HomeMy WebLinkAbout249-25 RESOLUTIONPage 1
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 249-25
File Number: 2025-2142
A RESOLUTION TO APPROVE THE PURCHASE OF AN FP5 ASPHALT POTHOLE PATCH TRUCK
FROM HOUSTON FREIGHTLINER, INC., PURSUANT TO A HGAC COOPERATIVE PURCHASING
CONTRACT, IN THE AMOUNT OF $276,449.00, PLUS ANY APPLICABLE SURCHARGES, FREIGHT OR
DELIVERY FEES UP TO 10% OF THE ORIGINAL PURCHASE PRICE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of an FP5 Asphalt
Pothole Patch truck from Houston Freightliner, Inc., pursuant to a HGAC Cooperative purchasing contract, in the
amount of $276,449.00, plus any applicable surcharges, freight or delivery fees up to 10% of the original purchase
price.
PASSED and APPROVED on November 4, 2025
Approved:
_______________________________
Molly Rawn, Mayor
Attest:
_______________________________
Kara Paxton, City Clerk Treasurer
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
CITY COUNCIL MEMO
2025-2142
MEETING OF NOVEMBER 4, 2025
TO: Mayor Rawn and City Council
THRU: Terry Gulley, Asst Public Works Director - Ops
FROM: Ross Jackson, Jr., Fleet Operations Superintendent
SUBJECT: TRANSPORTATION ASPHALT PATCH TRUCK REPLACEMENT THROUGH HOUSTON
FREIGHTLINER, INC.
RECOMMENDATION:
A RESOLUTION TO APPROVE THE PURCHASE OF A BERGKAMP FP5 POTHOLE PATCH TRUCK IN THE
AMOUNT OF $276,449 THROUGH THE HGAC COOPERATIVE CONTRACT (PW10-25) PLUS ANY
APPLICABLE SURCHARGES, FREIGHT OR DELIVERY FEES UP TO 10% OF THE ORIGINAL PURCHASE
PRICE.
BACKGROUND:
Asset 9181 (TRAN_F013) is a 2014 Kenworth T370 with a Bergkamp asphalt pothole patch body with 15/15
points.
DISCUSSION:
Asset 9181 is utilized for the ongoing maintenance and repairs of our city roads infrastructure. It also assists
our water sewer department with road repairs after water line repairs that involve roads needing to be repaired
after water leaks.
Fleet Operations recommends the on-time replacement of this asset, so both departments maintain reliable
equipment for infrastructure repairs within the city.
BUDGET/STAFF IMPACT:
This is a budgeted FY25 replacement that we have held onto well past 15 points through ongoing on-time
preventative maintenance and repairs. Fleet Operations will have fully collected on its replacement before the
new vehicle arrives.
ATTACHMENTS: 3. Staff Review Form, 4. Bergkamp Inc.- Quote, 5. Bergkamp Inc.-Attachment A, 4.
Bergkamp Inc.-Cooperative Purchasing Agreement, 5. HGAC List Price before Discount, 6. HGAC List Price
after Discount, 7. Additional Information - Asphalt Pothole Patch Truck Resolution Change, 8. Additional
Information - City of Fayetteville M2-106 Bergkamp Patcher Proposal 10-16-25, 9. Additional Information -
HGAC City of Fayetteville M2 w Bergkamp FP5 10-16-25
Page 1
City of Fayetteville, Arkansas
Legislation Text
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
File #: 2025-2142
A RESOLUTION TO APPROVE THE PURCHASE OF AN FP5 ASPHALT POTHOLE PATCH
TRUCK FROM HOUSTON FREIGHTLINER, INC., PURSUANT TO A HGAC
COOPERATIVE PURCHASING CONTRACT, IN THE AMOUNT OF $276,449.00, PLUS ANY
APPLICABLE SURCHARGES, FREIGHT OR DELIVERY FEES UP TO 10% OF THE
ORIGINAL PURCHASE PRICE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
an FP5 Asphalt Pothole Patch truck from Houston Freightliner, Inc., pursuant to a HGAC Cooperative
purchasing contract, in the amount of $276,449.00, plus any applicable surcharges, freight or delivery
fees up to 10% of the original purchase price.
City of Fayetteville Staff Review Form
2025-2142
Item ID
11/4/2025
City Council Meeting Date - Agenda Item Only
N/A for Non-Agenda Item
Ross Jackson 10/15/2025 FLEET OPERATIONS (770)
Submitted By Submitted Date Division / Department
Action Recommendation:
A RESOLUTION TO APPROVE THE PURCHASE OF A BERGKAMP FP5 PATCH TRUCK IN THE AMOUNT OF $276,449
THROUGH THE HGAC COOPERATIVE CONTRACT SM2004A PLUS ANY APPLICABLE SURCHARGES, FREIGHT OR
DELIVERY FEES UP TO 10% OF THE ORIGINAL PURCHASE PRICE.
Budget Impact:
9700.770.1920-5802.00 SHOP
Account Number Fund
97001 FLEET REPLACEMENT VEHICLES
Project Number Project Title
Budgeted Item?Yes Total Amended Budget $10,878,231.00
Expenses (Actual+Encum)$4,129,030.41
Available Budget $6,749,200.59
Does item have a direct cost?Yes Item Cost $276,449.00
Is a Budget Adjustment attached?No Budget Adjustment $-
Remaining Budget $6,472,751.59
V20221130
Purchase Order Number:Previous Ordinance or Resolution #
Change Order Number:Approval Date:
Original Contract Number:
Comments:
10/14/2025
City of Fayetteville, AR:
I am pleased to submit my quotation covering the Bergkamp FP5 Flameless
Patcher as described in the attached specification with the following features:
Hydraulically driven Auger with dual motors Agitator with hydraulic motor
Spoils bins side and rear \All material tanks on Service Platform, ladder,
climb assist handles
Hydraulically operated hopper doors
Oversized storage with two locking doors
Conspicuity Marking, Paint Color of Choice (Omaha Orange, Charcoal)
Twin Cleaning Fluid Wands (platform mounted and rear mounted for
cleaning tools)
LED Lighting on machine
One Year Warranty (Extended warranty options are available)
On site training by factory trained technician $109,500.00
Plus these options:
Bomag Model 55WE on a reinforced hydraulic litt platform 12,700.00
Air Tack System Compressed Air for proper cleaning repair area 11,325.00
Stanley Pavement Breaker Model BR67. Line on hose reel 8,800.00
Arrow board –10Lights 2,000.00
Pedestal mounted Strobe Light 1,100.00
Professional Mounting unit on customer’s truck at Bergkamp’s factory. 8,000.00
Swing Auger Attachment 15,600.00
2 x Night Work Lights 1,400/00
Cone holder 320.00
Delivery to Fayetteville, AR 2,244.00
Total for FP5 with options shown above $172,989.00
2026 Freightliner cab and chassis as described in attached $103,460,00
Total $276,449.00
Page 2
Offer for City of Fayetteville, AR
Please refer to copy of FP5 warranty attached to email
STANDARD 12 MONTH WARRANTY PLUS 12 MONTHS $ 5,382.00
STANDARD 12 MONTH WARRANTY PLUS 24 MONTHS $ 7,260.00
STANDARD 12 MONTH WARRANTY PLUS 36 MONTHS $12,254.00
STANDARD 12 MONTH WARRANTY PLUS 48 MONTHS $17,730.00
Freightliner Med Duty M2 106 Standard Coverage
2yr / unlimited mi chassis coverage
2yr / 250k mi Engine coverage
3yr / unlimited mi transmission coverage
This offer is based on HGAC Contract Pricing.(Currently PW10-25)
FP5 Pricing shall remain in effect until November 18, 2025
2026 Truck pricing shall remain in effect until November 18 2025
Projected delivery is 150 days from date of purchase order
Or 60 days after receipt of truck, whichever is the last event
to occur.
Thank you for your interest in our company and its products and we would be
honored to serve your City in the future.
Best Regards
Jennifer A Straus
Jennifer A. Straus
Territory Manager
Attachment A
Bergkamp Incorporated
Public Works Equipment
Contract No.: PW10-25
Manufacturer Item Description HGACBuy
Discount Off List
Bergkamp Inc.Bergkamp base models equipment 2025 as listed on Bergkamp's
PW10-25 Response Aug 2025 10%
Bergkamp Inc.Bergkamp options equipment 2025 as listed on Bergkamp's PW10-25
Response Aug 2025 List
Page 1 of 27
Houston-Galveston Area Council
P.O. Box 22777 · 3555 Timmons · Houston, Texas 77227-2777
Bergkamp, Inc. Agreement
MASTER GENERAL PROVISIONS
This Master Agreement is made and entered into, by and between the Houston-Galveston
Area Council having its principal place of business at 3555 Timmons Lane, Suite 120,
Houston, Texas 77027 and Bergkamp, Inc., hereinafter referred to as the Contractor,
having its principal place of business at 3040 Emulsion Drive, Salina, KS, 67401, Kansas,
United States.
WITNESSETH:
WHEREAS, Houston-Galveston Area Council hereby engages the Contractor to perform
certain services in accordance with the specifications of the Master Agreement; and
WHEREAS, the Contractor has agreed to perform such services in accordance with the
specifications of the Master Agreement;
NOW, THEREFORE, Houston-Galveston Area Council and the Contractor do hereby agree as
follows:
ARTICLE 1: LEGAL AUTHORITY
The Contractor warrants and assures Houston-Galveston Area Council that it possesses
adequate legal authority to enter into this Master Agreement. The Contractor's governing
body, where applicable, has authorized the signatory official(s) to enter into this Master
Agreement and bind the Contractor to the terms of this Master Agreement and any
subsequent amendments hereto.
ARTICLE 2: APPLICABLE LAWS
The Contractor agrees to conduct all activities under this Master Agreement in accordance
with all federal laws, executive orders, policies, procedures, applicable rules, regulations,
directives, standards, ordinances, and laws, in effect or promulgated during the term of
this Master Agreement, including without limitation, workers’ compensation laws, minimum
and maximum salary and wage statutes and regulations, and licensing laws and
regulations. When required, the Contractor shall furnish Houston-Galveston Area Council
with satisfactory proof of its compliance therewith.
ARTICLE 3: PUBLIC INFORMATION
Except as stated below, all materials submitted to H-GAC, including any attachments,
appendices, or other information submitted as a part of a submission or Master
Agreement, are considered public information, and become the property of H-GAC upon
submission and may be reprinted, published, or distributed in any manner by H-GAC
according to open records laws, requirements of the US Department of Labor and the State
of Texas, and H-GAC policies and procedures. In the event the Contractor wishes to claim
portions of the response are not subject to the Texas Public Information Act, it shall so;
however, the determination of the Texas Attorney General as to whether such information
must be disclosed upon a public request shall be binding on the Contractor. H-GAC will
Page 2 of 27
request such a determination only if Contractor bears all costs for preparation of the
submission. H-GAC is not responsible for the return of creative examples of work
submitted. H-GAC will not be held accountable if material from submissions is obtained
without the written consent of the contractor by parties other than H-GAC, at any time
during the evaluation process.
ARTICLE 4: INDEPENDENT CONTRACTOR
The execution of this Master Agreement and the rendering of services prescribed by this
Master Agreement do not change the independent status of Houston-Galveston Area
Council or the Contractor. No provision of this Master Agreement or act of Houston-
Galveston Area Council in performance of the Master Agreement shall be construed as
making the Contractor the agent, servant, or employee of Houston-Galveston Area Council,
the State of Texas, or the United States Government. Employees of the Contractor are
subject to the exclusive control and supervision of the Contractor. The Contractor is solely
responsible for employee related disputes and discrepancies, including employee payrolls
and any claims arising therefrom.
ARTICLE 5: ANTI-COMPETITIVE BEHAVIOR
Contractor will not collude, in any manner, or engage in any practice which may restrict or
eliminate competition or otherwise restrain trade.
ARTICLE 6: SUSPENSION AND DEBARMENT
Debarment and Suspension (Executive Orders 12549 and 12689) – A contract award (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.
Pursuant to the Federal Rule above, Respondent certifies that neither it nor its principals
are presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation by any federal department or agency or by the
State of Texas and at all times during the term of the Contract neither it nor its principals
will be debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation by any federal department or agency or by the State of Texas
Respondent shall immediately provide the written notice to H-GAC if at any time the
Respondent learns that this certification was erroneous when submitted or has become
erroneous by reason of changed circumstances. H-GAC may rely upon a certification of the
Respondent that the Respondent is not debarred, suspended, ineligible, or voluntarily
excluded from the covered contract, unless the H-GAC knows the certification is erroneous.
ARTICLE 7: GOAL FOR CONTRACTING WITH SMALL AND MINORITY BUSINESSES,
WOMEN’S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS (if
subcontracts are to be let)
H-GAC’s goal is to assure that small and minority businesses, women's business
enterprises, and labor surplus area firms are used when possible in providing services
under a contract. In accordance with federal procurements requirements of 2 CFR
§200.321, if subcontracts are to be let, the prime contractor must take the affirmative
steps listed below:
Page 3 of 27
1. Placing qualified small and minority businesses and women’s business enterprises
on solicitation lists;
2. Assuring that small and minority businesses and women’s business enterprises are
solicited whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller task or
quantities to permit maximum participation by small and minority businesses, and
women’s business enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women’s business enterprises;
5. Using the services and assistance as appropriate, of such organizations as the
Small Business Administration and the Minority Business Development Agency of
the Department of Commerce.
6.
Nothing in this provision will be construed to require the utilization of any firm that is
either unqualified or unavailable. The Small Business Administration (SBA) is the primary
reference and database for information on requirements related to Federal Subcontracting
https://www.sba.gov/federal-contracting/contracting-guide/prime-subcontracting
NOTE: The term DBE as used in this solicitation is understood to encompass all
programs/business enterprises such as: Small Disadvantaged Business (SDB), Historically
Underutilized Business (HUB), Minority Owned Business Enterprise (MBE), Women Owned
Business Enterprise (WBE) and Disabled Veteran Business Enterprise (DVBE) or other
designation as issued by a certifying agency.
Contractor agrees to work with and assist HGACBuy customer in meeting any DBE
targets and goals, as may be required by any rules, processes, or programs they
might have in place. Assistance may include compliance with reporting
requirements, provision of documentation, consideration of Certified/Listed
subcontractors, provision of documented evidence that an active participatory
role for a DBE entity was considered in a procurement transaction, etc.
ARTICLE 8: SCOPE OF SERVICES
The services to be performed by the Contractor are outlined in an Attachment to this
Master Agreement.
ARTICLE 9: PERFORMANCE PERIOD
This Master Agreement shall be performed during the period which begins 01-Oct-2025
and ends 30-Sep-2029. All services under this Master Agreement must be rendered within
this performance period, unless directly specified under a written change or extension
provisioned under Article 21, which shall be fully executed by both parties to this Master
Agreement.
ARTICLE 10: PAYMENT OR FUNDING
Payment provisions under this Master Agreement are outlined in the Special Provisions. H-
GAC will not pay for any expenses incurred prior to the execution date of a contract, or any
expenses incurred after the termination date of the contract.
ARTICLE 11: PAYMENT FOR WORK
The H-GAC Customer is responsible for making payment to the Contractor upon delivery
and acceptance of the goods or completion of the services and submission of the
subsequent invoice.
Page 4 of 27
ARTICLE 12: PAYMENT TERMS/PRE-PAYMENT/QUANTITY DISCOUNTS
If discounts for accelerated payment, pre-payment, progress payment, or quantity
discounts are offered, they must be clearly indicated in the Contractor’s submission prior to
contract award. The applicability or acceptance of these terms is at the discretion of the
Customer.
