brakes with ABS Displacement 114Cu.in.(1868 cc) values.Fuel economy estimates are derived from US EPA exhaust emission certification data on a sample Compression Ratio 10.5:1 motorcyclefrom the corresponding family under •4-piston front and rear caliper ideal laboratory conditions.Your actual fuel economy will vary depending on your personal riding habits, •Trigger switch activation allows approx. PERFORMANCE road and driving conditions,vehicle condition and 15 minutes of power to police emergency maintenance,tire pressure,vehicle configuration(parts Engine Torque' erJ7349): and accessories),and vehicle loading(cargo,rider and equipment with ignition off g (p•North America 123 ft.1b.@3000RPM passenger weight).Break-in mileage may vary. •Independent hazard warning switch (167 Nm @ 3000 RPM) Visit H-D.com/Police for additional specifications and available color options. •Emergency light switch with 4 functions and Lean Angle(periII68): individual indicator lights for:Off,Both Front •Right 320 and Rear On,Front On only,Rear On only •Left 320 •Saddlebags with One-Touch latch,standard Fuel Economy' 43mpg (EPA estimate-combined MPG) (5.5 L/100 km) saddlebag guard and luggage locks,common with ignition key HARLEY°°°° DAVIDSON ULTRA LIMITED SPECIAL EDITION 11........................Mu r a xw t 4 m / a 1 w a „ ,r a ©2023 H-D or its affiliates.Harley-Davidson,Harley,H-D,and the Baran Shield Logo are among the trademarks of H-D U.S.A.,LLC. All product descriptions are based on available information at the time of publication. ° P.O. Box 400,Austin,Texas 78767 PUBoard 800.695.2919 •info@buyboard.com • buyboard.com October 18, 2024 Sent via email to: motorofficer(aftrighornhd.com David Magers Longhorn Harley-Davidson 2830 West 1-20 Grand Prairie TX 75052 Re: Vehicles, Police Motorcycles, Parts, and Maintenance Repair Services BuyBoard Contract 724-23 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Vehicles, Police Motorcycles, Parts, and Maintenance Repair Services, Contract 724-23 effective 12/1/2023 through November 30, 2024, with two possible one-year renewals. At this time the BuyBoard is renewing your contract through November 30, 2025. All discounts,terms, and conditions of your contract will remain the same. If you agree to this renewal,there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at contir q.t dmiii 5buyboaird.com prior to the start of the renewal term. Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of$15,000 annually or they may not be offered a contract renewal. If you have questions or comments concerning this renewal, please contact me as soon as possible at contir q.t dmiii 5buyboaird.com . We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, i -Futb�.q Jim Tulberg Contract Administrator 1"renewal v.02.13.2020 rrW r TASNO NKH N0F,TH KICHLAND HILLS (APPENDIX H TO THE PURCHASING POLICY AND PROCEDURES MANUAL) CITY OF NORTH RICHLAND HILLS COOPERATIVE PURCHASE CUSTOMER AGREEMENT This Cooperative Purchase Customer Agreement("Customer Agreement")is entered into by and between Longhorn Harley-Davidson) ("Vendor")and the City of North Richland Hills,("Customer"or" thorized Customer"),a Texas government entity,and a Customer authorized to purchase goods or services pursuant to the Agreement between the[BuyBoard I("Cooperative Entity')and Vendor,Contract No.72443,as amended, (the"Agreement')with an expiration date,of 111130/2021.This Customer Agreement includes and shall be governed by(I)the terms and conditions of the Agreement,which are incorporated herein by reference and available online at jtiftps:liapp.buyboard.com/Stiop/Products?tenn=724-231 or upon request from Vendor,(III)the attached Vendor Quote/Purchase Order No.01222025-2,if applicable,and(III)the Government Contract and Purchasing Rider for Contracts with the City of North Richland Hills Contracts,if applicable,all of which are attached hereto and/or incorporated herein by reference. Authorized Customer is eligible and desires to purchase j Vehicles,Police Motorcycles,Parts&Maintenance Repair Services I pursuant to the terms and conditions of the Agreement as the Cooperative Entity may specify from time to time,as well as the terms and conditions of this Customer Agreement. To ensure goods and services are provided directly to the Customer, the Cooperative Entity will only be responsible for services provided to the Cooperative Entity and will not be responsible for payments for services provided tothe Customer. The Authorized Customer agrees to the terms and conditions of the Agreement as applicable and as authorized by law.The Authorized Customer hereby agrees that it is separately and solely liable for all obligations and payments for equipment,products and services provided hereunder.Vendor agrees that Customer shall be entitled to the same rights and protections under the law afforded to the Cooperative Entity under the Agreement,as applicable,as if Customer had entered into the Agreement.Except in the event of gross negligence or intentional misconduct,Customer's liability shall not exceed#is amount paid by Customer under this Customer Agreement for the proceeding twelve(12)month period.Vendor agrees that until the expiration of three(3)years after final payment under this Customer Agreement,or the final conclusion of any audit commenced during the said three years,Customer,or Customer's designated representative,shall have access to and the right to audit at reasonable times,all records,hard copy or electronic, involving transactions relating to this Customer Agreement necessary to determine compliance herewith, at no additional cost to the Customer.Vendor agrees that the,Customer shall have access to such records during normal business hours.Customer