Loading...
HomeMy WebLinkAboutContract 57811 CSC No. 57811 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Winfield Solutions,LLC ("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 4. Exhibit C—Conflict of Interest Questionnaire. Exhibits A, B, and C which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A 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 A and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall be an amount not to exceed Fifty Thousand Dollars and Zero Cents ($50,000.00). 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 coincide with the terms of the Cooperative Agreement beginning on June 1, 2022, and ending on May 31, 2023. City shall be able to renew this agreement for two one-year renewal options by written agreement of the parties. 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 Winfield Solutions, LLC Attn: Valerie Washington, Assistant City Attn: Greg Bronniman, Sales Manager 1221 Champion Circle 9107 200 Texas Street Carrollton. TX 75006 Fort Worth, TX 76102-6314 Facsimile: 214-631-8319 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: Valerie Washington(Jul8,202211:00 CDT) responsible for the monitoring and administration Name: Valerie Washington of this contract,including ensuring all performance Title: Assistant City Manager and reporting requirements. Date: APPROVAL RECOMMENDED: By: Matthew Quinn(Jul 202211:22 CDT) Name: Matthew Quinn Title: Management Analyst II R dtard ZAIM& By. Richard Zavala(Jul7,202213:51 CDT) APPROVED AS TO FORM AND LEGALITY: Name: Richard Zavala Title: Director Taylor Parls Date:l02 .0signed by 811:4orParis 1 1 J Date:2022.06.28 11:43:48 ATTEST: By: -05'00' Name: Taylor Paris Title: Assistant City Attorney By: J ette S.Goodall(Jul 8,2022 14:1 T) CONTRACT AUTHORIZATION: Name: Jannette S. Goodall M&C: 22-0441 ��pU�U� Title: City Secretary ad OR DFoF 0000r�yaa VENDOR: °0 0 Winfield Solutions LLC 000 °_� 0 �� o0 o By. Greg Bronniman(Jul 6,2022 C7��GGI 757) aaa�nEXA5o40 Name: Greg Bronniman Title: Sales OFFICIAL RECORD Date: Jul 6, 2022 CITY SECRETARY FT. WORTH, TX PFBoard® Capperativeft hnsfrig P.O. Sax 400 Austin, TX 78767-0400 600,695.2919 / 512.467,0222 J Fax:800.211,5454 buyboard.com April 29, 2020 Sent Via Email: gkbronniman@landolakes.com Greg Bronniman WinField United 1221 Champion Circle #107 Carrollton, TX 75006 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Grounds Maintenance Equipment, Irrigation Parts, Supplies and Installation, Proposal No. 611-20 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 6/1/2020 through 5/31/2021, 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. 611-20 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, = Tea Texas Municipal League, Texas Association of Counties.and the Texas Association of School Administrators. Board Cnaperative Purchasing 12007 Research Boulevard , Austin,Texas 78759-2439 * PH: 800-695-2919 - FAX: 800-211-5454 , buyboard,com PROPOSER'S AGREEMENT AND SIGNATURE Proposal Name: Grounds Maintenance Proposal Due Date/Opening Date and Time: Equipment, Irrigation Parts, Supplies and December 5, 2019 at 4:00 PM Installation Location of Proposal Opening: Texas Association of School Boards, Inc, BuyBoard Department Proposal Number: 611-20 12007 Research Blvd. Austin,TX 78759 Anticipated Cooperative Board Meeting Date: ContractTime Period: April 2020 June 1, 2020 through May 31, 2021 with two (2) possible one-year renewals. Winfield United 11 -18-2019 Name of Proposing Company Date 1221 Champion Circle #107 Z5 Street Address Signature of Authorized Company Official Carrollton, TX 75006 Greg Bronniman City, State, Zip Printed Name of Authorized Company Official 214-500-8862 Sales Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 214-631 -8319 26-0748410 Fax Number of Authorized Company Official Federal ID Number Page 10 of 72 Proposal Forms COMMISVCS v.09.12.2019 Board Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 - buyboard.com VENDOR CONTACT INFORMATION Name of Company: Winfield United Vendor Proposal/Contract Contact fume: Greg Bronniman Vendor Proposal/Contract Contact E-mail Address: gkbronniman@landolakes.com Vendor Contact Mailing Address for Proposai/Contract Notices: 1 221 Champion Circle # 107 Carrollton, Tx 75006 Company Website: Wwwwnfieldunitedpro.com 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: Fx� I will use the internet to receive purchase orders at the following address: Purchase order E-mail Address: gkbronnman@landolakes.com Purchase order Contact: Greg Bronniman Phone: 214-500-8862 Altemate Purchase Order E-mail Address: JmCabOrl@landolakeS.Com Alternate Purchase Order Contact: John Cabori phone: 713-819-3718 ❑ 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. Reuuest for Ouotes ["RFO"I: Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: RFQ E-mail Address: gkbronniman@landolakes.com RFQ Contact: Greg Bronniman Phone: 214-500-8862 Alternate RFQ E-mail Address: jmcabori@landolakes.com Altemate RFQ Contact: John Cabori Phone: 713-819-3718 Page 12 of 72 Proposal Forms COMM/SVCS v.04.12.2019 WBoard