ARTICLE 13: REPORTING REQUIREMENTS
If the Contractor fails to submit to Houston-Galveston Area Council in a timely and
satisfactory manner any report required by this Master Agreement, or otherwise fails to
satisfactorily render performances hereunder, Houston-Galveston Area Council may
terminate this Master Agreement with notice as identified in Article 29 of these General
Provisions. Houston-Galveston Area Council has final determination of the adequacy of
performance and reporting by Contractor. Termination of this Master Agreement for failure
to perform may affect Contractor’s ability to participate in future opportunities with
Houston-Galveston Area Council. The Contractor's failure to timely submit any report may
also be considered cause for termination of this Master Agreement. Any additional
reporting requirements shall be set forth in the Special Provisions of this Master
Agreement.
ARTICLE 14: INSURANCE
Contractor shall maintain insurance coverage for work performed or services rendered
under this Master Agreement as outlined and defined in the attached Special Provisions.
ARTICLE 15: SUBCONTRACTS AND ASSIGNMENTS
Except as may be set forth in the Special Provisions, the Contractor agrees not to assign,
transfer, convey, sublet, or otherwise dispose of this Master Agreement or any right, title,
obligation, or interest it may have therein to any third party without prior written approval
of Houston-Galveston Area Council. The Contractor acknowledges that Houston-Galveston
Area Council is not liable to any subcontractor or assignee of the Contractor. The
Contractor shall ensure that the performance rendered under all subcontracts shall result
in compliance with all the terms and provisions of this Master Agreement as if the
performance rendered was rendered by the Contractor. Contractor shall give all required
notices, and comply with all laws and regulations applicable to furnishing and performance
of the work. Except where otherwise expressly required by applicable law or regulation,
Houston-Galveston Area Council shall not be responsible for monitoring Contractor's
compliance, or that of Contractor’s subcontractors, with any laws or regulations.
ARTICLE 16: AUDIT
Notwithstanding any other audit requirement, Houston-Galveston Area Council reserves
the right to conduct or cause to be conducted an independent audit of any transaction
under this Master Agreement, such audit may be performed by the Houston-Galveston
Area Council local government audit staff, a certified public accountant firm, or other
auditors designated by Houston-Galveston Area Council and will be conducted in
accordance with applicable professional standards and practices. The Contractor
understands and agrees that the Contractor shall be liable to the Houston-Galveston Area
Council for any findings that result in monetary obligations to Houston-Galveston Area
Council.
ARTICLE 17: TAX EXEMPT STATUS
H-GAC and Customer members are either units of government or qualified non-profit
agencies, and are generally exempt from Federal and State sales, excise or use taxes.
Respondent must not include taxes in its Response. It is the responsibility of Contractor to
Page 5 of 27
determine the applicability of any taxes to an order and act accordingly. Exemption
certificates will be provided upon request.
ARTICLE 18: EXAMINATION OF RECORDS
The Contractor shall maintain during the course of the work complete and accurate records
of all of the Contractor's costs and documentation of items which are chargeable to
Houston-Galveston Area Council under this Master Agreement. Houston-Galveston Area
Council, through its staff or designated public accounting firm, the State of Texas, and
United States Government, shall have the right at any reasonable time to inspect, copy
and audit those records on or off the premises by authorized representatives of its own or
any public accounting firm selected by Houston-Galveston Area Council. The right of access
to records is not limited to the required retention period, but shall last as long as the
records are retained. Failure to provide access to records may be cause for termination of
the Master Agreement. The records to be thus maintained and retained by the Contractor
shall include (without limitation): (1) personnel and payroll records, including social
security numbers and labor classifications, accounting for total time distribution of the
Contractor's employees working full or part time on the work, as well as cancelled payroll
checks, signed receipts for payroll payments in cash, or other evidence of disbursement of
payroll payments; (2) invoices for purchases, receiving and issuing documents, and all
other unit inventory records for the Contractor's stocks or capital items; and (3) paid
invoices and cancelled checks for materials purchased and for subcontractors' and any
other third parties' charges.
Contractor agrees that H-GAC will have the right, with reasonable notice, to inspect its
records pertaining to purchase orders processed and the accuracy of the fees payable to H-
GAC. The Contractor further agrees that the examination of records outlined in this article
shall be included in all subcontractor or third-party Master Agreements.
ARTICLE 19: RETENTION OF RECORDS
The Contractor and its subcontractors shall maintain all records pertinent to this Master
Agreement, and all other financial, statistical, property, participant records, and supporting
documentation for a period of no less than seven (7) years from the later of the date of
acceptance of the final payment or until all audit findings have been resolved. If any
litigation, claim, negotiation, audit or other action involving the records has been started
before the expiration of the retention period, the records shall be retained until completion
of the action and resolution of all issues which arise from it, or until the end of the seven
(7) years, whichever is later, and until any outstanding litigation, audit, or claim has been
fully resolved.
ARTICLE 20: DISTRIBUTORS, VENDORS, RESELLERS
Contractor agrees and acknowledges that any such designations of distributors, vendors,
resellers or the like are for the convenience of the Contractor only and the awarded
Contractor will remain responsible and liable for all obligations under the Contract and the
performance of any designated distributor, vendor, reseller, etc. Contractor is also
responsible for receiving and processing any Customer purchase order in accordance with
the Contract and forwarding of the Purchase Order to the designated distributor, vendor,
reseller, etc. to complete the sale or service. H-GAC reserves the right to reject any entity
acting on the Contractor’s behalf or refuse to add entities after a contract is awarded.
ARTICLE 21: CHANGE ORDERS AND AMENDMENTS
A. Any alterations, additions, or deletions to the terms of this Master Agreement, which
are required by changes in federal or state law or by regulations, are automatically
Page 6 of 27
incorporated without written amendment hereto, and shall become effective on the
date designated by such law or by regulation.
B. To ensure the legal and effective performance of this Master Agreement, both
parties agree that any amendment that affects the performance under this Master
Agreement must be mutually agreed upon and that all such amendments must be in
writing. After a period of no less than 30 days subsequent to written notice, unless
sooner implementation is required by law, such amendments shall have the effect of
qualifying the terms of this Master Agreement and shall be binding upon the parties
as if written herein.
C. Customers have the right to issue a change order to any purchase orders issued to
the Contractor for the purposes of clarification or inclusion of additional
specifications, qualifications, conditions, etc. The change order must be in writing
and agreed upon by Contractor and the Customer agency prior to issuance of any
Change Order. A copy of the Change Order must be provided by the Contractor to,
and acknowledged by, H-GAC.
ARTICLE 22: CONTRACT ITEM CHANGES
A. If a manufacturer discontinues a contracted item, that item will automatically be
considered deleted from the contract with no penalty to Contractor. However, H-GAC
may at its sole discretion elect to make a contract award to the next lowest
Respondent for the item, or take any other action deemed by H-GAC, at its sole
discretion, to be in the best interests of its Customers.
B. If a manufacturer makes any kind of change in a contracted item which affects the
contract price, Contractor must advise H-GAC of the details. H-GAC may allow or
reject the change at its sole discretion. If the change is rejected, H-GAC will remove
the item from its program and there will be no penalty to Contractor. However, H-
GAC may at its sole discretion elect to make a contract award to the next lowest
Respondent for the item, or take any other action deemed by H-GAC, at its sole
discretion, to be in the best interests of its Customers.
C. If a manufacturer makes any change in a contracted item which does not affect the
contract price, Contractor shall advise H-GAC of the details. If the 'new' item is
equal to or better than the originally contracted item, the 'new' item shall be
approved as a replacement. If the change is rejected H-GAC will remove the item
from its program and there will be no penalty to Contractor. However, H-GAC may
at its sole discretion elect to make a contract award to the next lowest Respondent
for the item or may take any other action deemed by H-GAC at its sole discretion, to
be in the best interests of its Customers.
D. In the case of specifically identified catalogs or price sheets which have been
contracted as base bid items or as published options, routine published changes to
products and pricing will be automatically incorporated into the contract. However,
Contractor must still provide written notice and an explanation of the changes to
products and pricing. H-GAC will respond with written approval.
ARTICLE 23: CONTRACT PRICE ADJUSTMENTS
Price Decreases
Page 7 of 27
If Contractor’s Direct Cost decreases at any time during the full term of this award,
Contractor must immediately pass the decrease on to H-GAC and lower its prices by the
amount of the decrease in Direct Cost. (Direct Cost means Contractor’s cost from the
manufacturer of any item or if Contractor is the manufacturer, the cost of raw materials
required to manufacture the item, plus costs of transportation from manufacturer to
Contractor and Contractor to H-GAC. Contractor must notify H-GAC of price decreases in
the same way as for price increases set out below. The price decrease shall become
effective upon H-GAC’s receipt of Contractor’s notice. If Contractor routinely offers
discounted contract pricing, H-GAC may request Contractor accept amended contract
pricing equivalent to the routinely discounted pricing.
Price Increase
Contractors may request a price increase for items priced as Base Bid items and Published
Options. The amount of any increase will not exceed actual documented increase in
Contractor’s Direct Cost and will not exceed 10% of the previous bid price. Considerations
on the percentage limit will be given if the price increase is the result of increased tariff
charges or other governmental actions, or other economic factors. Manufacturer
price/contract changes involving the sale of motor vehicles will be considered and may be
allowed during the entire contract period subject to submission and verification of the
proper documentation required for a contract change as referenced in this section.
Price Changes
Any permanent increase or decrease in offered pricing for a base contract item or
published option is considered a price change. Temporary increases in pricing by whatever
name (e.g., ‘surcharge’, ‘adjustment’, ‘equalization charge’, ‘compliance charge’, ‘recovery
charge’, etc.), are also considered to be price changes.
For published catalogs and price sheets as part of an H-GAC contract, requests to amend
the contract to reflect any new published catalog or price sheet must be submitted
whenever the manufacturer publishes a new document. The request must include the new
catalog or price sheet. All Products shall, at time of sale, be equipped as required under
any then current applicable local, state, and federal government requirements. If, during
any contract, changes are made to any government requirements which cause a
manufacturer's costs of production to increase, Contractor may increase pricing to the
extent of Contractor’s actual cost increase. The increase must be substantiated with
support documentation acceptable to H-GAC prior to taking effect. Modifications to a
Product required to comply with such requirements which become effective after the date
of any sale are the responsibility of the Customer.
Requesting Price Increase/Required Documentation
Contractor must submit a written overview of changes requested and reasons for the
request, stating the amount of the increase, along with an itemized list of any increased
prices, showing the Contractor’s current price, revised price, the actual dollar difference
and the percentage of the price increase by line item. Price change requests must be
supported with substantive documentation (e.g., notices from suppliers and manufacturers
of pricing changes in products, components, transportation, raw materials or commodities,
and/or product availability, copies of invoices from suppliers, etc.) clearly showing that
Contractor's actual costs have increased per the applicable line-item bid. The Producer
Price Index (PPI) may be used as partial justification, subject to approval by H-GAC, but no
price increase based solely on an increase in the PPI will be allowed. This documentation
should be submitted in Excel format to facilitate analysis and updating of the website. The
letter and documentation must be sent to Lead Program Coordinator, james.glover@h-
Page 8 of 27
gac.com.
Review/Approval of Requests
If H-GAC approves the price increase, Contractor will be notified in writing; no price
increase will be effective until Contractor receives this notice. If H-GAC does not approve
Contractor’s price increase, Contractor may terminate its performance upon sixty (60) days
advance written notice to H-GAC, however Contractor must fulfill any outstanding Purchase
Orders. Termination of performance is Contractor’s only remedy if H-GAC does not approve
the price increase. H-GAC reserves the right to accept or reject any price change request.
ARTICLE 24: DELIVERIES AND SHIPPING TERMS
The Contractor agrees to make deliveries only upon receipt of authorized Customer
Purchase Order acknowledged by H-GAC. Delivery made without such Purchase Order will
be at Contractor’s risk and will leave H-GAC the option of canceling any contract awarded
to the Contractor. The Contractor must secure and deliver any item within five (5) working
days, or as agreed to on any corresponding customer Purchase Order.
Unless otherwise addressed, the following requirements shall apply:
a. Title to goods, and responsibility and liability for loss and/or damage in shipping
pass to End User at the delivery destination after receipt and acceptance have taken
place. Cost of shipping/delivery shall be paid by End User unless otherwise agreed to
by Contractor. If Contractor will be paying for shipping/delivery, shipping terms
must be "F.O.B. Destination, Freight Prepaid". If End User will be paying for
shipping/delivery, shipping terms must be “F.O.B. Destination – Freight Collect”.
b. The details for the application and calculation of shipping and delivery charges must
be stated in the Response on Form E. Any freight, shipping or delivery charged to
End User will be prepaid and added to the invoice, and will be clearly shown an any
Contract Pricing Worksheet or other quote presented to the End User.
ARTICLE 25: RESTOCKING (EXCHANGES AND RETURNS)
There will be no restocking charge to the Customer for return or exchange of any item
purchased under the terms of any award. If the Customer wishes to return items
purchased under an awarded contract, the Contractor agrees to exchange, these items for
other items, with no additional charge incurred. Items must be returned to Contractor
within thirty (30) days from date of delivery. If there is a difference in price in the items
exchanged, the Contractor must notify H-GAC and invoice Customer for increase price or
provide the Customer with a credit or refund for any decrease in price per Customer’s
preference. On items returned, a credit or cash refund will be issued by the Contractor to
Customer. This return and exchange option will extend for thirty (30) days following the
expiration of the term of the Contract. All items returned by the Customer must be unused
and in the same merchantable condition as when received. Items that are special ordered
may be returned only upon approval of the Contractor.
ARTICLE 26: MANUALS
Each product delivered under contract to any Customer must be delivered with at least one
(1) copy of a safety and operating manual and any other technical or maintenance manual.
The cost of the manual(s) must be included in the price for the Product offered.
ARTICLE 27: OUT OF STOCK, PRODUCT RECALLS, AND DISCONTINUED PRODUCTS
H-GAC does NOT purchase the products sold pursuant to a Solicitation or Master
Agreement. Contractor is responsible for ensuring that notices and mailings, such as Out of
Stock or Discontinued Notices, Safety Alerts, Safety Recall Notices, and customer surveys,
Page 9 of 27
are sent directly to the Customer with a copy sent to H-GAC. Customer will have the option
of accepting any equivalent product or canceling the item from Customer’s Purchase Order.
Contractor is not authorized to make substitutions without prior approval.
ARTICLE 28: WARRANTIES, SALES, AND SERVICE
Warranties must be the manufacturer's standard and inclusive of any other warranty
requirements stated in the Master Agreement; any warranties offered by a dealer will be in
addition to the manufacturer’s standard warranty and will not be a substitute for such.
Pricing for any product must be inclusive of the standard warranty.
Contractor is responsible for the execution and effectiveness of all product warranty
requests and any claims, Contractor agrees to respond directly to correct warranty claims
and to ensure reconciliation of warranty claims that have been assigned to a third party.
ARTICLE 29: TERMINATION PROCEDURES
The Contractor acknowledges that this Master Agreement may be terminated for
Convenience or Default.
Houston-Galveston Area Council will not pay for any expenses incurred after the
termination date of the contract.
A. Convenience
Houston-Galveston Area Council may terminate this Master Agreement at any time,
in whole or in part, with or without cause, whenever Houston-Galveston Area
Council determines that for any reason such termination is in the best interest of
Houston-Galveston Area Council, by providing written notice by certified mail to the
Contractor. Upon receipt of notice of termination, all services hereunder of the
Contractor and its employees and subcontractors shall cease to the extent specified
in the notice of termination.
