Loading...
HomeMy WebLinkAboutContract 56549 FORT WORTH CSC No. 56549 CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between InSite Amenities, L.P. ("Vendor") and the City of Fort Worth, ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A—Seller's Quote, Scope of Services or Purchase Order; 3. Exhibit B —Cooperative Agency Contract(e.g.,NJPA, DIR,BuyBoard); and Exhibits A and B which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit B pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. City shall pay Vendor in accordance with the fee schedule in Exhibit B and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall be in the amount of Forty-Five Thousand Dollars ($45,000.00). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement shall be for one year beginning on October 01, 2021 and ending on September 30, 2022 with no remaining renewals. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX To CITY: To VENDOR: City of Fort Worth InSite Amenities, L.P. Attn: Valarie Washington, Assistant City Lisa Woolsey, Partner Manager 9176 Hyde Road Fort 200 Texas Street Worth, TX 76179 Fort Worth, TX 76102-6314 Facsimile: Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person By: Vale rieWashington(Oct 26,202109:45 CDT) responsible for the monitoring and administration Name: Valarie Washington of this contract, including ensuring all performance Title: Assistant City Manager and reporting requirements. Date: Oct 26,2021 APPROVAL RECOMMENDED: By: Name: Scott Penn Title: District Superintendent By: Richard Zavala(Oct 18 111:18CDT) APPROVED AS TO FORM AND LEGALITY: Name:Richard Zavala Title: Park & Recreation Director /W— ATTEST: By: Nico Arias(Oct25,202116:13 CDT) Name: Nico Arias D� Title:Assistant City Attorney By: Y ' `�"M'� CONTRACT AUTHORIZATION: Name: Ronald P. Gonzales ap44Fpgr�va M&C: 20-0151 Title: City Secretary PA.C.. °, P o° w °oI VENDOR: dv°o o 10, XY InSite Amenities ,L.P. Ca a�nEXASoAp� ATTEST OFFICIAL RECORD By CITY SECRETARY heJ. Woolse B Title: Partner Name: Gre oolse FT.WORTH, TX Title: L.J.Design&Constr. Certified Installer Date: 9/29/2021 L y O �+ � a1 cn 'a = v_ O = 3 a to 0 LL a .= u G z x 0 O W a O U i O) LL V) m S(A IA i .a v }/ W U £ = as Oam 7 O w O ++ d 0 'a = s a E o 0 O U _ [C d a G1 �' R G a E 3 m s U) = L. U u W � O2 _ J _ w to y to 4+ _ E o 0 0 0 0 'a £ 41 U CL ' o 0 0 0 0 O N £ 3 = p LL G1 tD a, _ _ o _ 41 c N u o a R w R = s ath p _ w = £ i 3 +E IA u 0+ [C m L- a- _ O a.� o L •cr O to a., a- > R W W L a0i U) a = e = o i s 0 R 'a y 4-J U') to c = R a�i .W 3 " � $ s atu � _ i � •� y � � tea, a �e �e w L G1= L L U L L p � U � o Aso '�° = C CL aa = ac rL as W £ L 10 E U 5C y N L `O U O = O \ O r V , O o O ro Ln c - .� _ - - �, � - � fa _ vi G O £ v C '3 v a v_ _ f v E v U Vl � L w R Ls O fl 0- L = 0-� ate G! = R v G1 U 'y+ 0) y p 0) N G1 i m c V L a [0 4) w = R Q. O C a O � O-FU LL. .V O n tU s O U £ 0 ru E a ruL. U ru N ru \ ru OL o N _ L. w O _ m '� 0 01 O = IA m O 0J O E = o 3 0 E ^o U ^o C = ^o v O N u G a £ +' LL o a v o a y o o = G1 0 L. E O G! Gl to \ _ �•- L i� L — O .V a, Ln d a L = L L s O +� = G1 4' G1 4- LL L. O = o a ++ - c C W c rr g c 0 c a c a c = c O L 0 � E � GO GO / = O 06 O COO Z O = O � o v v v ro LO n t vcn vn 3 � LO i U O w a+ t71 U O v 7 O [0 i� G) OL _ = L LY_ L {/� p L Q 0 o_ L L {/� aLn mc tU p a• a.+ 4- C .� 4- C � C 4- C � C a• � to N (� �' = cn O cn O cn O cn O i to OL. O } CL v =0 Lt) sv cAA l O L L a L O N L V N �i i ru � 5 ru 41 v(AO _R W . E 2 E O � 0.CL a .=LCL > a O 'p m °a �' = .= o 'n E 0O O m O = LO Lu� � a U C O O C: O O 0 mO /1 p . L LO L 0) G 'No o o O O � O � � O �t , = sR s � s . s . s a to O ;' Za " ya N N N 6Iun . a L U) LU rL_l y(LO L •Lp 0 � .v+--� � vN � vM g (D �. vL O to = ` L>' fl ru QJaa 'O~n o W Y ` Cl.d LO Cl.d - 0)O p R L a- 4 -- O 4- O 4- 4 Cl. n •O p £ C 01 01 C W C — C 0) Z, 0) O ) ro o o a ruc � O ru � O ru > Ul O Lo ro 0 u U ru 0 Lj 4- U Oru ru LO U) 70 = OL. £ C Q U a W U a L) U a U a f5 Uru rau t(/u)� > LLI a a a O p R L. U O Z O a❑ a Z Z W Vf (A +' _ _ o � LL o � V C z x O W F a v LL ei Q Q W U O O O CL U U m 4 to z a 0 0 0 � 0- a� 0 s u 0 0 ,IM o- o- o 0 0 0 0 0 0 LPL n *' +' V C G7 = •L _ 0 i O a (D V a G C o E O V uJ uJ aro . U) co = _ W a 3 3 Y C H O L g f _ � a.+ a.. C 0 = a. _ V L •p -0 p V — d .N to O M y a� = y CL 3 L . i2 t to O O p� L C p g to a ;O A7 L O L a L O L 'O L O O O O O in . M M a 1 � ~ ro L • = u •3 Y 'y s to rn = a H a a to a � a V a Q O to to = y -- d �C U) 0) > 0 C 0 = O 0) p to i ._ 0) O a� 0) O a� i (U a O g o p a O d c. O _ o Q y o to y o to y 'i iu iu iu ru ru a ru a ru ru a+�i 0 a 0 01 c 0 '+ y 0 c •L o 0 -0 aD 0 -0 aD a .. � .._ .. Q a ..•per a .. �. y .-. C � .-. C � o N .Ln U. 0 �+ s " 3 '= • � too too a 01 U o O o o to U y U a1 0 o 0 �..i �,.i to _ �..i p .. p• U UJ O O — O V O M �' V O 0 O V O V Z cn to 3 i cn w L d Ln t An t _ ro Y uf°, f d "' cn -0 •p ,� a is a a E p v v v = o v v L •� o'-d a, _ v to � a 'OrL L via a, ao vao ru o y a to _ = O y ru to o > Lo O O Lo O Lo Lo O L al a Lo O L Lo a cn ' 'a = al p� y al p� al Q• p al i +p+ a� �► = 3 = 3 I--I cn cn 'a cn O — cn W ru cn d cn -p v -p v ru �' ru �' a ru C M ru to d i ru >' V •N ru p ,= ru p ,_ al al v al tp al d s O G al V al L al L rs au acC (A a aaQ U aaM aaM O L O p L L L L (n L L L U) L a-+ 4 w w LO4 'i O .Ln b) O .Ln b O .L al O .L cn O cn O • O Q O .cn O .cn Q tV/1 o al o al o al a ^o can i o 0) o (V o (V Z a \ •� \ .� Lo \ v O \ v C \ v 6 \ v � \ v cn Q \ G7 0 0 0 0 a) ru o 0 Y o i Y `� L (u `/ L cn `/ L LL `/ L W `/ L `/ L d O Cl. O cn u Cl. al al cn 4- — +� — ru t/f p O 0) O O 01 O C 0 0) C — 01 0 0) U 0 O d 0 0) CL Gro O ru o ru ru o v O c O Z, 0 o O L a tru 1 ru 1 0 OU ru 0 OU ru u � OU ru ru OU ru ru �j cn L cn �' L ru cn ru L a--� L L • c_n D -0 c_n a--� ru c_n ruru tY � Uam � ua- < n C5UMLAL � Uaam C5UQ C5UCY pU3: ti (A +' C _ o � LL o � V C z x O W F a v LL ei U LU 7 O O a O R a a d Z 0 y G1 a C ++ � R t V G1 J O-S o 0 0 0 0 0 LPL n *' +' V _ c 47 = •L C o E O V aro • U 0 Ln W c = = f v LO o a o C > d to d a� +� >' CL L =p o � i L e i L v d y � •- ru O y 'O �� a O V O a ,� O fl a +�+ C o 3 a ti y V y a+ C a O O41 o U J c 0 O = 03 O m � L � u a� *' o u� +� iA U. D .a Q A=A a O L L > L L m L o L a--� LOL V/ GEC o � Q� oral oU o "o = o � °• ro C . O a O a-j to 4- V -0 L a--, t O rl 4-+ 0) 0) O 0) V 0) y d L N a• O ru 0. O a O V v O 1n y O -O rn O V G1•i ru O L ru ru Q y ru 4) p ru Dro v Y a v Q a v a v V y v ru v v O H v • N U. o = v 0 in,v o = 3 0 o rn v +' o y 41 ON c� .. d ru c , > _ .. y y .. .. (Vmoo Ln i + c c 01 a� c a. c = _ c > L c a_• a O U D a v s D C s D s O O 3 L O •= Y O O V L O E O Lo LO O = _ ro _0 W Vf Q a c d avi E °1 = u p � v v L v u c v a v p ca ? y ru L i a O •> n [C a n s a Ln .O Ln d n >. O0 ru m n L *' 3 L N V N V N = 3 N N N O N {A tt1 6 1.4 cn G LO cn L H cn �v_ L Q = d O_ ru 'a L M r6 y ru O �► L. ul -O O - ru 'O V r N = N N V N 'O N .� O p - C V p Cl. m n u amV aVff aka Cl. G ruU 3 a caQ v fl. _ cn Q ro p O L L L LO L L L a--� U) L + w E o L ru w o o o W n d •a. p _n -a •� "O _n = `n pn � O _� O _� � O �_ a a O .0 - _ a c o 1V ^ N 0 6 ^ N ru N ^ N ^ N ^ N � ^ ru L Z W Lo o 'L w O L o L O O L � O L O L Y rl m> Ln (n L Q p L O O C 0 0 O ru p O v O L (u d J, S OU a r OU (�6 ro OU OU O 6 OU � N i L lLJ U (A cn ru ru cn ru D N ru D ru 0) ru n ru L N L ru a N 6 d 0U C5U0cn EUO UiTZ UiLLn 000C� w E O Ln `° Z 41 70 +j _ c _ C _ •_ +r U CL ELn = o 0) � O G17 K o 6 (U 'A L III ~ (uQ i t N O- +Ln i G7 ,i v C y 'C a a v� •L L. L O a U) CD ( a za w *+ Lm ou a s L CD = v u � 0S � �, a V o o 0 0 0 0 0 m+� iLL fl . 