COgperativePtirchasing 12007 Research Boulevard • Austin,Texas 78759-2439 . PH: 800-595-2919 ' FAX: Soo-211-5454 • huyboard.com 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: Please choose only one (iI of the following options for receipt of invoices and provide the requested information: ig service fee invoices and related communications should be provided directly to my company at: Invoice Mailing address: 1221 Champion Circle #107 Department: City: Carrollton State: Tx Zip Code: 75006 Contact Name: Greg Bronniman Phone: 214-905-3887 Invoice Fax: 214-631-831 Invoice E-mail Address: gkbronniman@landolakes.eom Alternative Invoice E-mail Address: rrjackson@landolakes.com ❑ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent**: Billing agent Mailing address: Department: City: State: Zip Code: Billing Agent Contact Name: Phone: Billing Agent Fax: Billing Agent E-mail Address: Alternative Billing Agent E-mail Address: **If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to,payment of all service fees under any Contract awarded Vendor. Page 13 of 72 Proposal Forms COMM/SVCS v.09.12.2019 AyBoard eaupe,rativePurchasing 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 Oone of the following: ❑ My company is a publicly-held Corporation. (Advance notice requirement does not apply to publicly-held corporation.) On 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. Winfield United Company Name Greg Bronniman Signature of Authorized Company Official 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. Winfield United Company Name Greg Bronniman Signature of Authorized Company Official Printed Name Page 14 of 72 Proposal Forms COMM/svGs v.09.12,2019 wBoard ouperative Purchasing 12007 Research Boulevard ' Austin,Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' buvbaard.com RESIDENT NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a"resident"proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A "nonresident"proposer is a person who is not a Texas resident. Please indicate the status of your company as a"resident" proposer or a"nonresident"proposer under these definitions. Please check ( one of the following_ ❑■ I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. if your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your 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 one of the followin : (] 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. Winfield United Company Name Greg Bronniman Signature of Authorized Company Official Printed Name Page 15 of 72 Proposal Forms COMMISJCS v.09.12.2019 Board Cooperative Parchasing 12007 Research Boulevard • Austin,Texas 78759-2439 - PH: 800-695-2919 ' FAX: 800-211-5454- b bout ard.com NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, as amended effective May 7, 2019 (H.B. 793), a Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEx.GovT CODE Ch. 2270). Accordingly, this certification form is included to the extent required by law. ,,Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. TEx. Gov'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. Winfield United Company Name Greg Bronniman Signatur�fAut�horized Company Official Printed Name Note: If Vendor does not wish to make this certification,return the blank form in lieu of a completed certification. 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. Winfield United Company Name Greg Bronniman Signature of Authorized Company Official Printed Name Page 16 of 72 Proposal Forms COMM/SVCS v.09.12.2019 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 Minodty[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 (-/)all that apply' ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service-connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: My company has NOT been certified as a HUB. 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. Winfield Untied Company Name Greg Bronniman Printed Name nature of Authorized Company Official Page 17 of 72 Proposal Forms COMM/sirs v.09.12,2019 Board® Cooperative Purchasing 12007 Research Boulevard . Austin,Texas 78759-2439 , PH. 800-695-2919 • FAX: 800-211-5454 • bu bo.�ard.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'O, 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 cornNendor/Resources.aspx provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction-related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. 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. Winfield United Company Name ` Greg Bronniman Signat^ur ae f Authorized Company©fficial Printed Name 11 -18-2019 Date Page 18 of 72 Proposal rurins CaMM/SVCS v.69.17.2619 Board Cooperative Parchasiag 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454- buyboard.com DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. 