The Contractor may cancel or terminate this Master Agreement upon submission of
thirty (30) days written notice, presented to Houston-Galveston Area Council via
certified mail. The Contractor may not give notice of cancellation after it has
received notice of default from Houston-Galveston Area Council.
B. Default
Houston-Galveston Area Council may, by written notice of default to the Contractor,
terminate the whole or any part of the Master Agreement, in any one of the
following circumstances:
(1) If the Contractor fails to perform the services herein specified within the time
specified herein or any extension thereof; or
(2) If the Contractor fails to perform any of the other provisions of this Master
Agreement for any reason whatsoever, or so fails to make progress or otherwise
violates the Master Agreements that completion of services herein specified
within the Master Agreement term is significantly endangered, and in either of
these two instances does not cure such failure within a period of ten (10) days
(or such longer period of time as may be authorized by Houston-Galveston Area
Council in writing) after receiving written notice by certified mail of default from
Houston-Galveston Area Council.
(3) In the event of such termination, Contractor will notify H-GAC of any outstanding
Purchase Orders and H-GAC will consult with the End User and notify the
Contractor to what extent the End User wishes the Contractor to complete the
Page 10 of 27
Purchase Order. If Contractor is unable to do so, Contractor may be subject to a
claim for damages from H-GAC and/or the End User.
ARTICLE 30: SEVERABILITY
Houston-Galveston Area Council and Contractor agree that should any provision of this
Master Agreement be determined to be invalid or unenforceable, such determination shall
not affect any other term of this Master Agreement, which shall continue in full force and
effect.
ARTICLE 31: FORCE MAJEURE
To the extent that either party to this Master Agreement shall be wholly or partially
prevented from the performance of any obligation or duty placed on such party by reason
of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident,
order of any court, act of God, or specific cause reasonably beyond the party's control and
not attributable to its neglect or nonfeasance, in such event, the time for the performance
of such obligation or duty shall be suspended until such disability to perform is removed.
Determination of force majeure shall rest solely with Houston-Galveston Area Council.
ARTICLE 32: CONFLICT OF INTEREST
No officer, member or employee of the Contractor or Contractors subcontractor, no
member of the governing body of the Contractor, and no other public officials of the
Contractor who exercise any functions or responsibilities in the review or Contractor
approval of this Master Agreement, shall participate in any decision relating to this Master
Agreement which affects his or her personal interest, or shall have any personal or
pecuniary interest, direct or indirect, in this Master Agreement.
A. Conflict of Interest Questionnaire: Chapter 176 of the Texas Local Government
Code requires contractors contracting or seeking to contract with H-GAC to file a
conflict-of-interest questionnaire (CIQ) if they have an employment or other business
relationship with an H-GAC officer or an officer’s close family member. The required
questionnaire and instructions are located on the H-GAC website or at the Texas
Ethics Commission website https://www.ethics.state.tx.us/forms/CIQ.pdf. H-GAC
officers include its Board of Directors and Executive Director, who are listed on this
website. Respondent must complete and file a CIQ with the Texas Ethics Commission
if an employment or business relationship with H-GAC office or an officer’s close
family member as defined in the law exists.
B. Certificate of Interested Parties Form – Form 1295: As required by Section
2252.908 of the Texas Government Code. H-GAC will not enter a Contract with
Contractor unless (i) the Contractor submits a disclosure of interested parties form to
H-GAC at the time the Contractor submits the contract H-GAC, or (ii) the Contractor is
exempt from such requirement. The required form and instructions are located at the
Texas Ethics Commission website
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. Respondents who
are awarded a Contract must submit their Form 1295 with the signed Contract to H-
GAC.
ARTICLE 33: FEDERAL COMPLIANCE
Contractor agrees to comply with all federal statutes relating to nondiscrimination, labor
standards, and environmental compliance. With regards to “Rights to Inventions Made
Under a Contract or Master Agreement,” If the Federal award meets the definition of
“funding Master Agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient
Page 11 of 27
wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that “funding Master 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 Master Agreements,” and any implementing regulations issued
by the awarding agency. Contractor agrees to be wholly compliant with the provisions of 2
CFR 200, Appendix II. Additionally, for work to be performed under the Master Agreement
or subcontract thereof, including procurement of materials or leases of equipment,
Contractor shall notify each potential subcontractor or supplier of the Contractor's federal
compliance obligations. These may include, but are not limited to: (a) Title VI of the Civil
Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color
or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20
U.S.C. §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex;
(c) the Fair Labor Standards Act of 1938 (29 USC 676 et. seq.), (d) Section 504 of the
Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination
on the basis of handicaps and the Americans with Disabilities Act of 1990; (e) the Age
Discrimination in Employment Act of 1967 (29 USC 621 et. seq.) and the Age
Discrimination Act of 1974, as amended (42 U.S.C. §§ 6101-6107), which prohibits
discrimination on the basis of age; (f) the Drug Abuse Office and Treatment Act of 1972
(P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (g)
the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation
Act of 1970 (P.L. 91-616), as amended, relating to the nondiscrimination on the basis of
alcohol abuse or alcoholism; (h) §§ 523 and 527 of the Public Health Service Act of 1912
(42 U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and
drug abuse patient records; (i) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601
et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of
housing; (j) any other nondiscrimination provisions in any specific statute(s) applicable to
any Federal funding for this Master Agreement; (k) the requirements of any other
nondiscrimination statute(s) which may apply to this Master Agreement; (l) applicable
provisions of the Clean Air Act (42 U.S.C. §7401 et seq.), the Federal Water Pollution
Control Act, as amended (33 U.S.C. §1251 et seq.), Section 508 of the Clean Water Act
(33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency
regulations at 40 CPR Part 15; (m) applicable provisions of the Davis- Bacon Act (40 U.S.C.
276a - 276a-7), the Copeland Act (40 U.S.C. 276c), and the Contract Work Hours and
Safety Standards Act (40 U.S.C. 327-332), as set forth in Department of Labor Regulations
at 20 CPR 5.5a; (n) the mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the
Energy Policy and Conservation Act (P.L. 94-163).
ARTICLE 34: PROHIBITION ON CONTRACTING WITH ENTITIES USING CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT (EFFECTIVE
AUG. 13, 2020 AND AS AMENDED OCTOBER 26, 2020)
Pursuant to 2 CFR 200.216, Contractor shall not offer equipment, services, or system that
use covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system. Covered
telecommunications equipment or services means 1) telecommunications equipment
produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or
affiliate of such entities); 2) for the purpose of public safety, security of government
facilities, physical security surveillance of critical infrastructure, and other national security
purposes, video surveillance and telecommunications equipment produced by Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua
Page 12 of 27
Technology Company (or any subsidiary or affiliate of such entities); 3)
telecommunications or video surveillance services provided by such entities or using such
equipment; or 4) telecommunications or video surveillance equipment or services produced
or provided by an entity that the Secretary of Defense, in consultation with the Director of
National Intelligence or the Director of the Federal Bureau of Investigation, reasonably
believes to be an entity owned or controlled by, or otherwise connected to, the
government of a covered foreign country. Respondent must comply with requirements for
certifications. The provision at 48 C.F.R Section 52.204-26 requires that offerors review
SAM prior to completing their required representations. This rule applies to all acquisitions,
including acquisitions at or below the simplified acquisition threshold and to acquisitions of
commercial items, including commercially available off the-shelf items.
ARTICLE 35: DOMESTIC PREFERENCE
In accordance with 2 CFR 200.322, as appropriate and to the extent consistent with law,
when using federal grant award funds Houston-Galveston Area Council should, to the
greatest extent practicable, provide a preference for the purchase, acquisition, or use of
goods, products, or materials produced in the United States (including but not limited to
iron, aluminum, steel, cement, and other manufactured products). Houston-Galveston Area
Council must include this requirement in all subawards including all contracts and purchase
orders for work or products under the federal grant award. If Contractor intends to qualify
for Purchase Orders using federal grant money, then it shall work with Houston-Galveston
Area Council to provide all required certifications and other documentation needed to show
compliance.
ARTICLE 36: CRIMINAL PROVISIONS AND SANCTIONS
The Contractor agrees to perform the Master Agreement in conformance with safeguards
against fraud and abuse as set forth by the Houston-Galveston Area Council, the State of
Texas, and the acts and regulations of any related state or federal agency. The Contractor
agrees to promptly notify Houston-Galveston Area Council of any actual or suspected
fraud, abuse, or other criminal activity through the filing of a written report within twenty-
four (24) hours of knowledge thereof. Contractor shall notify Houston-Galveston Area
Council of any accident or incident requiring medical attention arising from its activities
under this Master Agreement within twenty-four (24) hours of such occurrence. Theft or
willful damage to property on loan to the Contractor from Houston-Galveston Area Council,
if any, shall be reported to local law enforcement agencies and Houston-Galveston Area
Council within two (2) hours of discovery of any such act.
The Contractor further agrees to cooperate fully with Houston-Galveston Area Council,
local law enforcement agencies, the State of Texas, the Federal Bureau of Investigation,
and any other duly authorized investigative unit, in carrying out a full investigation of all
such incidents.
The Contractor shall notify Houston-Galveston Area Council of the threat of lawsuit or of
any actual suit filed against the Contractor pertaining to this Master Agreement or which
would adversely affect the Contractor’s ability to perform services under this Master
Agreement.
ARTICLE 37: INDEMNIFICATION AND RECOVERY
Houston-Galveston Area Council’s liability under this Master Agreement, whether for
breach of contract, warranty, negligence, strict liability, in tort or otherwise, is limited to its
order processing charge. In no event will Houston-Galveston Area Council be liable for any
loss of use, loss of time, inconvenience, commercial loss, lost profits, or savings or other
Page 13 of 27
incidental, special or consequential damages to the full extent such use may be disclaimed
by law. Contractor agrees, to the extent permitted by law, to defend and hold harmless
Houston-Galveston Area Council, its board members, officers, agents, officials, employees,
and indemnities from any and all claims, costs, expenses (including reasonable attorney
fees), actions, causes of action, judgements, and liens arising as a result of Contractor’s
negligent act or omission under this Master Agreement. Contractor shall notify Houston-
Galveston Area Council of the threat of lawsuit or of any actual suit filed against Contractor
relating to this Master Agreement.
ARTICLE 38: LIMITATION OF CONTRACTOR’S LIABILITY
Except as specified in any separate writing between the Contractor and an END USER,
Contractor’s total liability under this Master Agreement, whether for breach of contract,
warranty, negligence, strict liability, in tort or otherwise, but excluding its obligation to
indemnify Houston-Galveston Area Council, is limited to the price of the particular
products/services sold hereunder, and Contractor agrees either to refund the purchase
price or to repair or replace product(s) that are not as warranted. In no event will
Contractor be liable for any loss of use, loss of time, inconvenience, commercial loss, loss
of profits or savings or other incidental, special or consequential damages to the full extent
such use may be disclaimed by law. Contractor understands and agrees that it shall be
liable to repay and shall repay upon demand to END USER any amounts determined by
Houston-Galveston Area Council, its independent auditors, or any agency of State or
Federal government to have been paid in violation of the terms of this Master Agreement.
ARTICLE 39: TITLES NOT RESTRICTIVE
The titles assigned to the various Articles of this Master Agreement are for convenience
only. Titles shall not be considered restrictive of the subject matter of any Article, or part
of this Master Agreement.
ARTICLE 40: JOINT WORK PRODUCT
This Master Agreement is the joint work product of Houston-Galveston Area Council and
the Contractor. This Master Agreement has been negotiated by Houston-Galveston Area
Council and the Contractor and their respective counsel and shall be fairly interpreted in
accordance with its terms and, in the event of any ambiguities, no inferences shall be
drawn against any party.
ARTICLE 41: PROCUREMENT OF RECOVERED MATERIAL
H-GAC and the Respondent must comply with section 6002 of the Solid Waste Disposal
Act, as amended by the Resource Conservation and Recovery Act. The requirements of
Section 6002 include: (1) procuring only items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest
percentage of recovered materials practicable, consistent with maintaining a satisfactory
level of competition, where the purchase price of the item exceeds $10,000 or the value of
the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring
solid waste management services in a manner that maximizes energy and resource
recovery; and (3) establishing an affirmative procurement program for procurement of
recovered materials identified in the EPA guidelines. Pursuant to the Federal Rule above, as
required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. §
6962(c)(3)(A)(i)), Respondent certifies that the percentage of recovered materials content
for EPA-designated items to be delivered or used in the performance of the Contract will be
at least the amount required by the applicable contract specifications or other contractual
requirements.
Page 14 of 27
ARTICLE 42: COPELAND “ANTI-KICKBACK” ACT
Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of
29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into the
contract. The contractor or subcontractor shall insert in any subcontracts the clause above
and such other clauses as appropriate agency instructions require, and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all of these contract clauses. A breach of the contract clauses above
may be grounds for termination of the Contract, and for debarment as a contractor and
subcontractor as provided in 29 C.F.R. § 5.12.
ARTICLE 43: DISCRIMINATION
Respondent and any potential subcontractors shall comply with all Federal statutes relating
to nondiscrimination. These include, but are not limited to:
a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352), which prohibits
discrimination on the basis of race, color, or national origin;
b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§1681-
1683, and 1685-1686), which prohibits discrimination on the basis of sex;
c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794),
which prohibits discrimination on the basis of handicaps;
d) The Age Discrimination Act of 1975, as amended (42 U.S.C. §§6101- 6107),
which prohibits discrimination on the basis of age;
e) The Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended,
relating to nondiscrimination on the basis of drug abuse;
f) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and
Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to
nondiscrimination on the basis of alcohol abuse or alcoholism;
g) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §§290
dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug
abuse patient records;
h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended,
relating to nondiscrimination in the sale, rental, or financing of housing;
i) Any other nondiscrimination provisions in the specific statute(s) under which
application for Federal assistance is being made; and
j) The requirements of any other nondiscrimination statute(s) that may apply to the
application.
ARTICLE 44: DRUG FREE WORKPLACE
Contractor must provide a drug-free workplace in accordance with the Drug-Free
Workplace Act, as applicable. For the purposes of this Section, “drug-free” means a
worksite at which employees are prohibited from engaging in the unlawful manufacture,
distribution, dispensation, possession, or use of a controlled substance. H-GAC may
request a copy of this policy.
ARTICLE 45: APPLICABILITY TO SUBCONTRACTORS
Respondent agrees that all contracts it awards pursuant to the contract awarded as a
result of this Master Agreement will be bound by the foregoing terms and conditions.
ARTICLE 46: WARRANTY AND COPYRIGHT
Page 15 of 27
Submissions must include all warranty information, including items covered, items
excluded, duration, and renewability. Submissions must include proof of licensing if using
third party code for programming.
ARTICLE 47: DATA HANDLING AND SECURITY
It will always be the responsibility of the selected Contractor to manage data transfer and
to secure all data appropriately during the project to prevent unauthorized access to all
data, products, and deliverables.
ARTICLE 48: DISPUTES
All disputes concerning questions of fact or of law arising under this Master Agreement,
which are not addressed within the Whole Master Agreement as defined pursuant to Article
4 hereof, shall be decided by the Executive Director of Houston-Galveston Area Council or
his designee, who shall reduce his decision to writing and provide notice thereof to the
Contractor. The decision of the Executive Director or his designee shall be final and
conclusive unless, within thirty (30) days from the date of receipt of such notice, the
Contractor requests a rehearing from the Executive Director of Houston-Galveston Area
Council. In connection with any rehearing under this Article, the Contractor shall be
afforded an opportunity to be heard and offer evidence in support of its position. The
decision of the Executive Director after any such rehearing shall be final and conclusive.