4=j n vi a=O 0+ G7 U p G7 L O n N ruCM w R 47 w o E a o E u (u v fl. ru o0 � 47 w •o L o W 70 y y y •O LN a ru U�r 3 cn LL�. C ct fa iz c W v -O +�+ w _ _ •_ c p c O V > w LL. v m y �% N O L -0 -0 L w L L W L W L W L W VI U -0 4 4- 4 O 4- 4 O 4- 4 O a.1 & O 4 O � y O a C CC 3LO 4j3 4j3 4j3 4j3 4j3 Yl (u fA W O L ru Q O Cl. O a O L CL 0 L CL 0 L CL 0 L °a. 0 L CL � _0 a' O 'i iu •O o 'O o �u 'O o 'O o 'O o 6 -O o d ( ( aa a a a( (� (o ri > O `0 C O 0 C O 0 C O `0 C O 0 C O OLn � a � O y a� O y a� O y a� O y a� O y a� O y a� iz L w 0 3 0 3 0 3 0 3 0 3 (UO 0 LL o Ln M (u 7 O rr 41 C a G1 C a G1 C a (D C a (D C a (D Z "' O U U U U U U v u~ U _ +� tC -0 U g -0 U g -0 U g -0 U g -0 U g -0 U g E o -0v c S o = 'O y = 'O y = 'O y = 'O y = 'O y = 'O y i dl O � d •L 4- d •L 4- d •L � d •L � d . L � y) ,70 z C � 01a � 01a 4- 01a 01a 01a 01a o 06 •G w O•'O ru s ru s ru s ru s ru s ru c O 0 41 v �41 v �4-1 v �+' v �41 v �4 6 d N � O d J U d J U d J U d J U d J U d J U t - a. _ 2 N {�/1 O C C C 0) 0) Q o O — (U = _ O L L 4- L O L L C L 0) u) }' 0 £ •i O •c_n J O c_n J p .L J O .LO 0) O .t j O .L G J {A o N 0 ^o N ^o N 0 ^o N J ^o N ^o N J Z •_ = A O\ 'L o •L o L N O 'L O L O L Q In li a •O a. �+ ru u c ru c O)— c c O)V c L Gro UO 47 V► O 0 0 0 O 0 0 O -0 0 0 0 0 0 O .E 0 0 O L 0 d ro F-i 0 > O s u ru 4- -0 u ru N -0 u ru 0 u ru u 0 u ru -0 u ru N _ u �--� rn C cn O O c_n O c_n O - 4 O c_n 4 C O c_n - = O OC A ru O L ru ru L ru O L ru O L ru N L ru a--� L = ru O O G7 MuLLa puma � u (na � u (na 0uHa 0u0a a }or CD 3as V U (n = A t O O � �N N N N N 3 Vf Q� Q +s+ ,+',, z �r m a r L. a.+ O D > Q O J a0/ O p f a � � E aim a � o V C � U V V G Z W U) W = W � a o E v L U-) _ (1) = U. 'd 0 0 aV.+ u W ) � LU R V O a O ` c 'a V L L O rn 0 Z a 0 O N C J C R a -W o - Q t � O U � � O L O C =p p J ^ o U } d ^ o G ` t o " � rLa 'Q t*'a O G . p ru O _ = V u +� V O = C C 'a 0 41 O O i x s O O u L O a O w W N y V 70 O � p J y V p 10 n au, o ooc = o G7is R > 0 •- p i G7 L c 0 Z C tC O = a. U') a� o •� O LO LN = a U �0 y Z _0 4-1 = = o O MI 0 x rOu I iu O L a� O a uj � }+ u O •�� .Va_ =0 LL dV= •_� .=- ru NN =O Os 0 + a C a �1 2 O O� Z's OU a) 6 V LvLO oN aO ew v o0 G � r a c W of ) mo ' m Q •- (h d O vLO = �••� •p O H D v 0 O �O/ O O v c L. u, a O g a G1 cn 0. a (� L a +� •L ru L. d VVl a r ru a O 'i o a° a) ri n 01 -a ri n pp > o Oo = z_ _ a E L LL '� + o In 4mJ O L O Z � ' `� •� ru y a o cn IM � O U N V 41 4 V ru 70 ru U rr N 4 v y v G7 O (U s 'O L N 'O �. N +� -0C O C •� a a LLO J p ru fs m , O o Ln � -o a - A li L p _� O L {A G7 aCCU MI _0 = a = -p a a O a 0 4 V O C CL O C O u > C > N C N O ro L G7 O N O v O N L ,O W a a � 4- E � ++ o o a o ru ru .- a w v o a. d ca�N � �N0w n ru Ja � ruo ru O v c 0O aOaC aUc a o o � No N 04 G oL � u o ro p -a - u r uo O � > , o ro Ua � vu Lu 4- v � '" o Ou O nru 6 f5uCEa � C Zcna aWa n y y E Z V v) E 4.0 Zo yCZ N L � L L GC MMJ W }. Q W }. _0 Q LL x U � � O U � � O o = Z c 2 Z c 2 a v C d LL �+ u O W ++ (� (� a _ E L CO ,N C E E C J N N o O_ c O_ a O m U > CO U > *' 0 0 0 0 0 LL G7 L = o W � MIMa0 LO cZ° o E � L = CL a Ucr •a c AAl� �e ^l W O �+ W v '+J W L v L L v aW rOu �o to �o Cl *O, n a. W e a 0 w a O c y a 3 y a O �+ ai E O Z O O mw E O u c O v c O L. 2 a d a d v a, y O Q O x ra O x m Oo V W V O '5 V mw •v V Z '� V W V W v v O v 47 O .� ZLU .� � v .� � w .� +0+ c .� &J c aU L_ a) a) L4- U _ L_ L_ Z L_ Z D fQ CT V [C fB •� �[C In �[C V) . � .� al CT W •� al W .0 U) '++ DC L Cl. rn L d O v .L u u u v d + =U O a O Ln fB O 'a Q O � > O � + v + i+ O 4:1p47ro a G � �+ Lr) �+ ;i N01 �c� taL — yH d[C r00u yH C w 'a.+ O y 'O 'vto (h inW O te ru H O Ln d La- i •G_ a- LIL IL'o waO 0a O Co NZ O W) W a 12 0 V •= ate-' a ate- d O d O L a (B L d � L. W (B L -- L -- *+ •� O W L O L cn O L O E L 47 1 p 0 u = p Q• Q• '� -Ay -AO O J O ra J a J a 4-1 O G7 = C O = fA V O = -0 = L O = L O fa GC O m O O d x c 0 .2 p o O M -0 O M 6 o� ,a Xu xW W ru = d = d = d = d iR 'V C � L � � CL L L ro O �' L d + a 2 a� 2 a� � � 2 a '� 2 Qal 2 aN4- 70 ~ o o-=O•i SLp�On' Z O Ln_ i O al C �N - J al ra +- u a)N Cc >i +- OWOONOO O O _ O a W 0 0) W O M W � O a l v O O m wE v E oJ o O O o O O O d i0 01 Q Q +- 0a- n a- n -O n 4-1 n 4-1 Z U 4 O OO O O O J (!) U Z J (!) � CO Z J (!) dra Z J !) W i Z J i--i U) W d d '~ Z N N M M o c � G J L CC LL K = o LU V LL LU E L L O a 0 = J O a 41 _ G1 G O J d :3 :3 :3 :3 :3 LL d L V C ou Yd m fa U O J o *' E Z = a r� cr o o o IM °I LY ti '°O � '°O Z _ e = y L J L O 0) a {A O ZY O n 47 0 O O K O O � v O a y o U V O Ln V O A V L vi V a+ N V O T L4 a {A N E {A {A ru tA �+ ru a ra {A 'a L ate\ L O Z L L L O L a Q L O E C •C. D -O •G 4- W •a L -O •G a •[C L -O v1 � O d - .� = d o d � dW 0 d CL 010 � �C � + DC v N +, DC ru CC +, CC 'O � DC = +, L (1) C d Q_. \ O 'O C \ a \ \ M 'L C � L d N CLr) Lj C V N C C [C d d � V O *, v 0 E O O K E p ca p L d 01 [C y ru �j [C E Ln [C O :3 [C [C O W U) L N u to � _p Z N � � V tlO to - w O w rn C &, w LL o ZO C p oC C C 0 N (D "rOZL C0 > — OO LU Ln L- ro A L u V/ � L ate.+ m 'O 4- C m 1A M C m 1'O 4— m G C � J C � N 0 J d � J O o J +0 O O J = , O o i L L i V i d — L L fA d — = CC a6i � = 00 %1 = a 41 w = L. Lo = C7COC ,� O a c cn � rB O O L > L C L L LO L L L L O L O L N L W In d a = a = a o ram„ = a O = a ru D = a C' ru Y ~ .0 •uvi a�i oro a�i o v' a�i o a�i o � 0) 1 v 0 o � u � ru rLu Z a y a) v O 0) v O -o v cn g ru +, v z L a U) xuLU - o ' a) x � ooL xumo u xumovi � w xuOmou � oo vain s Z H aH Hq aro O uO O O ii� � � � O� -Oo L �- La- a- L a- -W -W a- L a- 4- L U� _0 a- BJ J Jn % J J Z n r Z H Z J n n d (r) W Z H (n (D d '~ Hp M U) Z M M M M M O L O O L v +' O E L O J .Q � ram o O J (D � 0 � = y L12 w _0 Q U ate+ rn y L o L) D w LL (B ° (o 0Ln 0 K = U � � o0 K = UvE ~Oz o Z _ a L ( W " m o z 0 a� .� > w V S Q, m LL C G7 � �, C G7 � � ' m a Vl [C O O W v z0 v LU 0. m m W z 7 E p C6 N Lp Z O ° Q (U O O C J N N c� vi = J C vtj Z Q O d '�' C O O � (U (U H cn G'G-7 3 O U �+ ° ) N G'G-7 ro 0 a a c� Q -o O O � p ra '� _ w a D m U > � `u � C O v a J Q� W : 0 `° a0.+ :3 a7 _ 0 ° ° a�i GEC = LPL y (o Q p^ � K C) � '-' K O O T R C ou LU R 0 +� LU R p V G7 � n +0+ � w6N +O+ w Z° c u ( 'cf z° c a E _ a (u O = -bpr 4 � 0 ° O = W m �+ p 0 L � p M L O LU a V L 4' ° V) u G o U E _ 0) + O _ O . O C � O0O u O V E [C Cl. o250- O c u N O n LO Co O (D � O O O U I� O •� � (u 'p C 4O •� U G OZS = z C +, Q, p L (u(o - y a z v) N — H Vl L( r 0V n w .rr 4-O � K Lu _MQ (U OU) Yd (u 0 j c 0 o E -Fatec 0 a- � C W 0a OBE aEQ0 4- o M — - 0 O O ru roE ° Z u o p C � o L ' — 41 C D p s — 41 = W — O w [C o N � (n O p L v)LL - 4, .L v► o _ (u 'Q ) a � i M -0 -0 M ` 4_ i ru U L Q � U _ U) O i O m a) o (U j O L .L � (A C 3: V 4- ii N (u Z ro LU v L - c C - y � y U O � o im ro E w ° _0 C V Vf cn Z Ln E v O Q Q L O ^ L � O L C *' Gl (u 6 L 'O O O *+ O [C *' V co N O O w 00 w 4- (n zw - 0 ^ sa c = � cY J N O (A U') J 0(U E1 .2 d d O ° 1.4 = 0c�ncn W 0 Qc _ � � U000 v UG CT O -a a ° ° a C C ° (U C C (o O L L m (u = L 1 ^ LU O L O C d a o ru 4- 0 (`� a o ru 4- p, o v cn LO .V o O v .a R •V O N •V L z Z U 4- 4, .Q 0) Vl N w N O a 1a W O o O O v L O J 6 v � G7 , 2 , 2 Q U) o �X ru o -p X o -p c LL '= L LZL J 0)O L L d Bc -0O (U oru ' vu vu dpo 4- a w - E o -0 -0 ro ( D O� U a- i + o N m N c N o (u (v o 4 o (/ a u C N UOU') cr) J U cr) cr) Sto 41 O O N Ci ° ° L O rn O O ) ("( Z M Q Q c H Z M 45 Z Exhibit B PVBoardP.O. Box 400,Austin,Texas 78767 800.695.2919 •info@buyboard.com • buyboard.com