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_ Fal NO; Deviations ❑ YeS; Deviations List and fully explain any deviations you are submitting: PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: ❑■ Common Carrier 0 Company Truck ❑ Prepaid and Add to Invoice ❑ Other: 2. Payment Terms: rZ-1 Net 30 days ❑ 111/a in IQ/Net 30 days ❑ Other: 3. Number of Days for Delivery: 2 ARO 4. Vendor Reference/Quote Number: BuyBOard S. State your return policy: 1 5% restock fee 6. Are electronic payments acceptable? ❑Yes ❑ No 7. Are credit card payments acceptable? WYes ❑ No Winfield United Company Name { Greg Bronniman Signature of Authorized Company Official Printed Name Page 19 of 72 proposal Forms COMM/SVCS v.09.12.2019 ArBoard cooperative-Parchasing 12007 Research Boulevard • Austin,Texas 787S9-2439 ' pH: 800-695-2919 • FAX: 800-211-5454 • bu bo_ ard.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. Winfield United Company Name 4818 North Sam Houston Parkway #100 Address Houston Texas 77086 City State zip 713-819-3718 Phone Number Fax Number John Cabori Contact Person Winfield United Company Name 6085 Corridor Parkway #150 Address Schertz Texas 78154 City State Zip 210-889-4258 Phone Number Fax Number Jason Fischer Contact Person Page 20 of 72 Proposal Forms COMM/S11C5 v.04.12.2019 Board Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 - PH: 800-695-2919 , FAX: 800-211-5454 - buvboard.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. 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 21 of 72 Proposal Forms[OMM/SVCS v.09.12,2614 ArBoard cooperativePurchasing 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 willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members(i.e., if you will service only states other than Texas),you must so indicate on this form. Regional Education Service Centers 0 I will service Texas Cooperative members statewide. —�"f" ❑ I will not service Texas Cooperative members �'� •^ statewide. I will only service members in the regions checked below: Reckon Head uarters >, .µ-i _�,_. _ €= y ❑ 1 Edinburg �� ��, •� _- __ ❑ 2 Corpus Christi „i ❑ 3 Victoria l� , �Ya ❑ 4 Houston b �i� Ie. � � ❑ 5 Beaumont "� R p�' ❑ 6 Huntsville •- ❑ 7 Kilgore ❑ 8 Mount Pleasant ❑ 9 Wichita Falls ❑ 10 Richardson ❑ 11 Fort Worth ❑ 12 Waco �1 ❑ 13 Austin -- . l ❑ 14 Abilene Y ,� ❑ 15 San Angelo �ti.���1 ❑ 16 Amarillo Winfield United ❑ 17 Lubbock ❑ 18 Midland Company Name ❑ 19 El Paso ❑ 20 San Antonio nature of Authorized Company Official Greg Bronniman ❑ I will not service members Printed Name of the Texas Cooperative. Page 22 of 72 Proposal Forms COMM/SVCS v.09.12.2019 AgBoard ooperafivePurchasing 12007 Research Boulevard . Austin,Texas 78759-2439 . PH: 8o0-695-2919 • PAX: 800-211-5454• b b_ua rd.corn 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 dearly 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!) 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 24 of 72 Pmposal Forms Comm/Svcs v.09.12.2019 ArBoard Couperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 - PH: 800-695-2919 ' FAX: 800-211-5454• buyboard.corn 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. Winfield Unified \ Company Name Greg Bronniman S gnature of Authorized Company Official 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 25 0€72 PmposA Forms COMM/SVCS v.09.12.2019 WC oard° aopErativE 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'l awards Vendor a contract under this Proposal Invitation ("Underlying Award"},the National Purchasing Cooperative ("National Cooperative's may - but is not required to - "piggy-back"on or re-award all or a portion of that Underlying Award ("Piggy-Back Award'. By signing this National Cooperative Vendor Award Agreement (''Agreement', Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy-Sack Award, the National Cooperative Administrator ("BuyBoard Administrator") will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Sack 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 COMMISVCS v.09.12.20I9 Page 26 of 72 i Board wooperative Purchasing 12007 Research Boulevard ' Austin,Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454, buvboard.com 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria,Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy- Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. Name of Vendor Proposal Invitation Number Signature of Authorized Company Official Printed Name of Authorized Company Official Date Proposal Forms COMM/SVCS v.49.12.2019 Page 27 of 72 Board 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? ' ' ■■ ITY GROUP ■O' OR 1. Federal General Services Administration 2. T-PASS (State of Texas) 3. OMNIA Partners 4. Sourcewell (NIPA) 5. E&I Cooperative 6. Houston-Galveston Area Council (HGAC) 7. Choice Partners 8. The Interlocal Purchasing System (TIPS) 9. Other ❑■ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS, CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%): 5% Proposed Discount(%). 5% Explanation: Sarre % discount Proposal Forms COMM/SVCS v.09.12.2019 Page 28 of 72 AwIp Board Cuupe,rativePurchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.