shall provide Vendor with reasonable advance notice of any intended audits. Purchase Price-Payments under this Customer Agreement shall not exceed $ 105,432.94 ("Purchase Price"). Term-The Term of this Customer Agreement("Term")shall be for one of the following as selected below(Select the type of contract that applies): JZJ Single Purchase Contract--The Term shall not exceed one(1)year, and this Customer Agreement shall be for the purchase of goods or services as specified and quoted by the Vendor,and the Purchase Price shall not exceed the budgeted amount for Custorners current fiscal year for the applicable goods and services, I El ISupplylAs Needed Contracf—The Tenn shall be effective as of October I at and shall expire on September 30th at the end of FY 24-25,This Customer Agreement shall be for Multiple purchases of goods or services on an as needed basis,from the same vendor under the same contract,and shall not exceed the budgeted amount for Customers current fiscal year for the applicable goods and services, 11:1 Ould-Year Contract—The Term shall be for year(s)expiring on .This Customer Agreement may be renewed for three(3)renewal periods of twelve (12) months. Customer Agreement shall be with a single vendor for products and services. If the amount of expenditures tinder this Multi-Year Contract equals or exceeds$50,000 in the aggregate, City Council approval is required.In the event the Cltydoes not appropriate sufficient funds to make payments during the current or any subsequent year,the City shall have the right to terminate this Multi-Year Contract at the end of any such fiscal year without penalty. JEJJ Emergency Purchase—Purchases that are necessary to address a public calamity,because of unforeseen damage to property,or to protect the public health or safety where the City's ability to serve the pubilowoutd be impaired if the purchase were riot made immediately.Emergency purchases must meet the requirements of Local Government Code 252.022,and must be ratified by City Council if the purchase Is$50,000 or more. (government Rider-Select if Vendor has additional terms and conditions that apply to this purchase) m,1 Government contract and Purchasing Rider for Contracts with the City of North Richland Hills, Texas—If this purchase contains additional terms and conditions from the Vendor, other than those set forth in the Agreement, the Vendor shall separately execute the Government Contract and Purchasing Rider for Contracts with the City of North Richland Hills,Texas("Government Rider").Such applicable terms and conditions as set forth in the Government Rider shall supersede any conflicting terms of the Vendors terms and conditions,and such Government Rider shall control,The Government Rider is attached hereto,incorporated herein by reference and made a part of this Customer Agreement for all purposes. The undersigned represents and warrants that he/she has the power and authority to execute this Customer Agreement, bind the respective party, and that the execution and performance of this Customer Agreement has been duly authorized by the respective party.This Customer Agreement, and any amendment hereto,may be executed in counterparts, and electronically signed, scanned, digitally signed and sent Via electronic mail and such signatures shall have the same effect as original manual signatures. Each party has caused this Customer Agreement to be executed by its duly authorized representative on this I day of 1 J2025 [Signature Page Follows) NRH Cooperative Purchase Customer Agreement,Page'I of 2 CA-CONTRACT NO.PUR000220220107 Vendor Name:Click or tap here to enter Rev.08-26-2024 ACCEPTED AND AGREED: CITY OF NORTH RICHLAND HILLS: LoAPPROVED:I certify ng � � at funds are o fr his purchase.k the kaohc 1f$ Op0 or less)tly available vd T tie: Poli �eei7�t na er"" fl t Date:2l20/2026 By: ......__.._...------..__..__ ____._._..__._.._.__._.... Eva Ramirez,Purchasing Manager Department Director; By: _ Printed NamT:Ciick or tap here to enter text. 1 Department:Click or tap here to enter text. APPROVED. By: ___.........__.__.__.._.._. .____m _....____.._..._... Date:_..._._...___...._._..__..___ Paulette A.Hartman,City Manager Or Designee: By: ...._.__.........__...___.._w_.........__....r.__.. ....__w.._._._ Date:....._..._..,_.._.__._,.._........,.. Name: 1 Click or tap here to enter text. Title: Click or tap here to enter text. ATTEST: By: __..______...___._._...._..___...................._..._.... ___.._._ _. Alicia Richardson,City Secretary/Chief Governance Officer By Traci Henderson,Assistant City Secretary NRH City Council Action: Y JD N 101 1 Date Approved: (Click or tap here to enter text. Agenda Item No: (Click or tap here to enter text. Ord/Res No. I Click or tap here to enter text. APPROVED TO FORM AND LEGALITY: By: ------- Bradley Anderle,City Attorney NRH Cooperative Purchase Customer Agreement,Page 2 of 2 CA-CONTRACT NO.PUR0002_20220107 Vendor Name:Click or tap here to enter Rev.08-26-2024 "FtH NORTH RICHLAND HILLS GOVERNMENT CONTRACT AND PURCHASING RIDER FOR CONTRACTS WITH THE CITY OF NORTH RICHLAND HILLS,TEXAS By submitting a response to a solicitation or bid, or by entering into a contract for goods or services and/or by accepting a purchase order, the Contractor, Consultant, Vendor,or other party identified below(collectively"Contractor"), agrees that the terms and conditions herein shall govern all agreements Win the City unless otherwise agreed to by a specifically executed provision within the contract or purchase order, provided same is permissible by law.The terms are conditions herein are BINDING and SUPERSEDE any and all other terms and conditions whether oral or written in any separate agreement or found