August 2, 2021 Sent via email to: I.woolsevCcDinsiteamenities.com Lisa Woolsey InSite Amenities, L.P. 9176 Hyde Road Fort Worth, TX 76179 Re: Parks and Recreation Equipment and Field Lighting Products BuyBoard Contract 592-19 The Local Government Purchasing Cooperative(BuyBoard)awarded your company a contract under Parks and Recreation Equipment and Field Lighting Products, Contract 592-19, for which the current term is set to expire September 30, 2021.At this time, the BuyBoard is renewing your contract through September 30, 2022. This will be the final renewal of this contract. All discounts,terms, and conditions of your contract will remain the same. If you agree to this renewal,there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at lisa.maraden@tasb.org prior to the start of the renewal term. If you have questions or comments concerning this renewal, please contact me as soon as possible at lisa.maraden@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Lisa Maraden Contract Administrator final renewal v.02.13.2020 Endorsed by OR® TASAV TML T,,,' AvBoardP.O.Box 400,Austin,Texas 78767 800.695.2919•info@buyboard.com •buyboard.com August 28, 2020 Sent via email to: I.woolsevCcDinsiteamenities.com Lisa Woolsey InSite Amenities, L.P. 9176 Hyde Road Fort Worth TX 76179 Re: Parks and Recreation Equipment and Field Lighting Products BuyBoard Contract 592-19 The Local Government Purchasing Cooperative(BuyBoard)awarded your company a contract under Parks and Recreation Equipment and Field Lighting Products, Contract 592-19 effective October 1, 2019 through September 30, 2020, with two possible one-year renewals. At this time, the BuyBoard is renewing you contract through September 30, 2021. All discounts,terms, and conditions of your contract will remain the same. If you agree to this renewal,there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at connie.burkettC@tasb.org prior to the start of the renewal term. Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of$15,000 annually or they may not be offered a contract renewal. If you have questions or comments concerning this renewal, please contact me as soon as possible at connie.burkett(@tasb.orct. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Connie W Burkett, CTSBO Contract Administrator 15t renewal v.02.13.2020 Endorsed by * TASA► rm-L T PFBoard® Capperative Purchasing P.O. Box 400 Austin, TX 78767-0400 609.695.2919 / 512.467.0222 / Fax:800.211,5454 buyhoard.com July 18, 2019 Sent Via Email: l.woolsey@insiteamenities.com Lisa Woolsey InSite Amenities, L.P. 9176 Hyde Road Fort Worth,TX 76179 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Parks and Recreation Equipment and Field Lighting Products and Installation, Proposal No. 592-19 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 10/1/2019 through 9/30/2020, with two possible one-year renewals.The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 592-19 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1. Vendor Quick Reference Guide 2. BuyBoard License and Identity Standards You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative.Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by email to info@buyboard.com any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please email the order info@buyboard.com and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 The Local Government Purchasing Cooperative is endorsed by the Texas Association of School Boards, Texas Municipal League, Texas Association of Counties,and the Texas Association of School Administrators. ATPBoard Couperative Pure 4asing 12007 Research Boulevard •Austin,Texas 78759-2439 , PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com PROPOSERrS AGREEMENT AND SIGNATURE Proposal Name: Parks and Recreation Equipment Proposal Due Date/Opening Date and Time: and Field Lighting Products January 24, 2019 at 4:00 PM Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department Proposal Number: 592-19 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: Contract Time Period: October 1, 2019 through July 2019 September 30, 2020 with two (2) possible one-year renewals. I nSite Amenities, L.P. 1/22/19 Name of Proposing Company Date 9176 Hyde Road Street Address U§igngiture of uthorized Compao Official Fort Worth, TX 76179 Lisa Woolsey City, State, Zip Printed Name of Authorized Company Official 817-236-5439 Partner Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 817-236-8350 13-4269875 Fax Number of Authorized Company Official Federal ID Number Page 9 of 71 Proposal Forms CONST v.06.14.2018 %7Board kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com The proposing company ("you"or"your") hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all Cooperative information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachments/forms, item specifications, and line items (collectively"Requirements"); 2. By your response ("Proposal's to this Proposal Invitation, you propose to supply the products or services submitted at the prices quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. Any and all deviations and exceptions to the Requirements have been noted in your Proposal and no others will be claimed; 4. If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products or services at the prices quoted and in strict compliance with the Requirements (unless specific exceptions are noted in the Proposal and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similar customers; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy-back contract by another governmental entity or nonprofit entity, in which event you will offer the awarded goods and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your contract; 5. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under a Texas Public Information Act request or similar public information law; 6. The individual signing this Agreement is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 7. You have carefully reviewed your Proposal, and certify that all information provided is true, complete and accurate, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 8. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, may disqualify you from consideration for a contract award under this Proposal Invitation or result in termination of an award or any other remedy or action provided for in the General Terms and Conditions or by law. Page 10 of 71 Proposal Forms CONST v.06.14.2018 %7Board kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com VENDOR CONTACT INFORMATION Company: InSite Amenities, L.P. Vendor Contact Name and Mailing Address for Notices: Lisa Woolsey, 9176 Hyde Rd, Ft Worth, TX 76179 Companywebsite: use mftr's: www.poligon.com for product info Purchase Orders: All purchase orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to vendors to assist them with retrieving their orders. Please select options below for receipt of purchase orders and provide the requested information: 0 I will use the internet to receive purchase orders at the following address. E-mail Address: l.woolsey@insiteamenities.com Internet Contact: Lisa Woolsey Phone: 817-236-5439 Alternate E-mail Address: Alternate Internet Contact: Phone: ❑ Purchase orders may be received by the Designated Dealer(s) identified on my company's Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Request for Ouotes ("RFO"): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: E-mail Address: l.woolsey@insiteamenities.com Alternate