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. Winfield United � Company Name Greg Bronniman Signature of Authorized Company OfFcial Printed Name Proposal Forms COMMIS/CS v.09.12.2019 Page 29 of 72 AwBoard® evuPerative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 ' PH: 800-695-2919 • FAX: 800-2J 1-5454• b buY oard-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 Coppell Lloyd Mauch 972-462-5119 Irnauch@coppelltx.gov Catalog price list >$20,000 z City of Garland Mike Kimbrell 972-205-3585 mkimbrel@garlandtx.gov Catalog price list >10,000 3.Town of Addison Paul Jackson 214-208-4103 pjackson@addisontx.gov Catalog price list >15,000 4 Garland ISD Tom O'Leary 214-886-1894 gtoleary@garlandisd.net Catalog price list >20,000 5. Dallas ISD Craig Denne 972-925-5325 rdennie@dallasisd.org Catalog price list >5,000 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 ❑ If YES, please explain: Some products we offer have "Agency Pricing". Price is adjusted up or down depend on the manufacture. By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. Winfield United Company Name ignature of Authorized Company Official Greg Bronniman Printed Name Proposal Forms COMM/Svcs v.09.12.2019 Page 30 of 72 Board Cuaperative Purchasing 12007 Research Boulevard , Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • bow ard.com 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. Winfield will inform Coop members by using the following means: 1 . Support and attend trade shows that Coop members attend. 2. Email notifications 3. Individual sales reps will call on Coop members 4. Informing members by phone 5. Use BuyBoard signage at our Winfield Academy's Winfield United Company Name gn�oAuthorizied Company Official Greg Bronniman Printed Name Proposal Forms COMM/SVCS v.09.12.2019 Page 31 of 72 AwBoard Coaparative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 , FAX: 800-211-5454 • buvboard.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 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 trust 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 Proposers 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: (Attach additional sheets if needed.) Proposal Forms COMMISVCS v.09.12.2019 Page 32 of 72 Board® Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 , FAX: 800-211-5454• bLb b rd.com B. Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check 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 rfneeded.) C.Consent to Release CQnfidential/ProRrietarvICopyriciht 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 Pro 1 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. Winfield United Company Name gnatur f uthorized Company Official Greg Bornniman Printed Name 11--18-2019 Date Proposal Forms coMM/SVCS v.09.12.2019 Page 33 of 72 Board 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: Winfield United (List the gjLt name of the company seeking to contract with the cooperative. Do NOT list 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 submit5ng entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which pmpose to provide goods or services separately must submit Meir own Proposals.) Please checkone of the following: Tyue of Business: Individual/Sole Proprietor Corporation Limited Liability Company X Partnership Other If other, identify State of Incorporation (if applicable): Federal Employer Identification Number: 26-0748410 (Vendor must include a completed IR -9 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 die Proposing Company may be used and a copy of your Assumed Name ceruficate(s),if applicable,must be attached.) Proposal Forms COMiM/SVCS v.09.12.2019 Page 34 of 72 i Board Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 buvboard.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 Vendor's 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,"the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the Simplified Acquisition Threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, 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 paymentfs}. 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 coMMiSVCS v.09.12.2019 Page 35 of 72 P0 Board 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's. 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 Furors coMM/WCS v.09.12.2019 Page 36 of 72 oard@ 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 the Simplified Acquisition Threshold, 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 COMM/SVCS v.09.12.2019 Page 37 of 72 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 2. Termination for Cause or Convenience Yes 3. Equal Employment Opportunity Yes 4. Davis-Bacon Act Yes 5. Contract Work Hours and Safety Standards Act Yes 6. Right to Inventions Made Under a Contract or Agreement Yes 7, Clean Air Act and Federal Water Pollution Control Act Yes 8, Debarment and Suspension Yes 9. Byrd Anti-Lobbying Amendment Yes 10. Procurement of Recovered Materials Yes 11. Profit as a Separate Element of Price YES 12. General Compliance and Cooperation with Cooperative Members Yes 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. Winfield United Company Name ?179nature of Authorized Company Official Greg Bronniman Printed Name Proposal Fomis COMM/SrCS v.09.12.2019 Page 38 of 72 i Board® wooperative 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'l under the BuyBoard contract contemplated by this Proposal Invitation ("Contract"}. Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, 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 Winfield Solutions, Winfield, Winfield United 2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. Each of our locations has a dedicated Operations staff for timely deliveries. Each of our locations are staffed with Sales and technical reps to assist with any questions about products or services. 3. 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 firms past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. Winfield United is a division of Land o Lakes. Land o Lakes is ranked on the Fortune 500 with revenue of $14 billion and over 10,000 employes worldwide. General liability insurance is $10,000,000. Proposal Forms COMM/SVCSv,09.12.2019 Page 39 of 72 Board Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454• b b�.com 4. Roes your company have any outstanding Financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. None 5. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. None 6. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that 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), nature of the claim, and resolution or current status. None 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. Winfield United Company Name _ ignature of uthorized Company Official Proposal Forms COMM/SVCS v.09.12.2019 Page 46 of 72 sardrativeCnnpe Purchasing 12007 Research Boulevard , Austin,Texas 78759-2439 , PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com REQUIRED FORMS CHECKLIST (Please check(v�the following) Completed: Proposers Agreement and Signature Corned: 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) Er Completed: Construction Related Goods and Services Affirmation d Completed: Deviation/Compliance Cowed: Location/Authorized Seller Listings Q� 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 [r] Completed: Vendor Business Name with IRS Form W-9 d Completed: EDGAR Vendor Certification Completed: Proposal Invitation Questionnaire [►�]� Completed: Required Forms Checklist Colleted: Proposal Specification Form with Catalogs/Pricelists and Manufacturer Letters xCal3l0gS1prir�-J&s must be subm&ed with pmposal responsz orresponse svr71 r of be cortsrdered Proposal Forms coMM/SVCs v.09.12.2019 Page 41 of 72 W; Board Proposal Invitation No. 611-20-Grounds Maintenance Equipment,Irrigation Parts, Supplies Installation l --s.!Fricel:sts mu i be subri[mmc%vi,h rp�o�al or Prcc 1 will rti ;e c ns,cered'.1 NOTE 1:Vendors proposing various manufacturer product lines per line item on the Proposal Spec cation Form must submit the information as follows or proposal may not be considered: Llanufacturers shall he listed in alphabetical order aendorrs must list one specific percentage discount for each Manufacturer listed. If a vendor's response to Proposal Specification Form states"please see attachment sheet,"all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Farm or Vendor's proposal may not be considered. NOTE 2:An awarded Vendor must be approved by the manufacturer to sell,install,and service the brand of equipment submitted.Proposer's responding to this Proposal Invitation should submit an approval letter from each manufacturer.Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation,in lieu of an authorization Fetter,music submit a letter explaining that the company is the manufacturer of the products proposed. Section 1:Grounds Maintenance E ui ment,supplies,Parts and Accessories- PURCHASE ONLY State Percent(%) of Discount off State Name of Exceptions to Item Catalog/ Catalog/ Discount No. Short Description Full Description Discount(%)Off Please state the discount(%)off catalog/pricelist for Tractors, 0 Catalog/Pricelist for I Tractors,Equipment, Equipment,Supplies,and Accessories(20 to 20i7 Engine HP). — CataloglPricelist MUST be included or proposal will not be considered. SUpplie5r and Accessories Discount(%)Off na Catalog/Pricelist for Lawn Please state the discount(%)off catalog/pricelist for Lawn and 0 2 and Garden Tractors, Garden Tractors,Equipment,Supplies,and Accessories. °� Equipment,Supplies,and Catalog/Pricelist MUST be included or proposal wiSl not be considered. Accessories na Discount(°i°)Off Please state the discount(%)off catalog/pricelist for Front Mowers, 3 Catalog/Pricelist for Front Equipment,Supplies,and Accessories. Catalog/Pricelist MUST be Mowers,Equipment, included or proposal will not be considered. Supplies,and Accessories na Discount(%)Off Pleasestate the discount(%)off catalog/pricelist for Wide Area O 4 Catalog/Pricelist for Wide Mowers,Equipment,Supplies,and Accessories. catalog/Mceiist °� Area Mowers,Equipment, MUST be included or proposal will not be considered. Supplies,and Accessories PRQEQaLL N TE PROPOSAL SPECIFICATION FORM 1.Catalogs/pricelists are required to be submitted with Proposal Page 42 of 72 P-' FBaard- r �,u� Proposal Invitation No. 611-20-Grounds Maintenance Equipment,Irrigation Parts, Supplies