The Contractor may, if it elects to do so, appeal the final and conclusive decision of the
Executive Director to a court of competent jurisdiction. Pending final decision of a dispute
hereunder, the Contractor shall proceed diligently with the performance of the Master
Agreement and in accordance with H-GAC's final decision.
ARTICLE 49: CHOICE OF LAW: VENUE
This Master Agreement shall be governed by the laws of the State of Texas. Venue and
jurisdiction of any suit or cause of action arising under or in connection with the Master
Agreement shall lie exclusively in Harris County, Texas. Disputes between END USER and
Contractor are to be resolved in accordance with the law and venue rules of the state of
purchase. Contractor shall immediately notify Houston-Galveston Area Council of such
disputes.
ARTICLE 50: ORDER OF PRIORITY
In the case of any conflict between or within this Master Agreement, the following order of
priority shall be utilized: 1) General Provisions, 2) Special Provisions, 3) Scope of Work,
and 4) Other Attachments.
ARTICLE 51: WHOLE MASTER AGREEMENT
Please note, this is an H-GAC Master Agreement template and is used for all
products and services offered in H-GAC Cooperative Purchasing. Any redlines to
this Master Agreement may not be reviewed. If this Master Agreement has not
been signed by the Contractor within 30 calendar days, this Master Agreement
will be automatically voided. The Master General Provisions, Master Special Provisions,
and Attachments, as provided herein, constitute the complete Master Agreement between
the parties hereto, and supersede any and all oral and written Master Agreements between
the parties relating to matters herein. Except as otherwise provided herein, this Master
Agreement cannot be modified without written consent of the parties.
ARTICLE 52: UNIVERSAL IDENTIFIER AND SYSTEM FOR AWARD MANAGEMENT
(SAM)
Page 16 of 27
In accordance with 2 CFR Title 2, Subtitle A, Chapter I, Part 25 as it applies to a Federal
awarding agency's grants, cooperative agreements, loans, and other types of Federal
financial assistance as defined in 2 CFR 25.406. Contractor understands and as it relates to
2 CFR 25.205(a), a Federal awarding agency may not make a Federal award or financial
modification to an existing Federal award to an applicant or recipient until the entity has
complied with the requirements described in 2 CFR 25.200 to provide a valid unique entity
identifier and maintain an active SAM registration (www.SAM.gov) with current information
(other than any requirement that is not applicable because the entity is exempted under §
25.110). 2 CFR 25.200(b) requires that registration in the SAM prior to submitting an
application or plan; and maintain an active SAM registration with current information,
including information on a recipient's immediate and highest level owner and subsidiaries,
as well as on all predecessors that have been awarded a Federal contract or grant within
the last three years, if applicable, at all times during which it has an active Federal award
or an application or plan under consideration by a Federal awarding agency; and provide
its unique entity identifier in each application or plan it submits to the Federal awarding
agency. To remain registered in the SAM database after the initial registration, the
applicant is required to review and update its information in the SAM database on an
annual basis from the date of initial registration or subsequent updates to ensure it is
current, accurate and complete. At the time a Federal awarding agency is ready to make a
Federal award, if the intended recipient has not complied with an applicable requirement to
provide a unique entity identifier or maintain an active SAM registration with current
information, the Federal awarding agency: (1) May determine that the applicant is not
qualified to receive a Federal award; and (2) May use that determination as a basis for
making a Federal award to another applicant.
ARTICLE 53: PROCUREMENT OF RECOVERED MATERIALS
In accordance with 2 CFR 200.323, the Houston-Galveston Area Council and the Contractor
or Subrecipient must comply with section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act. The requirements of Section
6002 include: (1) procuring only items designated in guidelines of the Environmental
Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of
recovered materials practicable, consistent with maintaining a satisfactory level of
competition, where the purchase price of the item exceeds $10,000 or the value of the
quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid
waste management services in a manner that maximizes energy and resource recovery;
and (3) establishing an affirmative procurement program for procurement of recovered
materials identified in the EPA guidelines. Pursuant to the Federal Rule above, as required
by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)),
the Contractor or Subrecipient certifies that the percentage of recovered materials content
for EPA-designated items to be delivered or used in the performance of the Agreement will
be at least the amount required by the applicable contract specifications or other
contractual requirements.
Page 17 of 27
SIGNATURES:
Houston-Galveston Area Council and the Contractor have read, agreed, and executed the
whole Master Agreement as of the date first written above, as accepted by:
Bergkamp, Inc.
Signature
Name
Title
Date
Houston-Galveston Area Council
Signature
Name Chuck Wemple
Title Executive Director
Date
Jimmy Kendrick
Director of Sales
13-Oct-2025 05-Oct-2025
Page 18 of 27
MASTER SPECIAL PROVISIONS
Please note, this is an H-GAC Master Agreement template and is used for all
products and services offered in H-GAC Cooperative Purchasing. Any redlines to
this Master Agreement may not be reviewed. Incorporated by attachment, as part of
the whole Master Agreement, Houston-Galveston Area Council and the Contractor do,
hereby agree to the Master Special Provisions as follows:
ARTICLE 1: BIDS/PROPOSALS INCORPORATED
In addition to the whole Master Agreement, the following documents listed in order of priority
are incorporated into the Master Agreement by reference: Bid/Proposal Specifications and
Contractor’s Response to the Bid/Proposal.
ARTICLE 2: END USER MASTER AGREEMENTS (“EUA”)
Houston-Galveston Area Council acknowledges that the END USER, which is the HGACBuy
customer utilizing the contract (CUSTOMER and END USER may be used interchangeably) may
choose to enter into an End User Master Agreement (EUA) with the Contractor through this Master
Agreement. A CUSTOMER/END USER is a state agency, county, municipality, special district, or
other political subdivision of a state, or a qualifying non-profit corporation (providing one or more
governmental function or service that possess legal authority to enter into the Contract. The term
of the EUA may exceed the term of the current Houston-Galveston Area Council Master Agreement.
Houston-Galveston Area Council’s acknowledgement is not an endorsement or approval of the End
User Master Agreement’s terms and conditions. Contractor agrees not to offer, agree to or accept
from the CUSTOMER/END USER, any terms or conditions that conflict with those in Contractor’s
Master Agreement with Houston-Galveston Area Council. Contractor affirms that termination of its
Master Agreement with Houston-Galveston Area Council for any reason shall not result in the
termination of any underlying EUA, which shall in each instance, continue pursuant to the EUA’s
stated terms and duration. Pursuant to the terms of this Master Agreement, termination of this
Master Agreement will disallow the Contractor from entering into any new EUA with
CUSTOMER/END USER. Applicable Houston-Galveston Area Council order processing charges will be
due and payable to Houston-Galveston Area Council on any EUAs, surviving termination of this
Master Agreement between Houston-Galveston Area Council and Contractor.
ARTICLE 3: MOST FAVORED CUSTOMER CLAUSE
Contractor shall provide its most favorable pricing and terms to Houston-Galveston Area
Council, as follows. If at any time during this Master Agreement, Contractor develops a
regularly followed standard procedure of entering into Master Agreements with other
governmental customers within the State of Texas, and offers the same or substantially
the same products/services offered to Houston-Galveston Area Council on a basis that
provides prices, warranties, benefits, and or terms more favorable than those provided to
Houston-Galveston Area Council, Contractor shall notify Houston-Galveston Area Council
within ten (10) business days thereafter, and this Master Agreement shall be deemed to
be automatically retroactively amended, to the effective date of Contractor’s most
favorable past Master Agreement with another entity. Contractor shall provide the same
prices, warranties, benefits, or terms to Houston-Galveston Area Council and its
CUSTOMER/END USER as provided in its most favorable past Master Agreement. Houston-
Galveston Area Council shall have the right and option at any time to decline to accept
any such change, in which case the amendment shall be deemed null and void. If
Contractor claims that a more favorable price, warranty, benefit, or term that was
Page 19 of 27
charged or offered to another entity during the term of this Master Agreement, does not
constitute more favorable treatment, than Contractor shall, within ten (10) business days,
notify Houston-Galveston Area Council in writing, setting forth the detailed reasons
Contractor believes the aforesaid offer is not in fact most favored treatment. Houston-
Galveston Area Council, after due consideration of Contractor’s written explanation, may
decline to accept such explanation and thereupon this Master Agreement between
Houston-Galveston Area Council and Contractor shall be automatically amended, effective
retroactively, to the effective date of the most favored Master Agreement, to provide the
same prices, warranties, benefits, or terms to Houston-Galveston Area Council and the
CUSTOMER/END USER.
EXCEPTION: This clause shall not be applicable to prices and price adjustments offered
by a bidder, proposer, or contractor, which are not within bidder's/proposer’s control
[example; a manufacturer's bid concession], or to any prices offered to academic
institutions, or the Federal Government and its agencies.
ARTICLE 4: PARTY LIABILITY
Contractor’s total liability under this Master Agreement, whether for breach of contract,
warranty, negligence, strict liability, in tort or otherwise, is limited to the price of the
particular products/services sold hereunder. Contractor agrees either to refund the
purchase price or to repair or replace product(s) that are not as warranted. Contractor
accepts liability to repay, and shall repay upon demand to CUSTOMER/END USER, any
amounts determined by Houston-Galveston Area Council, its independent auditors, or any
state or federal agency, to have been paid in violation of the terms of this Master
Agreement.
ARTICLE 5: GOVERNING LAW & VENUE
Contractor and Houston-Galveston Area Council agree that Contractor will make every
reasonable effort to resolve disputes with the CUSTOMER/END USER in accord with the law
and venue rules of the state of purchase. Contractor shall immediately notify Houston-
Galveston Area Council of such disputes.
ARTICLE 6: SALES AND ORDER PROCESSING CHARGE
Contractor shall sell its products to CUSTOMER/END USER based on the pricing and terms
of this Master Agreement. Houston-Galveston Area Council will invoice Contractor for the
applicable order processing charge when Houston-Galveston Area Council receives
notification of a CUSTOMER/END USER order. Contractor shall remit to Houston-Galveston
Area Council the full amount of the applicable order processing charge, after delivery of
any product or service and subsequent CUSTOMER/END USER acceptance. Payment of the
Order Processing Charge shall be remitted from Contractor to Houston-Galveston Area
Council, within thirty (30) calendar days or ten (10) business days after receipt of a
CUSTOMER/END USER’s payment, whichever comes first, notwithstanding Contractor’s
receipt of invoice. For sales made by Contractor based on this Master Agreement,
including sales to entities without Interlocal Master Agreements, Contractor shall pay the
applicable order processing charges to Houston-Galveston Area Council. Further,
Contractor agrees to encourage entities who are not members of Houston-Galveston Area
Council’s Cooperative Purchasing Program to execute an Houston-Galveston Area Council
Interlocal Master Agreement. Houston-Galveston Area Council reserves the right to take
Page 20 of 27
appropriate actions including, but not limited to, Master Agreement termination if
Contractor fails to promptly remit the appropriate order processing charge to Houston-
Galveston Area Council. In no event shall Houston-Galveston Area Council have any
liability to Contractor for any goods or services a CUSTOMER/END USER procures from
Contractor. At all times, Contractor shall remain liable to pay to Houston-Galveston Area
Council any order processing charges on any portion of the Master Agreement actually
performed, and for which compensation was received by Contractor.
ARTICLE 7: LIQUIDATED DAMAGES
Contractor and Houston-Galveston Area Council agree that Contractor shall cooperate with
the CUSTOMER/END USER at the time a CUSTOMER/END USER purchase order is placed, to
determine terms for any liquidated damages.
ARTICLE 8: INSURANCE
Unless otherwise stipulated in Section B of the Bid/Proposal Specifications, Contractor must have
the following insurance and coverage minimums:
a. General liability insurance with a Single Occurrence limit of at least
$1,000,000.00, and a General Aggregate limit of at least two times the Single
Occurrence limit.
b. Product liability insurance with a Single Occurrence limit of at least
$1,000,000.00, and a General Aggregate limit of at least two times the Single
Occurrence limit for all Products except Automotive Fire Apparatus. For
Automotive Fire Apparatus, see Section B of the Bid/Proposal Specifications.
c. Property Damage or Destruction insurance is required for coverage of End
User owned equipment while in Contractor's possession, custody, or control.
The minimum Single Occurrence limit is $500,000.00 and the General
Aggregate limit must be at least two times the Single Occurrence limit. This
insurance may be carried in several ways, e.g. under an Inland Marine policy,
as art of Automobile coverage, or under a Garage Keepers policy. In any
event, this coverage must be specifically and clearly listed on insurance
certificate(s) submitted to Houston-Galveston Area Council.
d. Insurance coverage shall be in effect for the length of any contract made
pursuant to the Bid/Proposal, and for any extensions thereof, plus the number
of days/months required to deliver any outstanding order after the close of
the contract period.
e. Original Insurance Certificates must be furnished to Houston-Galveston Area
Council on request, showing Contractor as the insured and showing coverage
and limits for the insurances listed above.
f. If any Product(s) or Service(s) will be provided by parties other than
Contractor, all such parties are required to carry the minimum insurance
coverages specified herein, and if requested by Houston-Galveston Area
Council, a separate insurance certificate must be submitted for each such
party.
Page 21 of 27
g. Houston-Galveston Area Council reserves the right to contact insurance
underwriters to confirm policy and certificate issuance and document
accuracy.
ARTICLE 9: PERFORMANCE AND PAYMENT BONDS FOR INDIVIDUAL ORDERS
Houston-Galveston Area Council’s contractual requirements DO NOT include a
Performance & Payment Bond (PPB); therefore, Contractor shall offer pricing that reflects
this cost savings. Contractor shall remain prepared to offer a PPB to cover any order if so
requested by the CUSTOMER/END USER. Contractor shall quote a price to
CUSTOMER/END USER for provision of any requested PPB, and agrees to furnish the
PPB within ten business (10) days of receipt of CUSTOMER/END USER's purchase order.
ARTICLE 10: ORDER PROCESSING CHARGE
H-GAC will apply an Order Processing Charge for each sale done through the H-
GAC contract, with the exception of orders for motor vehicles. Any pricing
submitted must include this charge amount per the most current H-GAC schedule.
For motor vehicle orders, the Processing Charge is paid by the CUSTOMER/END
USER. Contractor will need to refer to the solicitation for the Order Processing
Charge.
ARTICLE 11: CHANGE OF STATUS
Contractor shall immediately notify Houston-Galveston Area Council, in writing, of ANY
change in ownership, control, dealership/franchisee status, Motor Vehicle license status,
or name. Contractor shall offer written guidance to advise Houston-Galveston Area Council
if this Master Agreement shall be affected in any way by such change. Houston-Galveston
Area Council shall have the right to determine whether or not such change is acceptable,
and to determine what action shall be warranted, up to and including cancellation of
Master Agreement.
ARTICLE 12: REQUIREMENTS TO APPLICABLE PHYSICAL GOODS
In the case of physical goods (e.g. equipment, material, supplies, as opposed to
services), all Products offered must comply with any applicable provisions of the
Texas Business and Commerce Code, Title 1, Chapter 2 and with at least the
following:
a. Be new, unused, and not refurbished.
b. Not be a prototype as the general design, operation, and performance. This
requirement is NOT meant to preclude the Contractor from offering new
models or configurations which incorporate improvements in a current
design or add functionality, but in which new model or configuration may be
new to the marketplace.
c. Include all accessories which may or may not be specifically mentioned in
the Master Agreement, but which are normally furnished or necessary to
make the Product ready for its intended use upon delivery. Such accessories
Page 22 of 27
shall be assembled, installed, and adjusted to allow continuous operation of
Product at time of delivery.
d. Have assemblies, sub-assemblies and component parts that are standard
and interchangeable throughout the entire quantity of a Product as may be
purchased simultaneously by any END USER/CUSTOMER.
e. Be designed and constructed using current industry accepted engineering
and safety practices, and materials.
f. Be available for inspection at any time prior to or after procurement.