E-mail Address: Invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee invoices and related communications: Page 11 of 71 Proposal Forms CONST v.06.14.2018 %7Board kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com Please choose only one (1) of the following options for receipt of invoices and provide the requested information: ■❑ Service fee invoices and related communications should be provided directly to my company at: Mailing address: 9176 Hyde Rd Department: City: Fort Worth State: TX Zip Code: 76179 Contact Name: Lisa Woolsey Phone: 817-236-5439 Fax: 817-236-8350 E-mail Address: I.woolsey@insiteamenities.com Alternative E-mail Address: ❑ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent": Mailing address: Department: City: State: Zip Code: Contact Name: Phone: Fax: E-mail Address: Alternative E-mail Address: ❑ In lieu of my company, I request and authorize service fee invoices to be provided to the Designated Dealer(s) receiving the purchase order(s) to which the invoiced service fees relate at the address and contact information designated on my company's Dealer Designation form as provided to the Cooperative administrator." **If Vendor authorizes a billing agent or Designated Dealer(s) to receive and process service fee invoices, In accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including,but not limited to,payment ofall service fees under any Contract awarded Vendor. Page 12 of 71 Proposal Forms CONST v.06.14.2018 DuCeaperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 buyboard.com FELONY CONVICTION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code(Notification of Criminal History of Contractor) states: "A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check M one of the following: ❑ My company Is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.) ❑■ My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): By signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name �- Lisa Woolsey gn ture of&thorized Compan fficial Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension,"as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name 1�2 Lisa Woolsey Sig ature Authorized Com&fiy Official Printed Name Page 13 of 71 Proposal Forms CONST v.06.14.2018 wBoard® apperativePurabBsing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 1 RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a"resident"proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A "nonresident"proposer is a person who is not a Texas resident. Please indicate the status of your company as a "resident" proposer or a"nonresident" proposer under these definitions. Please check one of the following: ON I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): Company Name Address City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or % VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check N) one of the following: ❑ Yes ❑ No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification} and 2 (Vendor Employment Certification) above is true, complete and accurate and that I am authorized by my company to make this certification. InSite Amenities, L.P. In Site ram- 10L.H. 4oVuthorized Lisa Woolsey ignt Comp"Official P inioaa QQ $ey Page 14 of 71 Proposal Forms CONST v.06.14.2018 Board® Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com s NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, a Texas governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. Gov'T CODE Ch. 2270) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. TEX. Gov r CODE§808.001(1). By signature below, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name Lisa Woolsey 69i'gn ture o uthorized Compa Official Printed Name NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name Lisa Woolsey gn ure of thorized Compa#Official Printed Name Page 15 of 71 Proposal Forms CONST v.06.14.2016 Board Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB' is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Please check(3O all that apply: ❑ I certify that my company has been certified as a HUB in the Following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2),who has a service-connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: 0 My company has NOT been certified as a HUB. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name Lisa Woolsey Printed Name 4 ign ture of uthorized Comp Official Page 16 of 71 Proposal Forms COAST v.06.14.2018 Board® Cooperative Purchasing 12007 Research Boulevard .Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members ("Advisory', Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buyboard.com/Vendor/Resources.asi)x, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction-related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. By signature below, the undersigned affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction-related goods or services to a Cooperative member under a BuyBoard contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before executing a Member Construction Contract with the member or accepting the member's purchase order for construction-related goods or services, whichever comes first. InSite Amenities, L.P. Company Name . Lisa Woolsey AigFfature of 66thorized Compa fficial Printed Name 1 /22/19 Date Page 17 of 71 Proposal Forms CONST v.06.14.2018 Board Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com I DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. The Cooperative will consider any deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a proposal based upon any submitted deviation. Please check(-V) one of the following: ❑ NO; Deviations FBuyBoard resented by the vendor have been ❑ YeS; Deviations BuyBoard. List and fully explain any deviations you are submitting: urkett, CTSBO ontract Administrator See attached deviations. PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: ❑ Common Carrier ❑ Company Truck ❑■ Prepaid and Add to Invoice ❑■ Other: Best Way 2. Payment Terms: ❑ Net 30 days ❑■ 111/o in 10/Net 30 days ❑ Other: 3. Number of Days for Delivery: 1 4-90 ARO 4. vendor Reference/Quote Number: 592-19 5. state your return policy: See attached deviations for return policy. 6. Are electronic payments acceptable? ■❑Yes ❑ No 7. Are credit card payments acceptable? ❑Yes ■❑ No InSite Amenities, L.P. Company Name Lisa Woolsey —Aigarm4a"Mutlibrized Comp n Official Printed Name Page 18 of 71 Proposal Forms CONST v.06.14.2018 INSIT€ AMENITIES, L.P. 9176 Hyde Road Fort Worth,Texas 76179 phone 817-236-5439 fax 817-236-8350 Deviations from General Terms and Conditions for Poligon, Poligon Wood, Poligon Fabric by PorterCorp WARRANTY: Poligon provides a 10 year pro-rated limited warranty from shipping date. Any rework of non-conforming parts by the contractor must be authorized by Poligon prior to rework. Poligon shall not be liable for any act of God, fire,vandalism, settlement, incidental or consequential damages, erosion of foundation, or extreme site conditions. Under certain conditions (snow,wind, and the like), Poligon Fabric tops may be required to be taken down. PorterCorp shall not be responsible to cover damage caused by failure to remove the top as required. The warranty on items not manufactured by Poligon (i.e. metal roofing, shingles, fabric and thread as applicable), will be as passed through Poligon's supplier as per their warranty. Poligon will not be held responsible for any materials that were not properly stored prior to installation. PorterCorp