on Contractor's website or other electronic platform. APPLICATION, This GOVERNMENT CONTRACT AND PURCHASING RIDER FOR CONTRACTS WITH THE CITY OF NORTH RICHLAND HILLS, TEXAS("Government Hider")applies to,is considered a part of,is incorporated into,and takes precedence over any conflicting provision in,or attached to,the Response to Solicitation or Bid,Contract or Purchase Order,Agreement for Purchase or Sale,Standard Terms and Conditions,Quote,Invoice,or other applicable agreernent of the Contractor(collectively the"Agreernent"),to which this Government Rider is attached and described as follows. Title of Agreement with Additional Terms:�BuyEloard#724-23 1 Legal Name of Cooperative Contractor:I Longhorn Harley-Davidson Legal Name of Third-Party Contractor(if applicable)(if not applicable enter NIA):I NIA Description of Goods or Services("Goods or Services"):I Vehicles,Police Motorcycles,Parts&Maintenance Repair Services Cooperative Agreement:1 #724-23 1 Total Contract Price:$1105,432.94 1 Notwithstanding any language to the contrary in the attached Agreement between Contractor and the City of North Richland Itilis("City"),individually referred to as a"party"and collectively referred to as the"parties,"the parties stipulate by evidence of execution of this Government Rider below by a representative of each party duly authorized to bind the parties hereto,that the parties hereby agree that the provisions in this Government Rider below shall be applicable to and shall modify and supersede the Agreement as set forth below: SECTION i. "TIME FOR PAYMENT AND INTEREST. The City's payments under the Agreement, including the time of payment and the payment of interest on overdue amounts,are Subject to Chapter 2251 of the'Texas Government Code.Payment shall be due within thirty(30)days of(1)the date of the City's receipt of the goods under the Agreement; (il)the date the performance of the services under the Agreement are completed;or(iii)the date the City receives an invoice for the goods or services,whichever is later. Interest on any overdue payment shall not exceed 1%plus the prime rate as published by the Wall Street Journal on the first day of July of the preceding fiscal year that does not fall on a Saturday or Sunday.The City reserves the right to modify any amount due to the Contractor presented by invoice to the City if necessary to conform the amount to the terms of the Contract,the Texas Government Code or this Government Rider.'To the extent the Agreement requires the City to agree to a higher rate of interest than allowed by law, or to incur penalties or late fees prior to 30 days before receipt of invoice or services, any such requirements shall be null and void,are hereby deleted from the Agreement and shall have no force or effort. SECTION 2,INDEMNIFICATION;LIABILITY;NO FUTURE DEBT. 2.1 Multiyear Contracts, If the NRH City Council does not appropriate funds sufficient to make any payment for a fiscal year after the City's fiscal year in which the Agreement becomes effective,and there are,no proceeds available for payment from the sale of bonds or other debt instruments,then the Agreement shall automatically terminate at the end of the fiscal year for which funds were appropriated, in accordance with Section 5,Article A of the Texas Constitution,The City shall have the right to terminate the Agreement at the end of any City fiscal year,without any penalty to the City,if the City Council does not appropriate sufficient funds to continue the Agreement to the next fiscal year,The City shall provide Contractor with as much advance written notice of such termination as is reasonably possible,but not less than thirty(30)days, 2.2 No Future Debt, In compliance with Section 6,Article XI of the Texas Constitution,all payment obligations of the City hereunder are subject to ttie availability of funds. If such funds are not appropriated or becorne unavailable during the Term of the Agreement, or in any renewal year of the Agreement, the City shall have the right to terminate the Agreement, except for those portions of funds which have been appropriated prior to termination. To the extent the Agreement requires the City to agree to the creation of future debt for which funds are not appropriated, any such requirement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect. 2.3 INDEMNIFICATION AND LIABILITY.CONTRACTOR SHALL BE LIABLE FOR,AND SHALL INDEMNIFY AND HOLD THE CITY ITS OFFICERS, AGENTS,EMPLOYEES,VOLUNTEERS,AND REPRESENTATIVES(collectively"CITY INDEMNiTEES")HARMLESS FROM ANY INJURY, LOSS OR DAMAGE DUE TO,OR ARISING OUT OF,THE NEGLIGENT ACTS OR OMISSIONS OR INTENTIONAL MISCONDUCT OF CONTRACTOR.TO THE EXTENT THE AGREEMENT REQUIRES THE CITY TO INDEMNIFY, DEFEND AND/OR HOLD CONTRACTOR OR ANY OF ITS AFFILIATES, EMPLOYEES, DIRECTORS, OFFICERS, VOLUNTEERS, OR REPRESENTATIVES (collectively the "CONTRACTOR INDEMNITEES") HARMLESS, THE CITY SHALL NOT BE REQUIRED TO DEFEND ANY CONTRACTOR INDEMNITEE UNDER THE AGREEMENT AND THE CITY SHALL ONLY INDEMNIFY OR HOLD ANY INDEMNITEE HARMLESS TO THE EXTENT PERMITTED BY APPLICABLE LAW,AND ONLY TO THE EXTENT SUCH INJURY, LOSS, OR DAMAGE IS DUE TO THE NEGLIGENT ACTS OR OMISSIONS OR INTENTIONAL MISCONDUCT OF THE CITY.THE CITY SHALL NOT BE UNDER ANY OBLIGATION TO CREATE ANY SINKING FUND TO SATISFY ANY OBLIGATION TO INDEMNIFY UNDER THE AGREEMENT,NOTWITHSTANDING ANY OF THE FOREGOING,IN NO EVENT SHALL THE CITYS LIABILITY EXCEED THE TOTAL AMOUNT OF FEES PAID BY THE CITY UNDER THE AGREEMENT FOR THE PREVIOUS TWELVE MONTH PERIOD. IN NO EVENT SHALL Government Contract and Purchasing Rider For Contracts with the City of North Richland Hills,TX Vendor Name:I . I Page 1 of 3 CA-CON'TrzAc,r NO,PUR0006-20220107—Rev 8/26/2024 