Installation Catal Prczlists must be submitted ivrth Prop3sal or ProrDs':1 V,11 it Le eO-siLred .l State Percent(°/o) of Discount off State Name of Exceptions to Item Catalog/ CataloglPrice]ist' Discount No. Short Description Full Description Discount(%)Off 0 na Catalog/Price[ist for Zero Please state the discount(%)off cataloglpricelist for Zero Turn S Turn Mowers,Equipment, Mowers,Equipment,Supplies,and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. Supplies,and Accessories Discount(%)Off nG Catalog/Pricelist for Walk Please state the discount(%)off catalog/pricelist for Walk Behind 0 6 Behind Mowers, Mowers,Equipment,Supplies,and Accessories. catalog/Priceli st Equipment,Supplies,and MUST be included or proposal will not be considered. Accessories Discount(%)Off na Catalog/Price!"sst For Golf Please state the discount(%)off catalog/pricelist for Golf and Turf and Turf Carts and Carts and Equipment,Supplies,and Accessories(for uses in fleet, 0 7 a End Turf Supplies,and food/beverage,hospitality,maintenance,personal and transport). Catalog/Prkelist MUST be included or proposal will not be considered. Accessories Discount(%)Off na Catalog/Pricelist for All Please state the discount(%)off catalog/pricelist for All(Utility) 0 S (Utility)Terrain Vehicles, Terrain Vehicles,Equipment,Supplies,and Accessories. Equipment,Supplies,and Catalog/Pricelist MUST be included or proposal will not be considered. Accessories na Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Cutters and 0 % 9 Cutters and Shredders, Shredders,Equipment,Supplies,and Accessories. catalog/Pricelist Equipment,Supplies,and MUST be induded or proposal will not be considered. Accessories na Discount(%)Off Catalog/Pricelist for please state the discount(%)off catalog/pricelist for Sprayers, 0 10 Supplies,and Accessories. Catalog/Pricelist MUST be included or Sprayers,Supplies,and proposal will not be considered. Accessories pEtopoSAL N PROPOSAL SPECIFICA77ON FORM 1.Cat3iogs/Pricelists are required to he submitted with Proposal Page 43 of 72 FFBoard� aP—r;,eP ua w Proposal Invitation No. 611-20-Grounds Maintenance Equipment, Irrigation Parts,Supplies Installation Ca`zlxslPriCeCsts must be submItted with Pr6Dosal or Vnll not be Ccas�deredi.} State Percent(DA) Item of Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist1 Catalog/Price]ist' Discount na Discount(%)Off 0 Catalog/Pricelist for please state the discount(°/o)off catalog/pricelist for Scraper, li Scraper,Supplies,and Supplies,and Accessories. CataloglPricelist MUST be included or proposal will not be considered- Accessories Discount(%)O na Off Catalog/Pricelist for Hand Please state the discount(%)off catalog[pricellst for Hand Held 0 12 Held Gounds Maintenance Grounds Maintenance Equipment,Supplies,and Accessories. Equipment,Supplies,and Catalog]Pricelist MUST be included or proposal will not be considered. Accessories Discount(%)Off na CatalaglPricelist for please state the discount(%)off catalog/pricelist for Landscape and 0 13 Turf Care Attachments. Catalog/Price[ist MUST be included or proposal Landscape and Turf Care will not be considered. Attachments Discount(%)Off na Catalog/Pricebst for Please state the discount(%)off catalog/pricelist for Parking 0 14 Parking Lot/Sidewalk Lot/Sidewalk Sweepers,Supplies,and Accessories. Sweepers,Supplies,and Catalog/Pricelist MUST be included or proposal will not be considered. Accessories Discount(%)Off na CataloglPricelist for Turf please state the discount(%)off cataloglpricolist for Turf 15 Maintenance Sweepers Maintenance Sweepers and Equipment,Supplies,and 0 % and Equipment,Supplies, Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. and Accessories Discount(%)off na og/Pricelist for please state the discount(%)off cataloglpricefist for Outdoor 0 Catal 16 Scrubbers,Supplies,and Accessories. cataloglPricelist Must be Outdoor Scrubbers, Included or proposal will not be considered. Supplies,and Accessories PROPDSAL NOTE PROPOSAL SPECIFICATION FORM I.Catalogs/Pricelists are required to be submitted with Proposal rage 44 of 72 .Board g r.Qapsrsli.t Proposal Invitation No. 611-20-Grounds Maintenance Equipment, Irrigation Parts,Supplies Installation (Czitalogsirricelists must be submitted oith Fraposal or Pro osai w11. -c=cons'bere '.' State Percent(IIfl) of Discount Off State Name of Exceptions to Item No. Short Descri lion Full Description Catalog/Pricelistl Catalog/Pricelist' Discount i Discount(%)Off Please state the discount(%)off catalog/pricelist for Hydroseed'Ing 0 Catalog/Pricelist for 17 Hydroseeding Equipmen# Equipment,pment,Supplies,and Accessories. Catalog]PricelisMltST be , induded or proposal will not be considered. Supplies,and Accessories na Discount(%)Off Catalog/Pricelist for Bark Please state the discount(°/o)off catalog/pricelist for Bark and Straw 0 18 and Straw Blowers and Blowers and Crimper Equipment,Supplies,and Accessories. °I0 Crimper Equipment, catalog/Price]ist MUST be included or proposal will not be considered. Supplies,and Accessories na Discount(%)Off Catalog/Pricelist for All Please state