is not liable for damages, defects, or failures to our products if(a) unauthorized changes have been made to the products; (b) the products have not been installed, maintained, or used by the Buyer in compliance with instructions and recommendations established by PorterCorp from time to time; or(c)the products have been subjected to misuse, installation error, negligence, or accident of Buyer. Poli-5000 Paint System 10 Year Limited Warranty for Structural Steel Shelters: Poli- 5000 powder coat paint system by Poligon of Holland, Michigan has been applied to steel entirely as an `in-house"process. This limited warranty is for the factory applied Poli- 5000 powder coating only. Damage occurring from shipping, erection,vandalism, accidents, or field modifications will require field touch-up immediately and periodically thereafter,which is not covered in this limited warranty. A signed copy of the limited warranty must be submitted to Poligon within 30 days after installation. Failure to maintain finish system with annual touch-up and documented maintenance procedures will void the limited warranty. FREIGHT: Freight is quoted as F.O.B. Holland, Michigan. Buyer agrees to make available a safe,passable location for unloading. All drivers are instructed to call a contact person 24 hours before delivery of the materials to make arrangements for unloading. The Buyer must provide suitable equipment for unloading the delivery trucks, and no hand unloading will be allowed. INSIT€ AMENITIES, L.P. 9176 Hyde Road Fort Worth,Texas 76179 phone 817-236-5439 fax 817-236-8350 DELAY: Any anticipated or actual delays in product shipment dates shall be documented in writing. In the event the Buyer delays delivery beyond the"must ship by date", additional costs may be incurred and shall be negotiated and agreed upon. SHORTAGES AND DAMAGES: If, in the reasonable discretion of the Buyer, any material is damaged prior to receipt by Buyer, delivery of damaged material shall be refused by Buyer,noted by items as "damaged" on shipping documents. Notifications of damages, errors, shortages, imperfections, and deficiencies will not be accepted by PorterCorp unless made in writing to PorterCorp within a reasonable time after receipt of goods, and PorterCorp shall not be liable for labor charges or consequential punitive, exemplary, or incidental damages arising from the use of defective materials. It is further agreed that no back charges or offsets of any kind will be accepted by PorterCorp unless agreed to in writing before any work is done. All documentation as required by PorterCorp and all claims must be submitted to PorterCorp within six (6)months of shipment. CANCELLATION AND RETURNS: Buyer may cancel any order after fabrication begins with PorterCorp's express,written authorization to do so. Any cancellation so authorized may be subject to a cancellation charge of an agreed upon amount. Used goods or specially manufactured materials not normally carried in PorterCorp's inventory may not be fully returnable. FINISHES AND APPEARANCES: Prime painted frames must be finish painted for desired appearance and weather protection, and must be applied in the field with material and labor supplied by others. For recommendation on finish paint, contact a local, reputable paint supplier who can recommend the best finish paint for local conditions. Frame components may be galvanized or powder coated for an additional cost. Galvanized steel frames are shipped unpainted. Galvanized surfaces may vary in appearance based on the galvanizing process. Powder coated frames may require touch- up paint in the field with initial touch-up paint provided by PorterCorp. PorterCorp will not be held liable for poor quality of contracted field painting. %7Board kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com LOCATION / AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. n/a - one location Company Name Address City State Zip Phone Number Fax Number Contact Person Company Name Address City State Zip Phone Number Fax Number Contact Person Page 19 of 71 Proposal Forms CONST v.06.14.2018 %7Board kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ("Designated Dealers' to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative's administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. n/a Designated Dealer Name Designated Dealer Address City State Zip Phone Number Fax Number Email address Designated Dealer Tax ID Number* (*attach W-9) Designated Dealer Contact Person Your Company Name Signature of Authorized Company Official Page 20 of 71 Proposal Forms CONST v.06.14.2018 Board® Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 - PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com TEXAS REGIONAL SERVICE DESIGNATION The Cooperative (referred to as"Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a region or regions, you are certifying that you are authorized and wllling to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. Regional Education Service Centers ❑ I will service Texas Cooperative members statewide. — 1 0 I will not service Texas Cooperative members statewide. I will only service members in the •' regions checked below: J r ' Re• icon Head uarters _. �i 4.i _ - ❑ 1 Edinburg - 7 ❑ 2 Corpus Christi • 4 ❑ 3 Victoria 19 , .m. ❑ 4 Houston - ;: ❑ 5 Beaumont �3 :,^ ❑ 6 Huntsville 7 Kilgore i 8 Mo unt Pleasant� t �•r t F Wichita� 9 I 20• t Falls D 1 Richardson - dso 11 Fort Worth 12 Waco ;fir• 7 _ 13 Austin i 14 Abilene 77. 15 San Angelo .. 16 Amarillo InSite Amenities, L.P. 17 Lubbock 18 Midland Company Name 19 El Paso ❑ 20 San Antonio Igna ure of A orized Company dal Lisa Woolsey ❑ I will not service members Printed Name of the Texas Cooperative. Page 21 of 71 Proposal Forms CONST v.06.14.2018 &578oard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 - PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 22 of 71 Proposal Forms CONST v.06.14.2018 &PBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com STATE SERVICE DESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note:If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services included in your proposal,you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a state or states,you are certifying that you are authorized and willing to provide the proposed products and services in those states Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check N) all that apply: ❑ I will service all states in the United States. ■❑ I will not service all states in the United States. I will service only the states checked below: ❑ Alabama ❑ Alaska ❑ Nebraska ❑ Arizona ❑ Nevada ❑ Arkansas ❑ New Hampshire ❑ California (Public Contract Code 20118 & 20652) ❑ New Jersey ❑ Colorado ❑ New Mexico ❑ Connecticut ❑ New York ❑ Delaware ❑ North Carolina ❑ District of Columbia ❑ North Dakota ❑ Florida ❑ Ohio ❑ Georgia ❑ Oklahoma ❑ Hawaii ❑ Oregon ❑ Idaho ❑ Pennsylvania ❑ Illinois ❑ Rhode Island ❑ Indiana ❑ South Carolina ❑ Iowa ❑ South Dakota ❑ Kansas ❑ Tennessee ❑ Kentucky ❑■ Texas ❑ Louisiana ❑ Utah ❑ Maine ❑ Vermont ❑ Maryland ❑ Virginia ❑ Massachusetts ❑ Washington ❑ Michigan ❑ West Virginia ❑ Minnesota ❑ Wisconsin ❑ Mississippi ❑ Wyoming ❑ Missouri ❑ Montana Page 23 of 71 Proposal Forms CONST v.06.14.2018 DuCcoperative Purchasing 12007 Research Boulevard 'Austin,Texas 78759-2439 - PH: 800-695-2919 . FAX: 800-211-5454 • buyboard.com This form will be used to ensure that you can service other governmental entities throughout