EITHER PARTY BE LIABLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES UNDER THE AGREEMENT. THIS PROVISION SHALL SUPERSEDE ANY OTHER PROVISION OF CONTRACTOR IN ANY SEPARATE AGREEMENT,TERMS AND CONDITIONS,QUOTE OR INVOICE. SECTION 3.TERMINATION. Notwithstanding Section 2 above, and unless otherwise specifically agreed to by the parties,either party may terminate this Agreement by providing thirty(30)days prior written notice of such termination to the other party.Termination pursuant to this Section shall not relieve the Contractor of any obligation or liability that has accrued prior to cancellation.City shall pay Contractor for any services performed up to the effective date of such termination.This Agreement is subject to termination,without penalty,at any time the City deems the Contractor to be non compliant with contractual obligations.Unless otherwise specifically agreed to by the parties in writing,to the extent the Agreement requires the City to (1) agree to a shorter termination period than thirty (30) days; (Ii) agree to automatic renewals not included as a part of the "Term of the Agreement'listed above In this Government Rider;or(Ili)incur a termination penalty,any such requirement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect. SECTION 4. INSURANCE. The City is a Government entity under the laws of the state of Texas, and pursuant to Chapter 2259 of the Texas Government Code,"Self-Insurance by Government Units,"the City is self-insured and therefore is not required to purchase insurance.The City shall not be required to purchase an insurance policy under this Agreement.Any Such requirement in the Agreement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect.The City will provide a letter of self-insured status as requested by Contractor. SECTION 5. CONFIDENTIALITY, The City is a Government entity under the laws of the State of Texas and all documents or information held or maintained by the City are subject to disclosure under the Texas Public Information Act,Chapter 552 of the Texas Government Code(the"Act").To the extent any provision in the Agreement attempts to prevent the disclosure of information that is subject to public disclosure under federal or Texas law, including any provision that prohibits disclosure of the terms and conditions of the Agreement, such provision is invalid. Any such requirement in the Agreement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect SECTION 6.TAX EXEMPTION.The City shall not be liable to Contractor for any federal, state or local taxes for which the City is not liable by law, including state and local sales and use taxes,pursuant to Section 151.309 of Title 3,Texas Tax Code,and federal excise tax,pursuant to Subtitle D of the Internal Revenue Code.Accordingly,those taxes shall not be added to any goods or services under the Agreement.The City shall furnish a copy of the applicable tax exemption certificate upon request from Contractor. If the City is billed for any taxes not in compliance with this Section 6, the City shall be authorized to remit payment less the taxes imposed. SECTION 7.GOVERNING LAW AND VENUE.This 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 the state of Texas,exclusive of conflicts of laws provisions.Venue for any suit brought under this Agreement shall be in a court of competent jurisdiction in Tarrant County,Texas.To the extent this Agreement is required to be governed by any state law other than Texas or venue in any jurisdiction other than Tarrant County,any such requirement in the Agr eement shall be null and void, is hereby deleted from the Agreement and shall have no force or effect. SECTION 8.ATTORNEYS'FEES;PENALTIES;LIQUIDATED DAMAGES:The City shall only be liable for afforneys'fees for breach of this Agreement to the extent such attorneys' fees are reasonable and necessary and equitable and just as authorized by Section 271,153 of the Texas Local Government Code. To the extent the attached Agreement requires the City to pay attorneys' fees for any action contemplated or taken, or to incur penalties or liquidated damages in any amount not authorized by Section 271.153, any such requirement shall be null and void, is hereby deleted from the Agreement and shall have no force or effect. SECTION 9. SOVEREIGN IMMUNITY. Nothing in the Agreement, or herein In this Government Rider, constitutes a waiver of the City's sovereign immunity.To the extent the Agreement requires the City to waive its rights or immunities as a government entity,any such requirement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect. SECTION 10.ASSIGNMENT. To the extent the Agreement addresses the right to assign any rights or interest in the Agreement to another party,such right of assignment shall be reciprocal,and neither party shall have the right to assign or transfer any of its rights or interests in the Agreement without the express prior written consent of the other party.Notwithstanding,the Contractor shall have the right to assign the Agreement to any entity in which it is a recognized legal affiliate or subsidiary or which such entity obtains a majority interest without the consent of the City;however,Contractor shall give the City at least thirty(30)days'written notice of any such assignment or transfer of interest. SECTION 11. RIGHT TO TRIAL BY JURY, The City reserves its right to settle disputes by trial by jury. Any such provision in the Agreement that requires the City to waive its right to a trial by jury shall be null and void,is hereby deleted from the Agreement and shall have no force or effect. SECTION 12, ALTERNATIVE DISPUTE RESOLUTION. To the extent the Agreement requires all disputes to be resolved by binding arbitration, any