ARTICLE 13: TEXAS MOTOR VEHICLE BOARD LICENSING
All Contractors that deal in motor vehicles shall maintain current licenses that are required
by the Texas Motor Vehicle Commission Code. If at any time during this Master
Agreement term, any required Contractor license is denied, revoked, or not renewed,
Contractor shall be in default of this Master Agreement, unless the Texas Motor Vehicle
Board issues a stay or waiver. Contractor shall promptly provide copies of all current
applicable Texas Motor Vehicle Board documentation to Houston-Galveston Area Council
upon request.
ARTICLE 14: INSPECTION/TESTING
All Products sold pursuant to this Master Agreement will be subject to inspection/testing by or at
the direction of H-GAC and/or the ordering CUSTOMER/END USER, either at the delivery
destination or the place of manufacture. In the event a Product fails to meet or exceed all
requirements of this Master Agreement, and unless otherwise agreed in advance, the cost of any
inspection and/or testing, will be the responsibility of the Contractor.
ARTICLE 15: ADDITIONAL REPORTING REQUIREMENTS
Contractor agrees to submit written quarterly reports to H-GAC detailing all transactions during the
previous three (3) month period. Reports must include, but are not limited, to the following
information:
a. CUSTOMER/END USER Name
b. Product/Service purchased, including Product Code if applicable
c. Customer Purchase Order Number
d. Purchase Order Date
e. Product/Service dollar amount
f. HGACBuy Order Processing Charge amount
ARTICLE 16: BACKGROUND CHECKS
Cooperative customers may request background checks on any awarded
contractor’s employees who will have direct contact with students, or for any other
reason they so choose, any may require contractor to pay the cost of obtaining
any background information requested by the CUSTOMER/END USER.
ARTICLE 17: PROHIBITION ON CONTRACTS WITH COMPANIES
BOYCOTTING ISRAEL CERTIFICATION
Page 23 of 27
As required by Chapter 2271 of the Texas Local Government Code the Contractor
must verify that it 1) does not boycott Israel; and 2) will not boycott Israel during
the term of the Contract. Pursuant to Section 2271.001, Texas Government Code:
1. “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; and
2. “Company” means a for-profit sole proprietorship, organization, association,
corporation, partnership, joint venture, limited partnership, limited liability
partnership, or any limited liability company, including a wholly owned subsidiary,
majority-owned subsidiary, parent company or affiliate of those entities or
business associations that exist to make a profit.
ARTICLE 18: NO EXCLUDED NATION OR TERRORIST ORGANIZATION CERTIFICATION
As required by Chapter 2252 of the Texas Government Code the Contractor must certify that it is
not 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.)
ARTICLE 19: PROHIBITION ON CONTRACTING WITH ENTITIES USING CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT (Effective Aug. 13, 2020
and as amended October 26, 2020)
Pursuant to 2 CFR 200.216, Contractor shall not offer equipment, services, or system that
use covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system. ‘‘Covered
telecommunications equipment or services means 1) telecommunications equipment
produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or
affiliate of such entities); 2) for the purpose of public safety, security of government
facilities, physical security surveillance of critical infrastructure, and other national
security purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or
Dahua Technology Company (or any subsidiary or affiliate of such entities); 3)
telecommunications or video surveillance services provided by such entities or using such
equipment; or 4) telecommunications or video surveillance equipment or services
produced or provided by an entity that the Secretary of Defense, in consultation with the
Director of National Intelligence or the Director of the Federal Bureau of Investigation,
reasonably believes to be an entity owned or controlled by, or otherwise connected to, the
government of a covered foreign country.
Contractor must comply with requirements for certifications. The provision at 48 C.F.R
Section 52.204-26 requires that Contractors review SAM prior to completing their required
representations. This rule applies to all acquisitions, including acquisitions at or below the
Page 24 of 27
simplified acquisition threshold and to acquisitions of commercial items, including
commercially available off the-shelf items.
ARTICLE 20: BUY AMERICA ACT (National School Lunch Program and
Breakfast Program)
With respect to products purchased by CUSTOMER/END USER for use in the National School Lunch
Program and/or National School Breakfast Program, Contractor shall comply with all federal
procurement laws and regulations with respect to such programs, including the Buy American
provisions set forth in 7 C.F.R. Part 210.21(d), to the extent applicable. Contractor agrees to
provide all certifications required by CUSTOMER/END USER regarding such programs.
In the event Contractor or Contractor’s supplier(s) are unable or unwilling to certify compliance
with the Buy American Provision, or the applicability of an exception to the Buy American provision,
H-GAC CUSTOMER/END USER may decide not to purchase from Contractor. Additionally, H-GAC
CUSTOMER/END USER may require country of origin on all products and invoices submitted for
payment by Contractor, and Contractor agrees to comply with any such requirement.
ARTICLE 21: BUY AMERICA REQUIREMENT (Applies only to Federally Funded Highway and
Transit Projects)
With respect to products purchased by CUSTOMER/END USER for use in federally funded highway
projects, Contractor shall comply with all federal procurement laws and regulations with respect to
such projects, including the Buy American provisions set forth in 23 U.S.C. Section 313, 23 C.F.R.
Section 635.410, as amended, and the Steel and Iron Preference provisions of Texas
Transportation Code Section 223.045, to the extent applicable. Contractor agrees to provide all
certifications required by CUSTOMER/END USER regarding such programs. With respect to products
purchased by CUSTOMER/END USER for use in federally funded transit projects, Contractor shall
comply with all federal procurement laws and regulations with respect to such projects, including
the Buy American provisions set forth in 49 U.S.C. Section 5323(j)(1), 49 C.F.R. Sections 661.6 or
661.12, to the extent applicable. Contractor agrees to provide all certifications required by
CUSTOMER/END USER regarding such programs.
ARTICLE 22: DOMESTIC PREFERENCE
In accordance with 2 CFR 200.322, as appropriate and to the extent consistent with law, a
CUSTOMER/END USER using federal grant award funds should, to the greatest extent practicable,
provide a preference for the purchase, acquisition, or use of goods, products, or materials
produced in the United States (including but not limited to iron, aluminum, steel, cement, and
other manufactured products). The CUSTOMER/END USER must include this requirement in all
subawards including all contracts and purchase orders for work or products under the federal grant
award. If Contractor intends to qualify for Purchase Orders using federal grant money, they shall
work with the CUSTOMER/END USER to provide all required certifications and other documentation
needed to show compliance.
ARTICLE 23: TITLE VI REQUIREMENTS
H-GAC in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78
Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all
bidders that it will affirmatively ensure that any disadvantaged business enterprises will
be afforded full and fair opportunity to submit in response to this Master Agreement and
will not be discriminated against on the grounds of race, color, or national origin in
consideration for an award.
Page 25 of 27
ARTICLE 24: EQUAL EMPLOYMENT OPPORTUNITY
Except as otherwise provided under 41 CFR Part 60, all Contracts and
CUSTOMER/END USER Purchase Orders 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., pg.339), as amended by
Executive Order 11375, “Amending Executive Order 11246 Relating to Equal
Employment Opportunity,” and implementing regulations at 41CFR 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. Contractor agrees that such provision applies to any
contract that meets the definition of “federally assisted construction contract” in
41 CFR Part 60-1.3 and agrees that it will comply with such provision.
ARTICLE 25: CLEAN AIR AND WATER POLLUTION CONTROL ACT
CUSTOMER/END USER Purchase Orders using federal funds must contain a provision that
requires the Contractor to agree to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be
reported to the Federal awarding agency and the Regional Office of the Environmental
Protection Agency (EPA).
Pursuant to the Federal Rule above, Contractor certifies that it is in compliance with all
applicable provisions of the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water
Pollution Control Act as amended (33 U.S.C. 1251-1387) and will remain in compliance
during the term of the Contract.
ARTICLE 26: PREVAILING WAGE
Contractor and any potential subcontractors have a duty to and shall pay the prevailing
wage rate under the Davis-Bacon Act, 40 U.S.C. 276a – 276a-5, as amended, and the
regulations adopted thereunder contained in 29 C.F.R. pt. 1 and 5.
ARTICLE 27: CONTRACT WORK HOURS AND SAFETY STANDARDS
As per the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708), where
applicable, all CUSTOMER/END USER Purchase Orders in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part
5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the
wages of every mechanic and laborer, on the basis of a standard work week of 40 hours.
Work in excess of the standard work week is permissible provided that the worker is
compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C.
Page 26 of 27
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.
ARTICLE 28: PROFIT AS A SEPARATE ELEMENT OF PRICE
For purchases using federal funds more than the current Simplified Acquisition Threshold
of $250,000, requires negotiation of profit as a separate element of the price. See, 2 CFR
200.324(b). Contractor agrees to provide information and negotiate regarding profit as a
separate element of the price for the purchase. Contractor also agrees that the total price,
including profit, charged by Contractor will not exceed the awarded pricing, including any
applicable discount, under any awarded contract.
ARTICLE 29: BYRD ANTI-LOBBYING AMENDMENT
Byrd Anti-Lobbying Amendment (31U.S.C. 1352) – Contractors that apply or bid for an
award exceeding $100,000 must file the required anti-lobbying certification. Each tier
must certify to the tier above that it will not and has not used Federal appropriated funds
to pay any person or organization for influencing or attempting to influence an officer or
employee of any agency, a member of Congress, officer or employee of Congress, or an
employee of a member of Congress in connection with obtaining any Federal contract,
grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any
lobbying with non-Federal funds that takes place in connection with obtaining any Federal
award. Such disclosures are forwarded from tier to tier, up to the CUSTOMER/END USER.
As applicable, Contractor agrees to file all certifications and disclosures required by, and
otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). Contractor
certifies that it is currently in compliance with all applicable provisions of the Byrd Anti-
Lobbying Amendment (31 U.S.C. 1352) and will continue to be in compliance throughout
the term of the Contract and further certifies that:
1. No Federal appropriated funds have been paid or will be paid by or on behalf
of the Contractor, to any person for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with the awarding of a Federal contract, the making of a Federal
Grant, the making of a Federal Loan, the entering into a cooperative Master
Agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative Master
Agreement.
2. If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing, or attempting to influence, an officer or
employee of a Member of Congress in connection with a Federal contract,
grant, loan, or cooperative Master Agreement, Contractor shall complete and
submit Standard Form – LLL, “Disclosure Form to Report Lobbying”, in
accordance with its instructions.
Page 27 of 27
3. Contractor shall require that the language of this certification be included in
the award documents for all subawards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative Master
Agreements) and that all subcontractors shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certificate is a prerequisite for making or entering into this transaction imposed by
Section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
ARTICLE 30: COMPLIANCE WITH EPA REGULATIONS APPLICABLE TO GRANTS,
SUBGRANTS, COOPERATIVE MASTER AGREEMENTS, AND CONTRACTS
Contractor certifies compliance with all applicable standards, orders, regulations, and/or
requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C.
1857(h)), Section 508 of the Clean Water Act, as amended (13 U.S.C. 1368), Executive
Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15.
ARTICLE 31: COMPLIANCE WITH ENERGY POLICY AND CONSERVATION ACT
Contractor certifies that Contractor will be in compliance with mandatory standards and
policies relating to energy efficiency which are contained in the state energy conservation
plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89
Stat. 871).
Attachment A
Bergkamp Incorporated
Public Works Equipment
Contract No.: PW10-25
Manufacturer Item Description HGACBuy
Discount Off List
Bergkamp Inc.Bergkamp base models equipment 2025 as listed on Bergkamp's
PW10-25 Response Aug 2025 10%
Bergkamp Inc.Bergkamp options equipment 2025 as listed on Bergkamp's PW10-25
Response Aug 2025 List
5. Equipment Categories
This is a new solicitation that includes equipment previously included on the following
HGACBuy contracts: SM10-20 Street Maintenance Equipment and EM06-19 Earth Moving
Equipment. SM10-20 and EM06-19 will expire on September 30, 2025, and will no longer be
solicited. The resulting contract from this solicitation, PW10-25, will replace those expiring
contracts and will be a four-year contract beginning on or around October 1, 2025.
This is an indefinite quantity/indefinite delivery offerings contract – The HGACBuy Customer is
responsible to ensure adequate competition is performed between the various contractors or
contractors outside of HGACBuy to determine price reasonableness that might be required per
any funding agency. Customer will need to ensure compliance with any funding agency
requirements before proceeding with a purchase order under this contract. Please consult legal
counsel regarding questions concerning compliance as a contractor under this solicitation.
5.1. Categories of Equipment
This Solicitation is divided into separate but related Categories, for ease of evaluation and
proposal responses. Respondents are advised to offer a wide array, or offerings of
products/services for the equipment category proposal. When submitting a response, Respondent
may choose to give a response on any of the categories or all. No additional weighted value will
be given to a respondent who responds to more than one or all categories listed.
A. Earth Moving and Excavation Equipment
Articulated Dumps
Backhoes
Bulldozers
Excavators
Motor Graders
Scrapers
Trenchers
Wheel Loaders
Skid Steer Loaders
Multi-task tractors
B. Roadway and Street Construction/Maintenance Equipment
Compactors
Concrete Mixers & Pumps
Material Handlers
Road and Paving Equipment
Rollers
Bridge Repair Equipment
Brushes/Brooms
Chip Spreaders
Asphalt Distributors & Patchers
Road Profilers & Milling Machines
Paint and Marking Equipment
Portable Roadway Signage and Message Boards
C. Roadway and Street Snow and Ice Removal Equipment
Snow Plows (self-propelled and mountable blades and wings)
Snow Blowers (self-propelled and mountable)
Snow Brushes (towable and mountable)
Snow Melters
Spreaders and Sprayers (de-icing and anti-icing)
D. Maintenance and Service Plans
E. Parts
This description of equipment is not meant to be limiting. Rather, we are interested in securing
Suppliers that can provide a broad range of equipment related to these categories of equipment.
This solicitation does not include equipment currently available on HGACBuy contracts AR03-
25 Airport Runway Snow Removal Equipment and Related Services, GR01-20 Grounds & Turf
Equipment, CM02-21 Portable Construction and Maintenance Equipment, RH04-25 Refuse
Handling Equipment, SW04-20 Sweeping Equipment, and SC06-24, and SC06-24A
Sewer/Storm Water, Hydro-Excavating Equipment and Related Services.
5.2. Manuals and Equipment Specifications
Respondent must supply at the time of delivery, at least one complete owner's manual (the price
of which shall be included in Respondent’s pricing) and any applicable operations and service
documentation covering the completed products as delivered and accepted. Respondent must
supply the following information with their response: Technical Specifications which clearly
show all the standard features and capabilities of the equipment in the response listing.
5.3. General Requirements
Safety decals must be affixed at operator stations and hazardous areas.
All equipment must include the manufacturer’s standard warranty (minimum one year/1000
hours).
Compliance with Federal and Texas state safety, health, and noise regulations is mandatory.
All necessary components must be included to ensure fully operational equipment.
Units must be assembled, adjusted, and ready for operation upon delivery.
5.4. Final Contract Deliverables
Contractor agrees to submit written quarterly reports to H-GAC detailing all transactions during
the previous three (3) month period. Reports must include, but are not limited, to the following
information:
Customer Name and address
HGACBuy confirmation number
Product/Service purchased
Customer Purchase Order Number
Purchase Order Date
Product/Service dollar amount
HGACBuy Order Processing Charge amount
Reports must be provided to H-GAC in Excel or other acceptable electronic format by the 30th
day of the month following the quarter being reported. If Contractor defaults in providing
Products or Services reporting as required by the contract, recourse may be exercised through
cancellation of the contract and other legal remedies as appropriate.