the discount(%)off catalog/pricelist for All Other Types 0 19 Other Types of Grounds of Grounds Maintenance Equipment,Supplies and Accessories. Maintenance Equipment, catalog/pricelist MUST be included or proposal will not be considered. Supplies and Accessories na Discount(%)Off Please state the discount(u/n)off catalog/pricelist for Ground 0 ZU Catalog/Pricelist for Maintenance Equipment Repair Parts. catalog/pricelist MUST be 0/0 Ground Maintenance included or proposal will not be considered. Equipment Repair Parts na Discount(%)Off Cataiog/Pricelist for Please state the discount(%)off catalog/pricelist for Ground 0 21 Ground Maintenance Maintenance Equipment Service Agreements. catalog/Prieelist Equipment Service MUST be included or proposal will not be considered. Agreements PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are required to be submitted with Proposal Page 15 of 72 7Bvard._ Proposal Invitation No. 611.-20-Grounds Maintenance Equipment, Irrigation Parts, Supplies Installation -- Section II:Grounds Maintenance Equipment-RENTAL ONLY'Rental Rate Price Sheet must be submitted with Proposal or Proposal will not be Considered . State Percent(%) Item of Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelistl Catalog/Pricelist' Discount I na Discount(%)Off Catalog/Pricelistfor Flease state the discount(%)off catalog/pricelist for Rental of All O 22 Rental of All Types of Types of Grounds Maintenance Equipment,Accessories and _ Grounds Maintenance Attachments. Catalog/Pricelist MUST be included or proposal will not be Equipment,Accessories considered. and Attachments NOTE 3:Proposers responding to this Proposal Invitation for"Pre-Owned/Reconditioned/Retired Rental"equipment must also be approved by the manufacturer to sell pre-owned/reconditioned/retired rental equipment for the brand submitted and must submit an approval letter from each manufacturer with the Proposal, Manufacturer authorization letters must include the regions in which equipment can be sold. "Pre- Owned/Reconditioned/Retired Rental"shall be defined as equipment having been checked and inspected by a manufacturer authorized dealer prior to sale and shall be no older than sixty(60)months as of the date of delivery. Equipment listed as"Pre-Owned/Reconditioned/Retired Rental"shall be in good and working condition and shall include a minimum warranty of one-hundred eighty(180)days against any defect from workmanship and Parts and shall cover equipment repairs and/or component replacement.Total equipment usage hours as displayed on the service meter wiii have a maximum of one-thousand (1,000)hours per year of age and a minimum of seventy-five percent(75via)of wear remaining for tires,track,and/or ground engagement tools. Section III.Grounds Maintenance E ui ment Pre-Owned/Reconditioned/Retired Rental - PURCHASE ONLY State Percent TNo. 5hort of Discount off State Name of Exceptions to Description Full Description Catalog/Pricelistl Catalog/Pricelistf Discount na scunt(%)off Cataiog/Pricelist for Pre- Discount(91o)Off Catalog/Pricelist for all Pre- 23 Owned/ Reconditioned/ Owned/Reconditioned/Retired Rental of All 0 % Retired Rental of All Construction/Ground Maintenance Equipment.catalog/Pricelist Ground Maintenance MUST he included or proposal will not be considered. Equipment PRQP05AL NOTE PROPOSAL 5PECIFICATION FORM 1.Catalogs/Friceiisis are required to be submitted with Proposal Page 46 of 72 Board Proposal Invitation No. 611-20-Grounds Maintenance Equipment, Irrigation Parts,Supplies Installation - •I Sts roust be Suer-7__ 'c=oSal or ProposaS will not be tors"= = .1 _Section IV: Fertilizers, Nurse Products and Soils for Field/Turf Grounds State Percent(%) Item of Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelistl Discount Winfield/ No discount Discount(°r°)off BuyBoard Ion agency or Catalog/Pricelist for Field Please state the discount(%)off catalog/pricelist for Field and Turf 5 24 and Turf Fertilizer, Fertilizer,Conditioners,Dressings and Chemicals. Catalog I Pricelist °10 mSfp. Conditioners,Dressings MUST be induded or proposal will not be considered. and Chemicals na Discount(%)Off Please state the discount(%)off catalog/pricelist for Nursery 0 25 Catalog/Pricelist for Products(all types of trees,shrubs,and other related items). Nursery Products Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off Winfield/ Nor discount Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Specialty Soils 5 BuyBoard on agency Or 26 Specialty Soils for Athletic for Athletic Fields,Play Surfaces,or Park Surfaces. °� msrp. Fields,Play Surfaces,or Catalog/Pricelist MUST be included or proposal will not be considered. Parse Surfaces na Discount(%)Off Please state the discount(%)off cataloglpricelist for All Types of Z7 Catalog/Pricelist for All Landscape Accent Products(metal,plastic,steel,wood and other 0 Types of Landscape related items). Catalog/Priest MUST be Included or Proposal wiil not be Accent Products considered. Winfield/ No discount Discount(%)Off Please state the discount(%)off catalog/pricelist for All Other