such provision shall be null and void, is hereby deleted from the Agreement and shall have no force or effect. Prior to instituting litigation under the Agreement, the parties may agree to mediation upon written mutual consent. Any such mediation shall be governed by the applicable rules of the American Arbitration Association,with mediation being held in Tarrant County,Texas. Each party shall share equally in the costs of the mediator, and shall be responsible for its own attorney's fees and expenses. SECTION 13,LIMITATION ON CLAIMS.Any claim for breach of this Agreement shall be brought within four(4)years in accordance with Texas Civil Practices and Remedies Code Sec. 16.004 and Texas Business and Commerce Code Sec. 2.725. To the extent the Agreement requires a shorter period for limitation on claims,any such requirement shall be null and void,is hereby deleted from the Agreement and shall have no force or effect. SECTION 14.FORCE MAJEURE,Either party may terminate this Agreement and shall not be liable for any alleged damages or loss due to failure to perform its obligations under this Agreement if the performance is delayed or canceled by reason of a Force Majeure event, including but not limited to,war; civil commotion; acts of God; inclement weather; Government restrictions, regulations, or interferences; fires; labor strikes; material shortages; lockouts, national disasters; epidemics; pandemics; riots:transportation restrictions; or any other circumstances which are reasonably beyond the control of the party, Government Contract and Purchasing Rider For Contracts with the City of North Richland Hills,TX Vendor Name:I - I Page 2 of 3 CA-CONTRACT NO.PUR0006-20220107--Rev 8/26/2024 SECTION%RIGHT TO AUDIT.The City shall,until the expiration of three(3)years after final payment under the Agreement,have the right to access and the right to examine and photocopy any directly pertinent books, documents, papers and records, whether electronic or harcloopy(collectively "Records")of Contractor involving transactions under this Agreement to ensure compliance herewith.The City shall have the right to access Contractors Records during normal working hours and shall provide Contractor with reasonable advance notice of intended audits, but not less than ten (10) business days. SECTION 16. SUCCESSORS AND ASSIGNS.The parties each bind themselves and their successors, executors, administrators and assigns to this Agreement and to all covenants of this Agreement hereafter. SECTION 17. CITY'S LOGO OR MARKS.The City's logo is protected by applicable federal and state copyright and trademark laws. Contractor may not use the City's name in a demeaning,obscene or detrimental manner as determined by the City in its sole discretion,and Contractor shall not use the City's logo in any manner,except as specifically approved by the City in writing. SECTION 18. RIDER CONTROLLING: If any provisions of the attached Agreement, conflict with the terms herein of this Government Rider, are prohibited by applicable law,conflict with any applicable rule,regulation or ordinance of the City,the terms in this Government Rider shall control. By signature below of an authorized representative,the parties hereby accept and agree to the terms and conditions set forth in this Government Rider. CITY OF NORTH RICHLAND HILLS: Longhorn HarlepDavidson AZY By: By P Paulette A.Hartman vivid Magers City Manager Title�Pollce,Fl eW"` eri anag Date: Date: 2120/2025 _____---......................... ATTEST: By: Alicia Richardson City Secretary/Chief Governance Officer APPROVED AS TO FORM AND LEGALITY: By: Bradley Anderle City Attorney Government Contract and Purchasing Rider For Contracts with the City of North Richland Fl111sjX Vendor Name:I . I Page 3 of 3 CA-CONTRACT NO.PUR0006-20220107—Rev 8/26/2024 i tiY�iUi e PuBolard' I City of North Richland Hills 6110 Dick Fisher Drive West North Richland Hills,TX 76180 Two(2)2025 FLHTP Harley-Davidson Electra Glide Police Equipped Motorcycle 01/22/2025 Quote#01222025-2 BUYBOARD STATE CONTRACT#724-23 Pricing Valid till 04/22/2025 Motorcycle: $19,995.00 2025 Harley-Davidson Police FLHTP Electra Glide-36mo 60k Police Warranty Included $1,295.00 Two Tone Luxury Blue Pearl with Brilliant Silver Panel Silver Pinstripe 553 $1,729.00 60 Month Extended Warranty Police (POLICE ESP) Motorcycle Total $23,019.00 Emergency Equipment: $3,344.25 Harley-Davidson Screaming Eagle Milwaukee-Eight 114 Engine Upgrade Kit—Stage II Torque: $1,320.00 @ $120hr Labor 11hrs$1,485.00 @ $135hr $181.75 27300167 SE Extreme-Flow 55MM Intake Manifold $201.95 $179.95 29400246 SE High Flow-Filter$199.95 $404.96 1 H-D 41001141 SE Pro Street Tuner$449.95 $481.46 92500047 Stage II Torque Cam $534.95 $6.76 25566-06 Sprocket Retention Kit$7.51 $13.46 25928-06 TC96 Spacer Kit$14.95 $35.96 37000286 H-D Kit CL SE 1275N Spring$39.95 $719.95 1 1801-1075 S&S Performance Muffler Thruster CHROME W/ BLACK END CAP $799.95 $3,675.18 Suspension $720.00 @ $120hr Labor 6hrs$810.00 @ $135hr $1,274.35 1 Legend 1310-1889 REVO ARC Remote Reservoir FLH (2014-2024) - REVO ARC RR Black 14" Heavy Duty$1,415.95 $224.96 1 Legend 1313-0167 REVO ARC RR External Mounting Brackets FLH (2009-2024)—REVO ARC RR Brackets$249.95 $989.96 Legend 0414-0752 AXEO Performance+2" for FL Touring Models (1997-2024) -2014- 2024 AXEO Performance +2" (49MM) $1,099.95 $318.50 2 Harley-Davidson FORK PIPE ASSEMBLY W/46080-01—45500123 $176.75 $15.21 2 Harley-Davidson Fork Seal 46514-01A$8.45 $71.95 1 0411-0117 COVER SLDR CHR+2FLT14-18$79.95 $60.25 1 0510-0267 KICKSTAND +1" CHR 07-22F $66.95 Page 1 of 3 $1,299.00 1 2014+ Harley-Davidson Road Glide &Street Glide Stage-2 Kit (Gen-3) HD14-STG2 $63.99 1 Rockford Fosgate Universal Bluetooth