the United States as indicated. Your signature below confirms that you understand your service commitments during the term of a contract awarded under this proposal. InSite Amenities, L.P. Company Name r y- Lisa Woolsey ign tune of Mhorized Compan fficial Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 24 of 71 Proposal Forms CONST v.05.14.2018 &PBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy-backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as"Vendor") agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative ("National Cooperative") may - but is not required to - "piggy-back"on or re-award all or a portion of that Underlying Award ('Piggy-Back Award"). By signing this National Cooperative Vendor Award Agreement ("Agreement's, Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator ("BuyBoard Administrator's will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. Proposal Forms CONST v.06.14.2018 Page 25 of 71 Board® Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.corn 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria, Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy- Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. InSite Amenities, L.P. 592-19 Name of Vendor Proposal Invitation Number -lam Lisa Woolsey ig ture uthorized Com Official Printed Name of Authorized Company Official 1/22/19 Date Proposal Forms CONST v.06.14.2018 Page 26 of 71 &PBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $ . (The period of the 12 month period is / ). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. CURRENT FORMER VENDOR (Y/N)?— AWARDED PURCHASING VENDOR? OD GROUP DO. O. 1. Federal General Services Administration 2. T-PASS (state of Texas) 3. U.S. Communities Purchasing Alliance 4. National IPA/TCPN 5. Houston-Galveston Area Council (HGAC) 6. National Joint Powers Alliance (NJPA) 7. E&I Cooperative 8. The Interlocal Purchasing System (TIPS) 9. Other ■❑ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%): 5% Proposed Discount (%): 5% Explanation: Proposal Forms CONST v.06.14.2018 Page 27 of 71 DwBoard® Capperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. l gi' AjpM� 9e@pL.P. Company Name ignature Outhorjzed Cor#ny Official Printed Name Proposal Forms CONST v.06.14.2018 Page 28 of 71 DuCouparative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1 City of Ft. Worth PACS 817-392-5737 Nannette.Long@fortworthtexas.gov BuyBoard 5% Any z City of Mesquite Parks Dept. 972-216-6413 rblanken @cityofinesquite.com BuyBoard 5% Any 3 City of Frisco Parks Dept. 972-292-6528 DWilliams@friscotexas.gov BuyBoard 5% Any 4 City of Plainview Public Works Dept. 806-296-1150 tcrosswhite@plainviewtx.org BuyBoard 5% Any ,.-City of Grand Prairie Parks Dept. 972-237-8100 splumer@GPTX.org BuyBoard 5% Any Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower prices) than indicated? YES ❑ NO M If YES, please explain: By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name w gn ture of horized Company O icial Lisa Woolsey Printed Name Proposal Forms CONST v.06.14.2018 Page 29 of 71 Board Cooperative Purchasing 12007 Research Boulevard , Austin,Texas 78759-2439 - PH: 800-695-2919 ' FAX: 800-211-5454 • buvboard.corn MARKETING STRATEGY For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative members of your BuyBoard contract, and how you will continue to support the BuyBoard for the duration of the contract period:) Attach additional pages if necessary. ��#�i'��tlfihtlt►l� 'i�i,, ii��l��i�g �"��tlil ����1��aI���A�btf� �u�nfbTerm n �ii�►lai� �� y [d� ri �ii�l� benefft WdI WtbDrr htAb6c e®ppct(b Mfbm !p.rs. Pd9tsB6yV5aaddilid> znTafiWiq, bldlluding the Blu cmi�x+�l��o( I�I�+ eiedc�'��jd l�le l , in or0e%i%ddpOhO t it l trade show lbw*%. Ilr c el�pjgoMi�itf#I�I I-�ro�t�tlr rel n pl��� tip #1� 11 ttt4 i ICY Mill and Mt'r ems. UO dU63BYJ�EW460ith nW ff®@6H*t9n, I60gV; We Mh Wbft* available. Company Name g ture of thorized Company fficial �Lisaffioolug, d e Proposal Forms CQNST v.06.14.2018 Page 30 of 71 &UBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check(A one of the following: ❑ NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential / Proprietary Information: Price sheets of manufacturers should not be made available for other vendors to view. These price sheets are for the use of BuyBoard personnel and members only. (Attach addition/sheets if needed.) Proposal Forms CONST v.06.14.2018 Page 31 of 71 Board Cooperative Purchasing 12007 Research Boulevard .Austin,Texas 78759-2439 - PH: 800-695-2919 . FAX: 800-211-5454 ' bu booardcom B. Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check(-V)one of the following: NO, Proposal (including forms,documentation,or other materials submitted with the Proposal)does not contain copyright information. ❑ YES, Proposal (including forms, documentation,or other materials submitted with the Proposal)does contain copyright information. If you responded"YES", identify below the specific documents or pages containing copyright information. Copyright Information: (Attach additional sheets if needed.) C.Consent to Release Confidential Pro rieta Copyright Information to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such Information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D.Consent to Release ProDosall Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publically release, including posting on the public BuyBoard website, a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non-award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. InSite Amenities, L.P. Company Name gn ure of Mhorized comparVfficial Lisa Woolsey Printed Name 1/22/19 Date Proposal Forms CONST v.06.14.2018 Page 32 of 71 &UBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com VENDOR BUSINESS NAME By submitting a Proposal, Proposer is seeking to enter into a legal contract with the Cooperative. As such, a Proposer must be an individual or legal business entity capable of entering into a binding contract. Proposers, must completely and accurately provide the information requested below or your Proposal may be deemed non-responsive. Name of Proposing Company: Insite Amenities, L.P. (List the/eaa/name of the company seeking to contract with the Cooperative. Do NOT/1st an assumed name,dba,aka, etc,here. Such information may be,provided below. If you are submitting a joint,proposal with another entity to,provide the same,proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if aifliated entities, which,propose to,provide goods or services separately must submit their own Proposals.) Please check M one of the following: Type of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership X Other X If other, identify Limited Partnership State of Incorporation (if applicable): Federal Employer Identification Number: 13-4269875 (Vendor must include a completed IRS W- form with their proposal) List the Name(s) by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note. If different than the Name of Proposing Company listed above, only valid trade names(dba, aka, etc.)of the Proposing Company may be used and a copy of your Assumed Name Certiflcate(s),if applicable,must be attached.) Proposal Forms CONST v.06.14.2018 Page 33 of 71 Request for Taxpayer Farm � Give Form to the (Rev,October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. InSite Amenities, L.P. 2 Business name/disregarded entity name,if different from above Q 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions codes apply onl to � P Y P� ( ppY Y following seven boxes. certain entities,not individuals;see a instructions on page 3): o ❑ Individual/sole proprietor or ❑ C Corporation ❑S Corporation ❑✓ Partnership ❑Trust/estate single member LLC Exempt payee code(it any) CIL 0 ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► `p « Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemptson from FATCA reporting c to LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(if any) o` E another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLG that y is disregarded from the owner should check the appropriate box for the tax classification of its owner. v ❑ Other(see instructions)► (Appl—to s covnlsmal Wned Wmide rha U.S.) m 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) m rn 9176 H de Road B City,state,and ZIP code Fort Worth,TX 76179-4040 7 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(S .However,for a -m - resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see Now to get a TIN,later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 1 3 - 4 2 6 9 8 M75 LMM Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because;(a)I am exempt from backup withholding,or(b)I.have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that i am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later. Sign Signature of I �7 Here U.S.person► �� 1 , Date► General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise a Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments .Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption .Form 1 D99-A{acquisition or abandonment of secured property} taxpayer identification number(ATIN),or employer identification number - (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-lNT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) &PBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR'�. All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendors agreement and ability to comply, where applicable, by having Vendor's authorized representative complete and initial the applicable boxes and sign the acknowledgment at the end of this form. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO,ff the Vendor is unable or unwilling to comply, A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member's provision shall control. Proposal Forms CONST v.06.14.2018 Page 34 of 71 &PBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'. In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback"Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Proposal Forms CONST v.06.14.2018 Page 35 of 71 &UBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of $150,000, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Proposal Forms CONST v.06.14.2018 Page 36 of 71 Board® Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 - PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 12. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification: YES, I agree or Vendor Certification Item No. NO, I do NOT agree Initial 1. Vendor Violation or Breach of Contract Terms YES, l agree 2. Termination for Cause or Convenience YES, I agree 3. Equal Employment Opportunity YES, I agree 4. Davis-Bacon Act YES, I agreeAX) 5. Contract Work Hours and Safety Standards Act YES, I agree /AO) 6. Right to Inventions Made Under a Contract or Agreement YES, I agree ou J 7. Clean Air Act and Federal Water Pollution Control Act YES, I agree ) 8. debarment and Suspension YES, I agree 9. Byrd Anti-Lobbying Amendment YES, I agree Y-) 10. Procurement of Recovered Materials YES, I agree 1v 11. Profit as a Separate Element of Price YES, I agree 12. General Compliance and Cooperation with Cooperative Members YES, I agree By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. InSite Amenities, L.P. Company Name Lll§ig ture of uthorized Compao Official Lisa Woolsey Printed Name Proposal Forms CONST v.06.14.2016 Page 37 of 71 &UBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work") under the BuyBoard contract contemplated by this Proposal Invitation ("Contract's. Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where indicated below, and submit the signed questionnaire and your responses to all questions in one document with your Proposal. You must submit the signed questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. 15 years, no former business names Not for sale or any significant altering business or acquisition. 2. Describe Proposer's direct experience (not as a subcontractor) performing the work proposed under this contract. Include a brief description of the projects you have completed for Texas governmental entities in the last 5 years, and include for each the project name, scope, value, and date, and the name of the procuring government entity and entity contact person. Identify the contracts that best represent Proposer's capabilities relative to this contract. Poligon representative for North Texas and BuyBoard Vendor for it since 2004. See attached. 3. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. InSite Amenities 1 - Lisa Woolsey 15 years with design, sales, install, coordination for Poligon plus previous years for city park design, bid, and construction. L.J. Design & Construction 9-12 including Lisa & Greg Woolsey advising customers, & coordinating construction. Poligon-certified installers. Proposal Forms CONST v.06.14.2018 Page 38 of 71 &UBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 4. The Contract does not include architectural or engineering services, which must be procured separately, outside of the Cooperative, in accordance with Chapter 2254 of the Texas Government Code (Professional Services Procurement Act). If you are performing work under the contract on a project that requires the services of an architect or professional engineer, how will you work with a Cooperative member and its designated architect or engineer with respect to services that must be procured outside the contract? InSite and LJDC are both experienced working with ouyside architectural/engineering providers for BuyBoard projects as well as bid-build and negotiated work. We provide manufacturer's data and drawings and communicate site-specific coordination for project integration with other related fields (grades, electrical sweeps, etc.) 5. Describe the tasks and functions that can be completed by Proposer in-house without the use of a subcontractor or other third party. Design/model selection assistance for sales, construction coordination, and assistance from planning/budgeting stages through installation. Experience and technical knowledge of supplied building products. 6. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. Have successfully financed and managed BuyBoard provide/install projects from small to over $300K with no defaults or claims. InSite bonding capacity approx. $ 1 million. Ins. coverage for L.J. Design & Constr.: CGL $2 mil, WC per stature and Employers Liability $1 mil, Commercial Auto Liability $2 mil. Debtor Party 7 yr - 0/None. 7. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. No. Proposal Forms CONST v.06.14.2018 Page 39 of 71 &UBoard kJ U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 8. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. Include any contract for which the surety was notified of a potential claim in regards to a payment or performance bond. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, notice to surety, failure to complete or deliver the work, or termination. None. 9. List all litigation or other legal proceedings (including arbitration proceedings and/or claims filed with a surety in regards to a payment or performance bond), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), if applicable, nature of the claim, and resolution or current status. None. 10. Describe in detail the quality control system Proposer will use, including third party auditing certification, to support the long-term performance and structural strength of the products to be used in a project under the Contract. Manufacturer has own quality control staff we coordinate with and third party audit certifications we provide to clients as needed. LJDC is Poligon factory-certified installer. We coordinate with member's outside test/audit providers. All installation work is warranted for one year. 11. If the work will require Proposer to tender performance or payment bonds, provide the name of the bonding company or surety that will issue such bonds. Sure Tec Insurance Company, 5741 Legacy Fr. #210, Plano TX 75024 Attorney-in-Fact: Jeremy Barnett Resident Agent (Dallas County): Jeremy Barnett, 18601 LBJ Freeway #40, Mesquite TX 75150 Proposal Forms CONST v.06.14.2018 Page 40 of 71 D All 0 Boa►�d Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.corn 12. Describe in detail all documented safety issues, if any, that have involved Proposer in the last three (3) years related to the type of work contemplated under this contract. Provide a 3-year history of your firms workers compensation experience modifier. 0/No documente d safety issues. WC experience modifier: 0.83, 0.83, 0.83 By signature below, I certify that the information contained in and/or attached to this Proposal Invitation Questionnaire in response to the above questions is true and correct and that I am authorized by my company to make this certification. InSite Amenities, L.P. Company Name v L-!�iigrgture o uthorized ComptVdfMial Proposal Forms CONST v.06.14.2018 Page 41 of 71 &PBoard kj U Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com REQUIRED FORMS CHECKLIST (Please check(v)the following) ❑ Completed: Proposer's Agreement and Signature ❑ Completed: Vendor Contact Information ❑ Completed: Felony Conviction Disclosure and Debarment Certification ❑ Completed: Resident/Nonresident Certification ❑ Completed: No Israel Boycott Certification ❑ Completed: No Excluded Nation or Foreign Terrorist Organization Certification ❑ Completed: Historically Underutilized Business (HUB) Certification) ❑ Completed: Construction Related Goods and Services Affirmation ❑ Completed: Deviation/Compliance ❑ Completed: Location/Authorized Seller Listings ❑ Completed: Manufacturer Dealer Designation ❑ Completed: Texas Regional Service Designation ❑ Completed: State Service Designation ❑ Completed: National Purchasing Cooperative Vendor Award Agreement ❑ Completed: Federal and State/Purchasing Cooperative Experience ❑ Completed: Governmental References ❑ Completed: Marketing Strategy ❑ Completed: Confidential/Proprietary Information ❑ Completed: Vendor Business Name with IRS Form W-9 ❑ Completed: EDGAR Vendor Certification ❑ Completed: Proposal Invitation Questionnaire ❑ Completed: Required Forms Checklist ❑ Completed: Proposal Specification Form with Catalogs/Pricelists and Manufacturer Authorization Letters *Catalogs/Pricelists must be submitted with proposal response or response will not be considered. Proposal Forms CONST v.06.14.2018 Page 42 of 71 TM a O PORTERU A L,O. CORE company Date: January 22, 2019 Subject: Manufacturer's Representatives To Whom It May Concern, Please allow this letter to serve as confirmation that In-Site Amenities and BJ's Park & Recreation are approved to sell and install our products in Texas. The division of regions is as follows: In-Site Amenities— Regions 7, 8, 9, 10, 11, 12, 14, 15, 16, 17, 18 and 19. BJ's Park & Recreation— Regions 1, 2, 3, 4, 5, 6, 12, 13 and 15. Please contact me if you have any questions. I appreciate your time. Sincerely, Ben Judy Director of Sales & Marketing poligon° • porterSlh( r P A C. www.portercorp.com P: 616-888-3500 4240 N 136th Ave, Hollond M/49424 10/12/21,2:11 PM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWORT11 DATE: 6/23/2020 REFERENCE**M&C 20- LOG NAME: 13P COOP PLAYGROUND NO.: 0151 EQUIPMENT BB PARD TT CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Purchase Agreements with Multiple Vendors for Recreation Equipment and Field Lighting Products Using a Cooperative Contract for the Parks & Recreation Department in the Combined Annual Amount Up to $750,000.00 and Authorize Two Annual Renewal Options (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize Purchase Agreements with the vendors listed below for parks and recreation equipment and field lighting products using Texas Association of School Boards (BuyBoard) Contract No. 592-19 for the Parks and Recreation Department in the combined annual amount up to $750,000.00 and authorize two annual renewal options. DISCUSSION: The Parks & Recreation Department (PARD) approached the Purchasing Division to finalize annual agreements to purchase new equipment and replacement pieces from multiple vendors which will be installed by the PARD Small Capital Projects Crews (SCPC) and maintenance staff. PARD staff recommends awarding multiple vendors offering a variety of products offered through BuyBoard Contract No. 592-19. Recommended vendors and award amounts are listed below: Vendor Award Amount Total Recreation Products, Inc. $250,000.00 Childs Play, Inc. $150,000.00 Insite Amenities, L.P. $100,000.00 Webuildfun, Inc. $100,000.00 Whirlix Design, Inc. $20,000.00 Kompan, Inc. $5,000.00 American Ramp Company, Inc. $5,000.00 Shade Structures, Inc. $5,000.00 Lea Park & Play Inc. $25,000.00 Play and Park Structures $5,000.00 BSN Sports, LLC $75,000.00 Playground Solutions of Texas, $10,000.00 Inc. Total $750,000.00 apps.cfwnet.org/counciI_packet/mc_review.asp?ID=27720&counciIdate=6/23/2020 1/2 10/12/21,2:11 PM M&C Review COOPERATIVE PURCHASE - The Purchasing Division will use BuyBoard Contract No. 592-19 to purchase new equipment and replacement pieces, from multiple vendors which will be installed by the SCPC and maintenance staff. State law provides that a local government purchasing an item under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the items. BuyBoard contracts have been competitively bid to increase and simplify the purchasing power of government entities. M/WBE OFFICE -A MBE/SBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity. AGREEMENT TERMS —This agreement will commence upon City Council approval, and end September 30, 2020 to coincide with BuyBoard contract No. 592-19. RENEWAL OPTIONS - The BuyBoard Agreement may be renewed at the City's option for two additional one-year terms if BuyBoard renews its contract. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and award of the contract, funds are available in the current operating and capital budgets, as appropriated, of the General and Capital Project Funds. Prior to any expenditure being incurred, the Park& Recreation Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account roject Program Activity udget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Kevin Gunn (2015) Originating Department Head: Reginald Zeno (8517) Additional Information Contact: Cynthia Garcia (8525) Tempy Thomas (7648) ATTACHMENTS Buy Board Docs .pdf a pps.cfwnet.o rg/council_packet/mc_review.asp?I D=27720&cou nci Idate=6/23/2020 2/2