5.5. Pricing and Freight
Please reference Section 10.1.4 for required format and description of acceptable pricing and
freight.
Signatures
Job Title: Executive Director
Company: Houston-Galveston Area Council
Job Title: Director of Sales
Company: Bergkamp, Inc.
eSign Audit Trail
File name: Bergkamp__Inc._Cooperative_Purchasing_Agreement.pdf
Document ID: 47711aa6-3411-4dd7-beb8-9bb4aa1bcf39
Status: Completed
Document History
Signed by
Jimmy Kendrick
13-Oct-2025
13:08.21 UTC
Location: Hattiesburg, MS 39402, United States
104.177.128.92
Viewed by
Jimmy Kendrick
13-Oct-2025
13:06.26 UTC
Location: Hattiesburg, MS 39402, United States
104.177.128.92
Viewed by
Jimmy Kendrick
13-Oct-2025
13:06.25 UTC
Location: WA , United States
104.47.73.254
Viewed by
Jimmy Kendrick
07-Oct-2025
16:43.48 UTC
Location: Wichita, KS 67226, United States
70.167.61.190
Viewed by
Jimmy Kendrick
07-Oct-2025
16:43.47 UTC
Location: Boydton, VA 23917, United States
104.47.74.126
Signed by
Charles Wemple
05-Oct-2025
10:29.51 UTC
Location: Houston, TX 77080, United States
174.203.1.252
Viewed by
Charles Wemple
05-Oct-2025
10:29.29 UTC
Location: Houston, TX 77080, United States
174.203.1.252
Started by
Barbara Jones (barbara.jones@h-gac.com)
01-Oct-2025
18:40.52 UTC
Location: Richmond, TX 77469, United States
108.80.101.18
Signed by Charles Wemple on 05-Oct-2025 Signed by Jimmy Kendrick on 13-Oct-2025
HGACBuy Solicitation: PW10-25
Response Price List
Respondent:
PW10-25 Bergkamp Inc.Description
Discount
shown on
separate price
list for HGAC
end users
Bergkamp List Price
before 10% discount
to HGAC Customers
Please see separate
list for customer
pricing
This completed form must be submitted in its original Excel format (no PDF)
All price lists referenced on this form must be included separately, in their entirety, with Respodent's uploaded offer
PW10-25 Bergkamp Inc.Bergkamp FP5 Flameless Patcher 10%$125,925
Options for the Bergkamp FP5 Flameless Patcher
Factory Mounting $9,200
Handling Fee when Bergkamp purchases truck for Customer $4,600
Pressurized Tack Tank -80 Gallons $13,023
Pressurized Tack Tank 120 Gallons $15,151
Add for Abrasion Resistant coating Auger/Agitator $2,438
Swing Auger Attachment $17,940
Add for Abrasion Resistant coatings on Swing Auger $920
Wacker Packer Model WP1550 A (W) mounted on hydraulic lift platform $8,280
Bomag Model 55WE Roller mounted on reinforced hydraulic lift platorm $14,605
Stanley Pavement Breakers BR 45, 67& 89 lines on retractable reel under fender $10,120
Air Tack Lines on Retractable Hose Reel $2,070
Pivot Tack Arm $5,635
Add for stainless water tank upgrade $1,064
Add for stainless cleaning fluid tank upgrade $1,419
Cleaning Fluid Line on retractable reel $1,823
Propane Torch $1,265
Propane Torch with line on reel $2,357
In Pave Telematics $12,765
Flush mounted LED Lighting $2,313
Able 2 10 Light Arrowboard $2,300
30 x 60 15 LED Light Arrowbaord $4,715
2 Line Message Board $14,835
42 inch LED Arrow Stick $1,610
LED Warning Light Kit $2,760
Single Front Pedestal Mounted Strobe $1,265
Dual Front Mounted Strobes $2,415
Dual Rear Mounted Strobes $1,380
Side LED Flashers $793
Dual Rear LED Flashers $949
Dual Rear LED Work Lights $1,610
Single Cone Holder $368
Dual Cone Holders $730
Single Mounted Bumper Cone holeder $368
Dual Mounted Bumper Cone Holders $730
360 Degree Camera System $12,937
Back Up Camera $3,082
Intercom System Add on for Back up camera $776
Rear Tool Holder $345
30 Gallon Water Tank $1,639
30 Gallon Cleaning Fluid Tank $1,639
Grill Lights (flashers)$2,972
Driver's side tool box $3,777
Service Platform Extension $5,270
Tool Corral $4,166
Wheel Chocks $833
Drip Pan $750
InCab Hopper Door Control $3,527
Asphalt Lute Holder $356
Standard 12 month warranty plus 12 moths $5,980
Standard 12 month warranty plus 24 months $8,067
Standard 12 month warranty plus 36 months $13,616
Standard 12 month warranty plus 48 months $19,699
B Fit Visit $4,094
Bfit Air Fare $778
PW10-25 Bergkamp Inc Bergkamp SP5E Spray Patcher $250,309
Options for the Bergkamp SP5E Spray Patcher
In Pave Telematics Included in base price
Tarp with InCab controls Included in base price
Mounting $9,200
Handling Fee when Bergkamp provides truck $4,600
Offset if single auger is requested in lieu of standard duble augers ($8,366)(
15 Light LED Arrow Board $5,865
Dual Front Strobes $2,300
Single Front LED Strobe $2,300
Dual Rear LED Strobes $1,437
Side LED Flashers $2,127
Boom LED Work Lights $977
Boom Flashers $2,185
Compartment & Platform LED Work Lights $2,530
Rear LED Work Lights $742
Cone Holder $374
360 degree Camera System $14,835
Back Up Camera $3,191
Back up Alarm $1,419
Spare Parts Kit $1,419
standard 12 month warranty plus 12 months $5,980
Standard 12 moth warranty plus 24 moanths $8,067
Standard 12 month warranty plus 36 months $13,616
Standard 12 month warranty plus 48 moths $19,699
B Fit Visit $4,094
B Fit Air Fare $778
BERGKAMP SLURRY EQUIPMENT & SPREADER BOXES Bergkamp Inc.
PW10-25
Bergkamp Inc M310 Slurry Paver 10%$385,000
Options for the Bergkamp M310 Slurry Paver
Mounting $8,452
Stainless Steel Emulsion Tank $12,650
Stainless Water Tank $12,650
Carbide Pugmil Paddle Tips $5,692
Steel Gate $8,510
Arm Tarp $7,509
Front Water Load System $9,530
25,000 LB Pintle Hitch $7,015
Box Width Sensor Kit $1,322
Calibration Kit $7,475
M1E4 Continuous Paver 10%$1,097,100
Options for the Bergkamp M1E4
Stainless Steel Emulsion Tank $11,960
Stainless Steel Water Tank $11,960
Lime Mineral Filler Included in base price
Peristaltic Additive System Included in base price
Dual Additive System Included in base price
Carbide Pugmil Paddle Tips $5,692
Back Up Camera $719
Generator and Work Lights Package $10,465
Box Wdth Sensor Kit $3,594
Calibration Kit $7,475
Bergkamp Spreader Boxes compatible with Slurry Pavers 10%
Rutfilling Box RB5 $26,795
Rutfilling Box RB6 $26,795
Variable Width Spreader Boxes
VSB 813 $65,550
Box Width Sensor $3,234
Box width Sensor Paver Retrofit $1,190
VSB914 $66,240
Box Width Sensor $3,594
Box width Sensor Paver Retrofit $1,322
VSB1015 $79,350
Box Width Sensor $3,594
Box width Sensor Paver Retrofit $1,322
VSB 1115 $95,450
Box width Sensor $3,234
Box width sensor paver Retrofit $1,190
Slurry Seal Spreader Boxes compatible with Pavers and Mastic Applicators
SLB14 $20,240
Single Auger Kit $4,083
Dual Auger Kit $8,165
High Wear Skids $1,419
SLB16 $18,768
Single Auger Kit $4,083
Dual Auger Kit $8,165
High Wear Skids $1,419
MAXX G 2000 gallon $226,740
MAXXG 3000 gallon $234,600
Back Up Camera for both Models $1,782
PW10-25 Bergkamp Inc
LB12 Live Bottom Bodies - Flowboy $102,545
Mounting Included
Tarp for LB12 Included
PTO/Wet Kit $10,477
LB15 Live Bottom Bodies - Flowboy $107,962
Mounting Included
Tarp for LB15 Included
PTO/Wet Kit $10,477
LB19 Live Bottom Bodies - Flowboy $119,916
Mounting Included
Tarp for LB19 Included
PTO/Wet Kit $10,477
NJ DEPT TREASURY INTERNAL USE ONLY
Bergkamp Price List
Bergkamp Price List FP5 Flameless All In One Patcher Body Only
HGAC Contract PW10-25 Effective 10/1/25 to 9/30/26
Program Pricing in US Dollars
Bergkamp List Price
HGAC Price-10%
off list
Base Patcher Body Price >>
Mounting Charge Is Included <<$128,266 $115,440
Standard Equipment
X 2nd Auger Motor for Higher Torque Standard Standard
Variable Flow, pressure compensating hydraulic pump with hydraulic driven generator Standard Standard
Six Full Length heating elements in two assemblies
C Asphalt Chute Standard Standard
X Dual Wand Cleaning Fluid System Standard Standard
X Cleaning Fluid Tank - 15 Gallon Standard Standard
X LED Lighting on Machine Standard Standard
Overnight Power Standard Standard
X Standard Colors: Charcoal Gray; Bergkamp Orange; Yellow mp Orange Standard Standard
Equipment Start Up Training Conducted At Agency's Location Standard Standard
X Large front work platform, right side and rear spoils bins, insulated steel bi fold hopper doors Standard Standard
X Published and Unpublished options - HGAC Contract SM10-20
O Unpublished - Bomag Roller Model 55WE mounted onto a reinforced hydraulic lift platform $14,111 $12,700
C Pavement Breaker on a Hose Reel (Either 67# or 45#)$10,261 $9,235
80 Gallon Cylindrical Heated (Pressurized Tack Tank with wand)d Tank with wand $13,250 $11,926
C Propane Torch - 200K BTU; 20# Cylinder; 31' hose $1,251 $1,126
Arrow Board - Able 2, 10 Light, Incandescent $2,361 $2,125
Strobe Light - Single Front; LED $1,294 $1,165
Unpublished Night Work Lights $1,555 $1,400
Swing Auger Attachment $18,191 $16,372
Cone Holder $355 $320
Factory mounting of unit at Bergkamp Factory $9,317 $8,386
O Unpublished - Night Work Lights $3,133 $2,820
Delivery
Delivery -Mileage rate $4.44
~Price of Chassis is NOT included in above pricing for the FP5 Pothole Patcher.
Chassis is selected by the buyer in accordance with Bergkamp required specs to accommodate the patcher body.
Bergkamp Price List
Spray Injection Patcher SP Series Body Only
HGAC Amended Pricing Contract SM10-20 Street Maintenance Equipment Pricing to take effect 10/1/2022
Program Pricing in US Dollars Bergkamp List Price HGAC 10% off
list
Base Patcher Body Pricing >> Mounting Charge Included >>$245,200 $220,670
Standard Equipment
X SP5E Dual Hopper Dual Auger Standard Standard
C Front Mounted In Cab Controls Standard Standard
X Variable Air System Standard Standard
X 3-Way Emulsion Pump Standard Standard
10 Light LED Arrowboard Standard Standard
X LED Lighting on Machine 6 Standard Standard
Overnight/Non-Working Hours Emulsion Heater Standard Standard
Standard Color: Bergkamp Orange Standard Standard
Mounting on Customer's Truck Standard Standard
Strobe Light - Single Front; LED Standard Standard
Equipment Start Up Training Conducted At Agency's Location Standard Standard
InPave™- New installation InPave with one year cellular service (Available in US only)Standard Standard
BFIT - One Visit Included Standard Standard
X Options- SP5 Spray Patcher
Manual retractable hopper tarp $4,748 $4,273
360 degree camera system $15,077 $13,570
Back up Camera w/ Night Vision & Sound $3,237 $2,913
Delivery
X Delivery Mileage Rate $4.44
~Price of Chassis is NOT included in above pricing for the SP Series Pothole Patcher
Chassis is selected by the buyer in accordance with Bergkamp required specs to accommodate the patcher body.
Additional Information Received
Date Received:
MM/DD/YYYY
Time:
00:00 (AM/PM)
From:
Name & Title
To:
Name & Title
Agenda Meeting Date:
MM/DD/YYYY
Civic Clerk Number:
Ex. 2025-994
Forwarded to City
Attorney’s Office and
Department Head
10/27/2025
3:52 PM
Blake Pennington, Senior Assistant City
Attorney
City Council
10/28/2025
2025-2142
Received from City Attorney's Office with
Dept. Head included.
RESOLUTION NO. ______
A RESOLUTION TO APPROVE THE PURCHASE OF AN FP5 ASPHALT POTHOLE
PATCH TRUCK FROM HOUSTON FREIGHTLINER, INC., PURSUANT TO AN HGAC
COOPERATIVE PURCHASING CONTRACT, IN THE AMOUNT OF $276,449.00, PLUS
ANY APPLICABLE SURCHARGES, FREIGHT OR DELIVERY FEES UP TO 10% OF THE
ORIGINAL PURCHASE PRICE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the
purchase of an FP5 Asphalt Pothole Patch truck from Houston Freightliner, Inc., pursuant to an
HGAC Cooperative purchasing contract, in the amount of $276,449.00, plus any applicable
surcharges, freight or delivery fees up to 10% of the original purchase price.
Additional Information Received
Date Received:
MM/DD/YYYY
Time:
00:00 (AM/PM)
From:
Name & Title
To:
Name & Title
Agenda Meeting Date:
MM/DD/YYYY
Civic Clerk Number:
Ex. 2025-994
Forwarded to City
Attorney’s Office and
Department Head
10/28/2025
4:09 PM
Blake Pennington, Senior Assistant City
Attorney
City Clerk's Office
11/04/2025
2025-2142
Received from City Attorney's Office with
Dept. Head included in email.
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Houston Freightliner, Sterling and Western Star
Adam Neuse
Freightliner M2 106 Plus
A proposal for
Prepared by
October 16, 2025
Components shown may not reflect all spec'd options and are not to scale
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 1 of 1
11:37 AM
City of Fayetteville
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
S P E C I F I C A T I O N P R O P O S A L
Data Code Weight Front Weight RearDescription
Price Level
PRL-30M M2 PRL-30M (EFF:MY27 ORDERS)
Data Version
DRL-009 SPECPRO21 DATA RELEASE VER 009
Vehicle Configuration
001-172 5,709 3,450M2 106 PLUS CONVENTIONAL CHASSIS
004-227 2027 MODEL YEAR SPECIFIED
002-004 SET BACK AXLE - TRUCK
019-004 STRAIGHT TRUCK PROVISION, NON-TOWING
003-001 LH PRIMARY STEERING LOCATION
General Service
AA1-002 TRUCK CONFIGURATION
AA6-002 DOMICILED, USA 50 STATES (EPA CLEAN IDLE LABEL
OR NO CLEAN IDLE REQUIRED)
99D-027 EPA CLEAN IDLE LABEL - (INCLUDES 6X4 INCH LABEL
ON LOWER FORWARD OF DRIVER DOOR)
A85-010 UTILITY/REPAIR/MAINTENANCE SERVICE
A84-1GM GOVERNMENT BUSINESS SEGMENT
AA4-002 LIQUID BULK COMMODITY
AA5-002 TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS
SPENT ON PAVED ROADS
AB1-008 MAXIMUM 8% EXPECTED GRADE
AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST
SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE
995-091 MEDIUM TRUCK WARRANTY
A66-99D EXPECTED FRONT AXLE(S) LOAD 12000.0 lbs
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 1 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
A68-99D EXPECTED REAR DRIVE AXLE(S) LOAD 23000.0 lbs
A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY 35000.0
lbs
Truck Service
AA3-003 TANK BODY
AF3-1J8 BERGKAMP INC.