to RCA Adaptor RFBTRCA $30.55 1 Harley-Davidson SAE 2-Pin to USB Adapter 69201149 Bar Mounted $33.95 $17.05 1 Harley-Davidson 12.5 ft. Battery Charging Extension Lead 99821-09$18.95 $21.55 1 Harley-Davidson SAE 2-Pin Y-Harness 69201150$23.95 (USB Power @ Handlebars) $269.95 1 Khrome Werks 1.25" x 10" Bars 0601-2845$299.95 $49.45 1 Harley-Davidson Polyurethane Handlebar Riser Bushings 56298-03A$54.95 $36.45 1 Harley-Davidson Switch Wire Extension Kit 69200034$40.50 $287.96 1 Harley-Davidson Heated Grip Airflow Black hard wire 56100342$319.95 $112.46 1 CUSTOM DYNAMICS- 1157 ProBEAM°Amber/White Dynamic RingzT"^ 2020-1571 $124.95 $107.96 1 CUSTOM DYNAMICS 2020-1673 PB-R-1156 ProBEAM°Turn Signal Inserts 2020-1673 $119.95 $170.95 1 CUSTOM DYNAMICS Pro BEAM' LED Tail Top Tag Light 2010-1363 PB-TL-LPW$189.95 $75.55 1 FLHTP Harley-Davidson Chrome Tie Down Brackets 93500011 $83.95 $305.95 1 Harley-Davidson Saddlebag Guard Rails 90201903 $339.95 $39.56 1 Harley-Davidson Front Fender Skirt 61400312$43.95 $18.96 1 Harley-Davidson JUMPER PLUG Replaces Wig-Wag Flasher constant power 68437-99 $21.07 $389.99 1 Full Set of Motorcycle Drop Guards Powder Coat Gloss for Harleys BLACK DG2016BLK$389.99 $199.95 1 SoftBrake+2 chrome SB-014(P)+2 $49.95 1 Seat Extension Riser Kit-Custom Shop Supplies $242.10 1 Blue Line Seat Cover 185-TBL$269.00 $242.10 1 Utopia Products Inc-Police Bike Backrest Coil-over Shock Seat UTPRPOLICE $269.00 $125.96 1 Harley-Davidson Booster Portable Battery Pack 66000130$139.95 $22.46 1 Harley-Davidson Battery Booster Travel Case 66000347 $24.95 $790.40 1 M08DTJ Whelen Windshield DUO Array Electra Glide DDJEE RC/RC/RB/BC/BC$988.00 $279.20 1 FDFPIIRR Whelen 4" Extended LED drive/warn R/C(front par36 emergency lights) $349.00 $279.20 1 FDFPIIBR Whelen 4" Extended LED drive/warn B/C(front par36 emergency lights) $349.00 $52.80 2 IONHD3FM Whelen Electra-Glide° Fork Mounting Kit for 1 Surface Mount IONT"°$33.00 $292.80 1 IONSV31RC Whelen Surface Mount IONV Red Chrome Housing (90* Fork Mounted) $366.00 $292.80 1 IONSV313C Whelen Surface Mount IONV Red Chrome Housing (90* Fork Mounted) $366.00 $371.20 2 Whelen XTLI3JA TRIOT" Red/Blue/Amber Smoked Lens$232.00 Front Fender Side Surface Mount-Amber to Turns $435.20 2 Whelen NP31313 Pioneer Nano (Front Driving/WigWag Lights Engine Guard Mounted) $272.00 $97.16 1 Harley-Davidson Billet Foot Peg Mount 50957-02c (Front Driving/WigWag Lights) $107.95 $500.80 2 Whelen SLFLASH Smart Flasher$313.00 (Cruise All Front Driving/WigWag Nano's IONV PAR36 TP White &Array- Rear Bag Rails $696.00 1 Whelen SA350MH Siren Speaker$870.00 $100.80 1 Whelen SA350MB1 Siren Speaker Bracket$126.00 $670.52 1 Harley-Davidson Siren Amplifier 76000853 $745.02 $85.66 1 Harley-Davidson Amplifier Bracket Kit 69200597 $95.18 Page 2 of 3 Tour Pak is to be mounted to the rear and divider plate lowered as much as possible. Remove Top Box Battery Hold Down Bracket $1,936.07 1 Harley-Davidson Police Tour-Pak Carrier System Black, Pre Drilled 53000712DH $2,151.19 $110.65 1 Harley-Davidson Tour-Pak carrier mounting adaptor plate 53196-09 $122.95 $94.31 1 Harley-Davidson Tour-Pak carrier wiring harness adaptor kit 68000137 $104.79 $836.86 3 Harley-Davidson TRIPLESTACK LIGHTHEAD, MULTICOLOR (RWB) 68000277 $309.95 $593.82 4 Harley-Davidson MEGA-THIN LIGHTHEAD, MULTICOLOR (RWB)68000286$164.95 $124.40 2 Harley-Davidson LIGHTHEAD SPUTTER 69201092 $69.11 $37.60 1 M2KTHD1 Whelen license plate mounting bracket$47.00 $384.00 2 ML2DJ Whelen NEW DUOT" Red/Blue$240.00 $81.60 2 Blue ID marker lights, OS Square Lens Series Whelen Part#OSBOOSCR$51.00 $73.60 2 TIONHDRS Whelen Rear Crash Bar Mounting Kit$46.00 $110.40 2 TIONHDSS Whelen Side Saddle Bag Mounting Kit for use with 3 IONT"°T-SeriesT"$69.00 $1,484.80 8 XTLI3JC Whelen TRIOT"° Red/Blue/White, Smoked Lens$232.00 Side & Rear Bag Rail Rails and M2 to Rear Smart Flasher—Cruise—Turn Center sides $489.95 1 Setcom MWH-31 Motorcycle PTT Unit $795.99 Paint:Top box painted Blue Pearl to match bike paint Side Covers painted Blue Pearl to match bike paint $5,760.00 Labor 48hrs @ $120hr Emergency Vehicle Equipment Installation $6,480.00 @ $135hr 65 $395.00 Custom Emergency Wiring Harness Parts/Shop Supplies $44.60 Parts Shipping Emergency Equipment Total $29,497.47 Total Per Unit$52,516.47 $400.00 BuyBoard State Contract Vehicle Fee $105,432.94 Grand Total for Two (2) Units Payment Processed Though BuyBoard All pricing based on BuyBoard listed pricing or BuyBoard manufacture discounted pricing. Harley-Davidson Parts&Accessories 10%off MSRP per BuyBoard State Contract Whelen Emergency Equipment 20%off MSRP per BuyBoard State Contract David Magers Police &Fleet Account Manager Longhorn & Maverick Harley-Davidson Harley-Davidson Police Advisory Board Member Texas Master Peace Officer& Motor Officer Est 2004 972- 5- m � r fficer I nghornhd.com .. . Police Motorcycles Since 1908 Page 3 of 3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f.t Complete Nos,1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no Interested parties. CERTIFICATION OF FILING Name—0 business—entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2025-1271917 Longhorn Harley-Davidson Grand Prairie,TX United States Date Filed: Y"�=e o �governm�entd 02J/20/2025 being filed. City of North Richland Hills JDate Acknowledged: 3 Provide the identification number used by the governmental entity or to agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract 724-23 Harley-Davidson Police Motorcycles and Emergency Equipment Nature ji Wt Wr i R­ 4 Name of Interested Party City,State,Country(place of business) (check applicable) F_ Controlling lnter_mej1iW ............——. .......... 5 Check only if there Is NO Interested Party. 