AF7-99D EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME
"XX" INCHES 32.0 in
Engine
101-21V CUM B6.7 260 HP @ 2400 RPM, 2600 GOV, 660 LB-FT @
1600 RPM
Electronic Parameters
79A-075 75 MPH ROAD SPEED LIMIT
79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED
LIMIT
79P-007 PTO RPM WITH CRUISE SET SWITCH - 1100 RPM
79Q-007 PTO RPM WITH CRUISE RESUME SWITCH - 1100 RPM
79U-007 PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND
79V-001 FUEL DOSING OF AFTERTREATMENT ENABLED IN PTO
MODE-CLEANS HYDROCARBONS AT HIGH
TEMPERATURES ONLY
79W-025 CRUISE CONTROL BUTTON PTO CONTROL AND ONE
REMOTE PTO SPEED
79X-001 PTO SPEED 1 SETTING - 700 RPMN
80G-002 PTO MINIMUM RPM - 700N
80J-001 REGEN INHIBIT SPEED THRESHOLD - 0 MPH
80N-004 MAXIMUM ENGINE RPM = 1400 ON VSS FAILURE
80S-018 PTO 1, WITH SWITCH, TEM SUPPLIED REQUEST AND
INTERLOCKS, WITH PTO CONNECTIONS, NO FACTORY
INTERLOCKS
EA8-010 ENG PROT ON LOW COOLANT LEVEL - ENABLE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 2 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
Engine Equipment
99C-024 EPA 2010/GHG 2024 CONFIGURATION
13E-001 STANDARD OIL PAN
105-001 ENGINE MOUNTED OIL CHECK AND FILL
014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED
DONALDSON AIR CLEANER
124-1D7 DR 12V 160 AMP 28-SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT SENSE
292-205 (2) DTNA GENUINE, FLOODED STARTING, MIN 1900CCA,
350RC, THREADED STUD BATTERIES
290-017 BATTERY BOX FRAME MOUNTED
281-001 STANDARD BATTERY JUMPERS
282-001 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE
UNDER CAB
291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH
ADDITIONAL FRAME GROUND RETURN
289-001 NON-POLISHED BATTERY BOX COVER
293-058 2NON-ESSENTIAL POSITIVE LOAD DISCONNECT, IN CAB
CONTROL SWITCH MOUNTED OUTBOARD OF DRIVER
SEAT
295-029 2POSITIVE AND NEGATIVE POSTS FOR JUMPSTART
LOCATED ON FRAME NEXT TO STARTER
306-015 2PROGRESSIVE LOW VOLTAGE DISCONNECT AT 12.3
VOLTS FOR DESIGNATED CIRCUITS
107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
108-002 STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
131-013 AIR COMPRESSOR DISCHARGE LINE
152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
128-076 20CUMMINS ENGINE INTEGRAL BRAKE WITH VARIABLE
GEOMETRY TURBO ON/OFF
016-1C3 RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL
AFTERTREATMENT SYSTEM ASSEMBLY WITH RH
HORIZONTAL TAILPIPE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 3 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
28F-014 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER
THE ROAD REGENERATION AND VIRTUAL
REGENERATION REQUEST SWITCH IN CLUSTER
239-001 STANDARD EXHAUST SYSTEM LENGTH
237-052 RH STANDARD HORIZONTAL TAILPIPE
23U-001 6 GALLON DIESEL EXHAUST FLUID TANK
30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL
43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID
TANK LOCATION
23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING
43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP
242-998 -10NO MUFFLER/TAILPIPE SHIELD
273-058 AIR POWERED ON/OFF ENGINE FAN CLUTCH
276-001 AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH,
NON ENGINE MOUNTED
110-003 CUMMINS SPIN ON FUEL FILTER
118-001 FULL FLOW OIL FILTER
120-998 -10NO COOLANT FILTER
266-100 700 SQUARE INCH ALUMINUM RADIATOR
103-039 ANTIFREEZE TO -34F, OAT (NITRITE AND SILICATE
FREE) EXTENDED LIFE COOLANT
171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT
172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT
HOSES
270-016 RADIATOR DRAIN VALVE
168-002 LOWER RADIATOR GUARD
134-001 ALUMINUM FLYWHEEL HOUSING
132-004 ELECTRIC GRID AIR INTAKE WARMER
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 4 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
155-057 DELCO 12V 29MT STARTER WITH INTEGRATED
MAGNETIC SWITCH
Transmission
342-584 200 60ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
Transmission Equipment
343-339 ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON
3000/4000 PRODUCT FAMILIES WITH VOCATIONAL
MODELS RDS, HS, MH AND TRV
84B-012 ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY
APPLICATIONS AVAILABLE WITH ALL PRODUCT
FAMILIES
84C-023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR
1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000
PRODUCT FAMILIES ONLY
84D-023 SECONDARY MODE GEARS, LOWEST GEAR 1, START
GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000
PRODUCT FAMILIES ONLY
84E-000 PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA
AND ALLISON, THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
84F-000 SECONDARY SHIFT SCHEDULE RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
84G-000 PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND
ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL
USAGE
84H-000 SECONDARY SHIFT SPEED RECOMMENDED BY DTNA
AND ALLISON, THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
84J-000 ENGINE BRAKE RANGE PRESELECT RECOMMENDED
BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
84K-000 ENGINE BRAKE RANGE ALTERNATE PRESELECT
RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED
BY ENGINE AND VOCATIONAL USAGE
84N-011 NEUTRAL AT STOP ENABLED
84U-000 DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES
85E-011 MAXIMUM ENGINE SPEED FOR PTO ENGAGEMENT 1000
RPM
85F-074 MAXIMUM ENGINE SPEED FOR PTO OPERATION 4000
RPM
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 5 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
85H-159 MAXIMUM OUTPUT SPEED FOR PTO OPERATION 4000
RPM - ALLISON 5TH GEN TRANSMISSIONS
353-075 QUICKFIT BODY LIGHTING CONNECTOR AT END OF
FRAME, WITH CAP
34C-011 ELECTRONIC TRANSMISSION WIRING TO CUSTOMER
INTERFACE CONNECTOR
362-2JT 50CUSTOMER INSTALLED CHELSEA 281 SERIES PTO
363-002 PTO MOUNTING, RH SIDE OF MAIN TRANSMISSION
ALLISON & EATON FULLER
341-018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION
DRAIN, AXLE(S) FILL AND DRAIN
345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH
MOUNTED
97G-004 TRANSMISSION PROGNOSTICS - ENABLED 2013
370-015 15WATER TO OIL TRANSMISSION COOLER, IN RADIATOR
END TANK
346-003 TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
35T-001 ATF-SYNTHETIC AUTOMATIC TRANSMISSION FLUID
Front Axle and Equipment
400-1A6 DETROIT DA-F-12.0-3 12,000# FF1 71.5 KPI/3.74 DROP
SINGLE FRONT AXLE
402-020 MERITOR 15X4 Q+ CAM FRONT BRAKES
403-002 NON-ASBESTOS FRONT BRAKE LINING
419-023 CONMET CAST IRON FRONT BRAKE DRUMS
409-006 FRONT OIL SEALS
408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER
AND SIDE PLUGS - OIL
416-022 STANDARD SPINDLE NUTS FOR ALL AXLES
405-002 MERITOR AUTOMATIC FRONT SLACK ADJUSTERS
536-050 TRW THP-60 POWER STEERING
539-003 POWER STEERING PUMP
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 6 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
534-015 2 QUART SEE THROUGH POWER STEERING
RESERVOIR
40T-002 CURRENT AVAILABLE SYNTHETIC 75W-90 FRONT AXLE
LUBE
Front Suspension
620-1F0 4212,000# DUAL TAPERLEAF FRONT SUSPENSION
619-005 MAINTENANCE FREE RUBBER BUSHINGS - FRONT
SUSPENSION
410-001 FRONT SHOCK ABSORBERS
Rear Axle and Equipment
420-1GK 30DETROIT DA-RS-23.0-4 23,000# R-SERIES SINGLE REAR
AXLE
421-614 6.14 REAR AXLE RATIO
424-001 IRON REAR AXLE CARRIER WITH STANDARD AXLE
HOUSING
386-073 MXL 17T MERITOR EXTENDED LUBE MAIN DRIVELINE
WITH HALF ROUND YOKES
452-001 DRIVER CONTROLLED TRACTION DIFFERENTIAL -
SINGLE REAR AXLE
878-018 (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR
VALVE FOR SINGLE DRIVE AXLE
87B-014 INDICATOR LIGHT AND BUZZER FOR EACH
DIFFERENTIAL LOCKOUT SWITCH, ENGAGE <5 MPH,
DISENGAGE >25 MPH
423-020 MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES,
DOUBLE ANCHOR, FABRICATED SHOES
433-002 NON-ASBESTOS REAR BRAKE LINING
434-011 BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF
DRIVE AXLE(S)
451-001 -10CAST IRON OUTBOARD REAR BRAKE DRUMS
440-006 REAR OIL SEALS
426-100 WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE
SPRING PARKING CHAMBERS
428-002 MERITOR AUTOMATIC REAR SLACK ADJUSTERS
41T-002 CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE
LUBE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 7 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
Rear Suspension
622-1MJ 11023,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING
REAR SUSPENSION WITH LEAF SPRING HELPER
621-001 SPRING SUSPENSION - NO AXLE SPACERS
431-001 STANDARD AXLE SEATS IN AXLE CLAMP GROUP
439-001 40REAR SHOCK ABSORBERS - ONE AXLE
Pusher / Tag Equipment
429-998 NO PUSHER/TAG BRAKE DUST SHIELDS
Brake System
018-002 AIR BRAKE PACKAGE
490-100 WABCO 4S/4M ABS
871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID
CHASSIS AIR LINES
904-001 FIBER BRAID PARKING BRAKE HOSE
412-001 STANDARD BRAKE SYSTEM VALVES
46D-002 STANDARD AIR SYSTEM PRESSURE PROTECTION
SYSTEM
413-002 STD U.S. FRONT BRAKE VALVE
432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO
REAR PROPORTIONING VALVE
480-088 WABCO SYSTEM SAVER HP WITH INTEGRAL AIR
GOVERNOR AND HEATER
479-015 AIR DRYER FRAME MOUNTED
460-001 STEEL AIR BRAKE RESERVOIRS
477-001 PULL CABLE ON WET TANK, PETCOCK DRAIN VALVES
ON ALL OTHER AIR TANKS
Trailer Connections
481-998 NO TRAILER AIR HOSE
476-998 NO AIR HOSE HANGER
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 8 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
310-998 NO TRAILER ELECTRICAL CABLE
Wheelbase & Frame
545-492 4925MM (194 INCH) WHEELBASE
546-122 120 608.0MM X 89.0MM X 261MM STEEL FRAME
(0.31X3.50X10.28 INCH) 140KSI
552-134 1050MM (41 INCH) REAR FRAME OVERHANG
55W-004 10 -50FRAME OVERHANG RANGE: 41 INCH TO 50 INCH
AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L (CA) 128.35 in
AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR
SUSPENSION C/L (CA) 125.35 in
AE4-99D CALC'D FRAME LENGTH - OVERALL 274.17 in
FSS-0LH CALCULATED FRAME SPACE LH SIDE 98.69 in
FSS-0RH CALCULATED FRAME SPACE RH SIDE 94.88 in
AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE 0.0 in
553-001 SQUARE END OF FRAME
550-001 FRONT CLOSING CROSSMEMBER
559-001 STANDARD WEIGHT ENGINE CROSSMEMBER
561-001 STANDARD CROSSMEMBER BACK OF TRANSMISSION
562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S)
572-001 STANDARD REARMOST CROSSMEMBER
565-001 STANDARD SUSPENSION CROSSMEMBER
Chassis Equipment
556-1AP 30THREE-PIECE 14 INCH PAINTED STEEL BUMPER WITH
COLLAPSIBLE ENDS
558-001 15FRONT TOW HOOKS - FRAME MOUNTED
574-001 BUMPER MOUNTING FOR SINGLE LICENSE PLATE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 9 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
585-998 NO MUDFLAP BRACKETS
590-998 NO REAR MUDFLAPS
586-024 FENDER AND FRONT OF HOOD MOUNTED FRONT
MUDFLAPS
551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS
44Z-002 EXTERIOR HARNESSES WRAPPED IN ABRASION TAPE
Fifth Wheel
578-998 NO FIFTH WHEEL
Fuel Tanks
204-215 2050 GALLON/189 LITER SHORT RECTANGULAR
ALUMINUM FUEL TANK - LH
218-005 RECTANGULAR FUEL TANK(S)
215-005 PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC
TANK(S) WITH PAINTED BANDS
212-007 FUEL TANK(S) FORWARD
664-001 PLAIN STEP FINISH
205-001 FUEL TANK CAP(S)
122-1J2 -5DETROIT FUEL/WATER SEPARATOR WITH WATER IN
FUEL SENSOR AND HAND PRIMER
216-020 EQUIFLO INBOARD FUEL SYSTEM
202-016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE
Tires
093-13H 24CONTINENTAL HS3+ ECO PLUS 11R22.5 16 PLY RADIAL
FRONT TIRES
094-12P 92CONTINENTAL HDR2+ 11R22.5 14 PLY RADIAL REAR
TIRES
Hubs
418-060 CONMET PRESET PLUS PREMIUM IRON FRONT HUBS
450-060 CONMET PRESET PLUS PREMIUM IRON REAR HUBS
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 10 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
Wheels
502-753 10MAXION WHEELS 91262 22.5X8.25 10-HUB PILOT 6.20
INSET 5-HAND STEEL DISC FRONT WHEELS
505-753 20MAXION WHEELS 91262 22.5X8.25 10-HUB PILOT 5-HAND
STEEL DISC REAR WHEELS
496-011 FRONT WHEEL MOUNTING NUTS
497-011 REAR WHEEL MOUNTING NUTS
Cab Exterior
829-071 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
650-008 AIR CAB MOUNTING
648-002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND
GRILLE
678-001 LH AND RH GRAB HANDLES
646-045 MOLD-IN COLOR GRILLE
65X-011 MOLD-IN COLOR HOOD MOUNTED AIR INTAKE GRILLE
644-004 FIBERGLASS HOOD
690-016 5CAB FLOOR, TOE BOARD AND FIREWALL HEAT SHIELD
726-002 DUAL ELECTRIC HORNS
575-001 REAR LICENSE PLATE MOUNT END OF FRAME
312-075 LED LOW BEAM AND HIGH BEAM HEADLIGHTS
302-047 LED AERODYNAMIC MARKER LIGHTS
311-001 DAYTIME RUNNING LIGHTS
294-090 -5OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE WIRING
FOR COMBINED STOP/TURN LIGHTS TO FOUR FEET
BEYOND END OF FRAME
300-015 STANDARD FRONT TURN SIGNAL LAMPS
744-1BK DUAL WEST COAST MOLDED-IN COLOR HEATED
MIRRORS WITH LH AND RH REMOTE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 11 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
797-001 DOOR MOUNTED MIRRORS
796-001 102 INCH EQUIPMENT WIDTH
743-1AP LH AND RH 8 INCH MOLDED-IN COLOR CONVEX
MIRRORS M0UNTED UNDER PRIMARY MIRRORS
729-001 STANDARD SIDE/REAR REFLECTORS
677-016 DUAL LEVEL CAB ENTRY STEPS ON BOTH SIDES
768-043 63X14 INCH TINTED REAR WINDOW
661-003 TINTED DOOR GLASS LH AND RH WITH TINTED NON-
OPERATING WING WINDOWS
654-011 RH AND LH ELECTRIC POWERED WINDOWS
663-013 1-PIECE SOLAR GREEN GLASS WINDSHELD
659-019 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT
FLUID LEVEL INDICATOR, FRAME MOUNTED
Cab Interior
055-019 RUGGED TRIM PACKAGE
707-107 GRAY & CARBON VINYL INTERIOR "RUGGED"
70K-020 CARBON WITH PREMIUM GUNMETAL ACCENT
(RUGGED)
706-013 MOLDED DOOR PANEL
708-013 MOLDED PLASTIC DOOR PANEL
772-006 BLACK MATS WITH SINGLE INSULATION
785-026 (1)DASH MOUNTED 12V POWER OUTLET, (1)DASH
MOUNTED DUAL USB-C OUTLET
691-001 FORWARD ROOF MOUNTED CONSOLE
693-019 LH AND RH DOOR STORAGE POCKETS INTEGRATED
INTO MOLDED DOOR PANELS
738-021 DIGITAL ALARM CLOCK IN DRIVER DISPLAY
742-007 (2) CUP HOLDERS LH AND RH DASH
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 12 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
680-029 M2/SD DASH
720-002 52-1/2 LB. FIRE EXTINGUISHER
700-002 HEATER, DEFROSTER AND AIR CONDITIONER
701-001 STANDARD HVAC DUCTING
703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH
170-015 STANDARD HEATER PLUMBING
130-041 VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR
702-002 BINARY CONTROL, R-134A
739-034 PREMIUM INSULATION
285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES
280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM
324-1B3 STANDARD LED CAB LIGHTING
787-004 2REMOTE KEYLESS ENTRY AND 2 TRANSMITTERS
657-001 DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME
78G-004 KEY QUANTITY OF 4
655-005 LH AND RH ELECTRIC DOOR LOCKS
740-998 -20 -15NO MATTRESS
722-028 10TRIANGULAR REFLECTORS KIT WITHOUT FLARES
SHIPPED LOOSE IN CAB
756-338 30BASIC ISRINGHAUSEN HIGH BACK AIR SUSPENSION
DRIVERS SEAT WTIH MECHANICAL LUMBAR AND
INTEGRATED CUSHION EXTENSION
760-338 25 10BASIC ISRINGHAUSEN HIGH BACK AIR SUSPENSION
PASSENGER SEAT WTIH MECHANICAL LUMBAR AND
INTEGRATED CUSHION EXTENSION
759-002 4INBOARD DRIVER AND PASSENGER SEAT ARMRESTS
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 13 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS
758-143 RUGGED CLOTH BLACK WITH GRAY DRIVER SEAT
761-143 RUGGED CLOTH BLACK WITH GRAY PASSENGER SEAT
763-101 BLACK SEAT BELTS
532-002 ADJUSTABLE TILT AND TELESCOPING STEERING
COLUMN
540-044 4-SPOKE 18 INCH (450MM) BLACK STEERING WHEEL
WITH SWITCHES
765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS
Instruments & Controls
106-002 ELECTRONIC ACCELERATOR CONTROL
732-998 NO INSTRUMENT PANEL-DRIVER
734-025 CONFIGURABLE UPPER PANEL WITH INTEGRATED
LOWER STORAGE
87L-005 ENGINE REMOTE INTERFACE WITHOUT INTERLOCKS
870-002 BRIGHT ARGENT FINISH GAUGE BEZELS
486-001 LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE
ALARM
840-001 DUAL NEEDLE PRIMARY AND SECONDARY AIR
PRESSURE GAUGE
198-025 INTAKE MOUNTED AIR RESTRICTION INDICATOR
WITHOUT GRADUATIONS
721-001 397 DB BACKUP ALARM
149-015 ELECTRONIC CRUISE CONTROL WITH CONTROLS ON
STEERING WHEEL SPOKES
156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL
START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
157-007 MANUAL REMOTE ENGINE STOP/START WITH PTO RE-
ENGAGE
811-044 PREMIUM INSTRUMENT CLUSTER WITH 5.0 INCH TFT
COLOR DISPLAY
81B-003 DIGITAL PANEL LAMP DIMMER SWITCH IN DRIVER
DISPLAY
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 14 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
160-038 HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE
CONNECTOR LOCATED BELOW LH DASH
844-001 2 INCH ELECTRIC FUEL GAUGE
148-073 ENGINE REMOTE INTERFACE FOR REMOTE THROTTLE
48H-001 QUICKFIT POWERTRAIN INTERFACE CONNECTOR
LOCATED BETWEEN SEATS WITH CAPS
48C-003 QUICKFIT PROGRAMMABLE INTERFACE
CONNECTOR(S) UNDER CAB WITH CAP
163-014 ENGINE REMOTE INTERFACE CONNECTOR AT
POWERTRAIN INTERFACE CONNECTOR
856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE
864-022 DIGITAL TRANSMISSION OIL TEMPERATURE IN DRIVER
DISPLAY
867-004 ELECTRONIC OUTSIDE TEMPERATURE SENSOR
DISPLAY IN DRIVER MESSAGE CENTER
830-017 ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN
DRIVER DISPLAY
372-123 PTO CONTROLS FOR ENHANCED VEHICLE
ELECTRIC/ELECTRONIC ARCHITECTURE
736-998 NO OBSTACLE DETECTION SYSTEM
72J-998 NO DR ASSIST SYSTEM
73H-998 NO CAMERA/VIDEO/IMAGING SYSTEM
49B-998 NO VEHICLE STABILITY ADVISOR OR CONTROL
73B-998 NO LANE DEPARTURE WARNING SYSTEM
852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE
679-998 NO OVERHEAD INSTRUMENT PANEL
35M-010 101 QUICKFIT PROGRAMABLE MODULE (QPM/XMC)
1U1-002 TOP OF DASH RAM MOUNT WITHOUT POWER OR
GROUND, FOR CUSTOMER FURNISHED DEVICE
746-143 7" B-PANEL INTERACTIVE TOUCHSCREEN DISPLAY
RADIO W/ USB-C, APPLE CARPLAY, ANDROID AUTO,
BLUETOOTH/AM/FM/SXM/WB, WITH MICROPHONE
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 15 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
747-001 DASH MOUNTED RADIO
750-002 (2) RADIO SPEAKERS IN CAB
753-998 NO AM/FM RADIO ANTENNA
749-998 NO CB RADIO MOUNTING PROVISION
75W-002 SHARKFIN MULTI-BAND ANTENNA, RIGHT HAND BIAS
ROOF MOUNTING LOCATION: AM/FM/WEATHERBAND,
WIFI/BLUETOOTH, SDAR/SIRIUSXM, GNSS/GPS
78C-003 INTEROPERABLE SDAR ANTENNA
74D-006 STANDARD RADIO WIRING WITH STEERING WHEEL
CONTROLS
810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY
KPH SCALE, WITHOUT ODOMETER
817-001 STANDARD VEHICLE SPEED SENSOR
812-001 ELECTRONIC 3000 RPM TACHOMETER
813-1C8 DETROIT CONNECT PLATFORM HARDWARE
8D1-313 3 YEARS DAIMLER CONNECTIVITY BASE PACKAGE ON
(FEATURES VARY BY MODEL) POWERED BY DETROIT
CONNECT ON CUMMINS ENGINES
6TS-005 TMC RP1226 ACCESSORY CONNECTOR LOCATED
BEHIND PASSENGER SIDE REMOVEABLE DASH PANEL
162-002 IGNITION SWITCH CONTROLLED ENGINE STOP
329-113 FOUR EXTRA HARDWIRED SWITCHES IN DASH, ROUTE
TO UNDER CAB, CAPPED
4C1-012 HARDWIRE SWITCH #1,ON/OFF LATCHING, 30 AMPS
BATTERY POWER
4C2-012 HARDWIRE SWITCH #2,ON/OFF LATCHING, 30 AMPS
BATTERY POWER
4C3-018 HARDWIRE SWITCH #3, ON/OFF LATCHING, 20 AMPS
BATTERY POWER
4C4-016 HARDWIRE SWITCH #4, ON/OFF LATCHING, 20 AMPS
IGNITION POWER
81Y-006 PRE-TRIP INSPECTION FEATURE FOR EXTERIOR LAMPS
AND SERVICE BRAKES
264-033 STEERING WHEEL MOUNTED ELECTRIC HORN
CONTROL
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 16 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Data Code Weight Front Weight RearDescription
883-998 NO TRAILER HAND CONTROL BRAKE VALVE
842-006 DIGITAL TURBO AIR PRESSURE IN DRIVER DISPLAY
836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER
DISPLAY
660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH
DELAY
304-030 ROTARY HEADLAMP SWITCH, MARKER
LIGHTS/HEADLIGHTS SWITCH WITH PULL OUT FOR
OPTIONAL FOG/ROAD LAMPS
882-009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING
INDICATOR
299-020 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER,
HEADLAMP FLASH, WASH/WIPE/INTERMITTENT
298-046 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH
40 AMP (20 AMP PER SIDE) TRAILER LAMP CAPACITY
87T-998 NO WRG/SW-OPTL #2,CHAS,AIR
Design
065-000 PAINT: ONE SOLID COLOR
Color
980-5F6 CAB COLOR A: L0006EY WHITE ELITE EY
986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT
962-972 POWDER WHITE (N0006EA) FRONT WHEELS/RIMS
(PKWHT21, TKWHT21, W, TW)
966-972 POWDER WHITE (N0006EA) REAR WHEELS/RIMS
(PKWHT21, TKWHT21, W, TW)
964-3A1 BUMPER PAINT: N0001EA BLACK ELITE SS
963-003 STANDARD E COAT/UNDERCOATING
Certification / Compliance
996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND
GLIDER KITS
Sales Programs
NO SALES PROGRAMS HAVE BEEN SELECTED
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 17 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
Weight Summary
Weight
Rear
Total
Weight
Weight
Front
Factory Weight+10112 lbs3795 lbs6317 lbs
Total Weight+6317 lbs 3795 lbs 10112 lbs
Other Factory Charges
PMV-024 GHG24 SURCHARGE - CUMMINS
RD1-313 3 YEARS DAIMLER CONNECTIVITY BASE PACKAGE ON (FEATURES
VARY BY MODEL) POWERED BY DETROIT CONNECT ON CUMMINS
ENGINES
RD3-998 NO SAFETY EVENT VIEWER
RAG-020 CUMMINS TARIFF CHARGE - $205
PAT-025 STEEL, ALUMINUM, AND CHINA TARIFF IMPACT FEE 108/114 SD AND M2
106/112
R27-001 MY27 ESCALATOR
P73-2FT STANDARD DESTINATION CHARGE
(**) Prices shown do not include taxes, fees, etc… "Net Equipment Selling Price" is located on the Quotation Details Proposal Report.
(***) All cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated
requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices.
(+) Weights Shown are estimates only.
If weight is critical, contact Customer Application Engineering.
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 18 of 18
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
DIMENSIONS
VEHICLE SPECIFICATIONS SUMMARY - DIMENSIONS
Model M2106
Wheelbase (545)4925MM (194 INCH) WHEELBASE
Rear Frame Overhang (552)1050MM (41 INCH) REAR FRAME OVERHANG
Fifth Wheel (578)NO FIFTH WHEEL
Mounting Location (577)NO FIFTH WHEEL LOCATION
Maximum Forward Position (in)0
Maximum Rearward Position (in)0
Amount of Slide Travel (in)0
Slide Increment (in)0
Desired Slide Position (in)0.0
Cab Size (829)106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Sleeper (682)NO SLEEPER BOX/SLEEPERCAB
Exhaust System (016)RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
Cab to Body Clearance (in)3.0
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 1 of 2
11:37 AM
12802 CROSBY FREEWAY
Prepared by:
Adam Neuse
Houston, TX 77049
Phone :
Houston Freightliner, Sterling and Western Star
TABLE SUMMARY - DIMENSIONS
Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering.
Bergkamp Patcher
Application Version 12.0.501
Data Version PRL-30M.009
10/16/2025
Page 2 of 2
11:37 AM
Additional Information Received
Date Received:
MM/DD/YYYY
Time:
00:00 (AM/PM)
From:
Name & Title
To:
Name & Title
Agenda Meeting Date:
MM/DD/YYYY
Civic Clerk Number:
Ex. 2025-994
Forwarded to City
Attorney’s Office and
Department Head
10/28/2025
4:09 PM
Blake Pennington, Senior Assistant City
Attorney
City Clerk's Office
11/04/2025
2025-2142
Received from City Attorney's Office with
Dept. Head included in email.
Contract
No.:HT06-20 Date
Prepared:10/16/2025
Buying
Agency:Contractor:
Contact
Person:
Prepared
By:
Phone:Phone:
Fax:Fax:
Email:Email:
Product
Code:D5 Description:
88483
Cost Cost
3302 159
5033 191
235 359
654 33
688 449
150
69
551
56
91 172989
140
215 Subtotal B: 185364
Cost Cost
150 300
420 0
500 Subtotal C: 1370
1%
1 275217 =Subtotal D: 275217
Subtotal E: 1500
Cost Cost
3375 -3643
Subtotal F: -268
276449
Positive and Negative Jump Starts Mtd on Frame Next to Starter
8.0MM X 89.0MM X 261MM STEEL FRAME
Basic High Back Air Susp Pass Seat
Adjustable Steering Column
194" Wheelbase AM/FM/WB CD/MP3 with Sirius XM
RS-23-160 23,000 LB REAR AXLE
B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable.
(Note: Published Options are options which were submitted and priced in Contractor's bid.)
adam.neuse@houstonfreightliner.com
E. H-GAC Order Processing Charge (Amount Per Current Policy)
D. Total Cost Before Any Applicable Trade-In / Other Allowances / Discounts (A+B+C)
Description
Back Up Alarm
QUICKFIT BODY LIGHTING CONNECTOR AT EOG
For this transaction the percentage is:
Driver Controlled Differential Lock (One Axle)
LED LOW BEAM AND HIGH BEAM HEADLIGHTS
Description Description
C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary.
(Note: Unpublished options are items which were not submitted and priced in Contractor's bid.)
Bergkamp FP5 Patch Truck BodyAir Cab Mounts
CONTRACT PRICING WORKSHEET
For MOTOR VEHICLES Only
M2-106, Conventional Cab, SBFA, SRA (PRL-20M)
A. Product Item Base Unit Price Per Contractor's H-GAC Contract:
This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents
MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly.
City of Fayetteville Houston Freightliner
Adam Neuse
713-580-8148
G. Total Purchase Price (D+E+F): Delivery Date:
NEUTRAL AT STOP ENABLED Subtotal From Additional Sheet(s):
Quantity Ordered:
F. Trade-Ins / Special Discounts / Other Allowances / Freight / Installation / Miscellaneous Charges
X Subtotal of A + B + C:
DiscountFreightliner Standard Destination Charge
Description
B6.7 260 HP 660 LB FT TQ ENGINE
Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit
Price plus Published Options (A+B).
Description Description
Basic High Back Air Driver Seat
Battery Disconnect MTD LH of Driver Seat
3500 RDS AUTOMATIC TRANSMISSION
Dual West Coast Mirrors w/LH-RH Remote
Subtotal From Additional Sheet(s):
Front Tow Hooks
Premium Cab Insulation
13,300 LB TAPERLEAF FRONT SUSPENSION