6 UNSWORN DE RATION s AA name and my date of birth is L> A My address is (street) (City) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in county, State of on the day (month) (year) g Signature Of in bu—sine—ssenil7�­­­_ u nz d Forms provided key_Texas__EFhGcs--Commission www.ethics.state.bc.us Version V4.1.0.5dd2ace2 k4Ft hJOIF LH KICHLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Conduct a public hearing and approve Ordinance No. 3900, amending the Fiscal Year 2024-2025 Adopted Capital Budget PRESENTER: Chase Fosse, Director of Budget & Research SUMMARY: The City Council is requested to conduct a public hearing and receive public comments on a proposed amendment to the Fiscal Year 2024-2025 Adopted Capital Budget. At the conclusion of the public hearing, Council is requested to consider the approval of Ordinance No. 3900, approving a budget amendment not to exceed $696,175. GENERAL DESCRIPTION: The Fiscal Year 2024-2025 Operating and Capital Budget was adopted by the City Council on September 9, 2024, and became effective at the start of the fiscal year on October 1, 2024. City Council is requested to consider an amendment to the Capital Budget to allocate additional funds to the Highway Safety Improvement Program (HSIP) Intersection Improvements Capital Improvement Project (ST2306). In 2022 the city applied for and received $833,616 in Federal Grant funds, administered through TxDOT, to be used for signal improvements at the intersections of Rufe Snow /Starnes and Smithfield/Starnes. The grant was intended to cover 100% of the construction costs, with the city being responsible for design only. The terms of the funding agreement stipulate that any overage is to be borne by the local government. The cost of signal infrastructure has risen dramatically in recent years, and the bids received for these intersection improvements came in approximately $540,000 over the original $833,616 construction budget. In addition, TxDOT is managing construction of the improvements and has added almost $160,000 in Force Account funding to cover project expenses related to erosion control, traffic control, law enforcement support, and other items not covered by the individual bid items. Upon approval of this budget amendment, TxDOT will invoice the City for the full $696,175 amount, with any unused funds returned to the City at the conclusion of the project. The additional funding for this project is coming from existing reserves. k4Ft hJOIF LH KICHLAND HILLS The impact of the amendment on the Fiscal Year 2024-2025 Capital Budget is summarized below. Category Adopted Amendment Amended 2024-25 03/24/2025 2024-25 Street & Sidewalk Capital Projects $4,402,225 $696,175 $5,098,400 Drainage Capital Projects $100,000 $100,000 Utility Capital Projects $1,735,000 $1,735,000 Parks & Recreation Capital Projects $1,249,000 $1,249,000 Aquatic Park Capital Projects $2,360,000 $2,360,000 Facility Capital Projects $4,590,944 $4,590,944 Major Capital Equipment Projects $3,888,719 $3,888,719 Economic Development Projects $0 $0 Other Capital Projects $64,000 $64,000 At the conclusion of the public hearing, staff requests that the City Council consider Ordinance No. 3900, amending the Fiscal Year 2024-2025 Budget. A notice of public hearing was posted in the Commercial Recorder on Monday, March 10, 2025, and is included as Attachment B to this item. The project revisions sheet for ST2306 is also included as Attachment C. RECOMMENDATION: Approve Ordinance No. 3900, amending the Fiscal Year 2024-25 Adopted Capital Budget. ORDINANCE NO. 3900 AN ORDINANCE AMENDING THE ADOPTED BUDGET FOR THE FISCAL YEAR OCTOBER 1, 2024, THROUGH SEPTEMBER 30, 2025, IN ACCORDANCE WITH THE CHARTER OF THE CITY OF NORTH RICHLAND HILLS, TEXAS; PROVIDING FOR THE FILING OF THE AMENDED BUDGET; PROVIDING A SEVERABILITY CLAUSE AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of North Richland Hills is a home rule city acting under its charter adopted by the electorate pursuant to Article XI, Section 5 of the Texas Constitution and Chapter 9 of the Local Government Code; and WHEREAS, in accordance with Article XII of the City of North Richland Hills City Charter the City Manager shall authorize no expenditure over the total funds for expenditure in the overall budget unless the budget is amended by the same public notice procedure called for in adopting the budget; and WHEREAS, in accordance with Article XII of the City of North Richland Hills City Charter, a notice of public hearing was placed in the newspaper of record on March 10, 2025, at least ten (10) days prior to the public hearing; and WHEREAS, the City Manager of the City of North Richland Hills submitted an amended budget for the fiscal year beginning October 1, 2024, and ending September 30, 2025 to the City Council as required by the City Charter of the City of North Richland Hills; and WHEREAS, after full and final consideration, the City Council is of the opinion that the budget should be approved and amended. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL, CITY OF NORTH RICHLAND HILLS, TEXAS, THAT: SECTION 1. The amended budget for the City of North Richland Hills, Texas, for the Fiscal Year beginning October 1, 2024, and ending September 30, 20257 as set forth in Attachments A, B, and C is hereby amended and approved as filed herewith. A copy of the amended budget shall be filed with the City Secretary. SECTION 2. This ordinance shall be cumulative of all provisions of ordinances and of the Code of Ordinances, City of North Richland Hills, Texas, as amended, except where the provisions are in direct conflict with the provisions of other ordinances, in which event the conflicting provisions of the other ordinances are hereby repealed. Ordinance No. 3900 Page 1 of 2 SECTION 3. It is hereby declared to be the intention of the City Council that the phrases, clauses, sentences, paragraphs, and sections of this ordinance are severable, and if any phrase, clause, sentence, paragraph, or section of this ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases, clauses, sentences, paragraphs, and sections of this ordinance, since the same would have been enacted by the City Council without the incorporation in this ordinance of any such unconstitutional phrase, clause, sentence, paragraph, or section. SECTION 4. This ordinance shall be in full force and effect from and after its passage as provided by law, and it is so ordained. PASSED AND APPROVED on this the 24t" day of March 2025. CITY OF NORTH RICHLAND HILLS Jack McCarty, Mayor ATTEST: Alicia Richardson City Secretary/Chief Governance Officer APPROVED AS TO FORM AND LEGALITY: Bradley A. Anderle, City Attorney APPROVED AS TO CONTENT: Chase Fosse, Director of Budget & Research Ordinance No. 3900 Page 2 of 2 Attachment A: Budget Amendment Summary Item 1: HSIP Intersection Improvements (ST2306) Amendment Category Adopted Amendment Amended 2024-25 03/24/2025 2024-25 Street & Sidewalk Capital Projects $4,402,225 $696,175 $5,098,400 Drainage Capital Projects $100,000 $100,000 Utility Capital Projects $1,735,000 $1,735,000 Parks & Recreation Capital Projects $1,249,000 $1,249,000 Aquatic Park Capital Projects $2,360,000 $2,360,000 Facility Capital Projects $4,590,944 $4,590,944 Major Capital Equipment Projects $3,888,719 $3,888,719 Economic Development Projects $0 $0 Other Capital Projects $64,000 $64,000 NOTICE OF PUBLIC HEARING 2024-2025 AMENDED BUDGET NOTICE IS HEREBY GIVEN to all interested citizens in the City of North Richland Hills, that the City Council will hold a public hearing on the 2024-2025 amended budget on Monday, March 24, 2025, during the regular 7.00 p.m. City Council meeting at the North Richland Hills City Hall City Council Chambers, 4301 City Point Drive, North Richland Hills, Texas. Street & Sidewalk Capital Projects HSIP Intersection Improvements S T2306 PROJECT DESCRIPTION&JUSTIFICATION The two subject intersections were submitted to TxDOT's Highway Safety Improvement Program (HSIP)for consideration in late 2021. Although already signalized, accident data at each of these intersections indicates that modifications to signal equipment and lane configurations is warranted in an effort to reduce conflict points and improve motorist safety. Both signals were originally installed in 1987, and while some retrofitting is possible, not all recommended features can be accommodated with the existing equipment. The HSIP grant award provides$833,616 in Federal/State funds for construction. Project Status: As of January 2025, TxDOT opened bids for Construction. The funding source for this project is$176,951 from Street Capital Fund(330) Reserves, $18,232 in project savings from ST1701, and$696,175 from General Fund(100) Reserves. PROJECT STATUS ORIGINAL 2024125 ORIGINAL 2024125 START DATE REVISION END DATE REVISION Professional Services Engineering 03/2023 09/2024 Land/ROW Acquisition Construction 09/2024 05/2025 08/2025 10/2025 Other REVISION EXPLANATION FINANCIAL DATA ADOPTED REVISED TOTAL BUDGET THRU PROJECT BUDGETTHRU REMAINING PROJECT 2024/25 REVISION 2024/25 BALANCE COST FUNDING SOURCES Reserves(Street Capital Projects Fund 33b $176,951 $0 $176,951 $0 $176,951 Project Savings (ST1701) 18,232 0 18,232 0 $18,232 Reserves (General Fund 100) 0 696,175 696,175 0 $696,175 0 0 0 0 $0 0 0, 0 0 $0 Total 1 $195183 1 $696,1751 $891358 $0 1 $891358 PROJECT EXPENDITURES Professional Services $150,000 $0' $150,000 $0 $150,000 Engineering/Design 45,183 0' 45,183 0 $45,183 Land/ROW Acquistion 0 0' 0 0 $0 Construction 0 696,175' 696,175 0 $696,175 Other 0 0 0 0 $0 Total $195,183 $696,175' $891,358 $0 $891,358 IMPACT ON OPERATING BUDGET None. ANNUAL OPERATING IMPACT 1 2024/25 2025/26 1 2026/27 1 2027/28 1 2028/29 1 TOTAL Projected I I I I I $0 "I"wFt hJOKTH KIC:HLAND HILLS CITY COUNCIL MEMORANDUM FROM: The Office of the City Manager DATE: March 24, 2025 SUBJECT: Announcements PRESENTER: GENERAL DESCRIPTION: At each City Council meeting a member of the governing body announces upcoming events and recognizes an employee who exemplifies our core values. Announcements Join us tomorrow (Tuesday, Feb. 25) for the first of two Town Hall Meetings. We will share about accomplishments during the past year and upcoming projects in 2025. There will also be time for questions. Tomorrow's Town Hall begins at 6 p.m. in the Grand Hall at the NRH Centre. The second Town Hall will be at 6 p.m. on April 22 at Iron Horse Golf Course. Both will cover the same information. The monthly NRH Bike & Hike series returns on Tuesday, April 1 at Northfield Park. The NRH Parks & Recreation team will lead the community in a 9 to 12-mile bicycle ride and a 1 to 2-mile hike. Everyone is welcome to bike or hike. Please visit the city's website or contact the Parks Department for more details. The NRH Library invites the community to their Gatsby's Gala for ages 18 and up on Tuesday, April 8. Dress in your best 1920s-inspired attire and enjoy an evening of jazz, mocktails and community connection with the flair of the Roaring Twenties. Visit the Library's website for more details. Kudos Korner Every Council Meeting, we spotlight our employees for the great things they do. Tonight we recognize: Chris Lewis and Jeff Reid in Public Works — A resident was so impressed by Chris and Jeff that she called the department and shared, "They were extremely professional, beyond outstanding and taught me a few things about water leaks." Way to go. Keep up the great work!