Types 5 BuyBoard on agency or CataloglPricelist for All 28 Other Types of Fertilizer of Fertilizer and Grounds Chemicals. Catalog/Pricelist MUST be msrp Included or proposal will not be considered. and Grounds Chemicals PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are required to be submitted with Proposal Page 47 or 77 vBoarff Proposal Invitation No. 611-20-Grounds Maintenance Equipment,Irrigation Parts,Supplies Installation c,atalocs Pricel Section V:Irri ation Su plies,Parts and Accessories State Percent(%) Item of Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Price]ist' Catalog/Pricelist' Discount Discount(%)Off Please state the discount(%)off catalog/pricelist for J 24 Catalog/Pricelist for Residential/Commercial Irrigation Controllers(solid state,light Residential/Commerdal commercial application, 12 to 60 station capability and related items). Irrigation Controllers catalog/Pricelist MUST be included or proposal vAll not be considered. na Discount(%)Off Please state the discount(%)off catalog/pricelist for Catalog/Pricelist for Residential/Commercial Irrigation Control Valves(I"to 4E pipe 0 30 Residential/Commercial size;glass filled nylon,polyvinyl chloride(pvc)or brass construction; °� Irrigation Control Valves electrically controlled;Row control capability and related items). Catalog/Prkelist MUST be included or proposal will not be considered. Please state the discount(%)off catalog/pricelist for na Catalo / rice Off O CatalogJPricelist for Residential/Commercial irrigation Sprinkler Heads(fixed spray 31 Residential/Commercial pattern,gear drive rotor 1/2"to i"inlet,various fixed arcs,plastic °� Irrigation Sprinkler Heads construction and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Please state the cl swGunt(°/a)off catalog/pricelist for Large na Discount(%)Off Commercial/Central Controllers(solid state or digital,computer 32 Catalog/Pricelist for Large driven,software to manage water distribution,central location to 0�9 Commercial/Central command field satellites,hard wired or wireless signal commands to Controllers field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Please state the discount(%)off catalog/pricelist for Large na Discount(°!o)Off Commercial Field Satellites(controls water distribution(sprinkler 33 Catalog/Pricelist for Large heads);stand alone or controlled by a central computer/controller;solid 0 % Commercial Field state;receives command signals either hard wire or radio link and Satellites related items).catalog/Pricelist MUST be included or proposal will not be considered. PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are requtred to be submitted with Proposal Page 48 or 72 cBoard' Proposal Invitation No. 611-20-Grounds Maintenance Equipment, Irrigation Parts,Supplies Installation Catal s,/Pricelists must he submitted with Proaosai or Proposal wit]not be considered'.) State Percent(%) Item of Discount off State Name of Exceptions to No. —Short Description Full Description Catalog/Pricelist' Cata[og/Pricelist, Discount Please state the discount(°`n)off catalog]pricelist for Large na Discount(%)Off Commercial Turf Sprinkler Heads(water distribution(sprinklers)for O Catalog/PricTur for Large °{° 34 large turf areas;31`minimum radius;minimum 12 GPM;minimum 1" Commercial Turf Sprinkler inlet; plastic construction and related items).catalog/priwist Musr be Heads included or proposal will not be considered. na Discount(%)Off please state the discount(%)off catalog/pricelist for All Types of Drip 0 p Catalog/Pricelist for All % 35 Types of Drip Irrigation Irrigation Products{residential,commerdat and industrial}. Catalog]Pricellst MUST be included or proposal will not be considered. Prod ucts na Discount(%)Off Please state the discount(%)off catalog/pricelist for Ail Types of Catalog/Pricelist for All 3b Types o€Aerating Aerating Fountain Products,Equipment and Lighting(residential, Fountain Products, commercial and industrial), catalog/Pricelist MUST be included or proposal will not be considered. Equipment and Lighting na Discount(%)Off Catalog/Pricelist for All Please state the discount(%)off catalog/pricelist for All Types of 0 37 Types of Irrigation Bunker Irrigation Bunker Pumps,Equipment and Supplies. °� Pumps,Equipment and catalog/Price[ist MUST be included or proposal will not be considered. Supplies Winfield! No discount BuyBoard on agency or Discount(%)Off rlcelist for Water Chemicals msrpl CataloglPricelist for Water Please state the discount(%)off cataiag/p" 38 and Dyes,Supplies and Accessories. Catalog/pricelist MUST be 6/O Chemicals and Dyes, included or proposal will not be considered. Supplies and Accessories PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are required to be submitted with Proposal Page 49 of 72 gcBoard' oape 'a PatBmR, Proposal Invitation No. till-20-Grounds Maintenance Equipment,Irrigation Parts,Supplies Installation Proposal or Propo&c wi{l ra' be considered!.) State Percent(%) Item of Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelist' Discount Discount(%)Off Please state the discount(0/o)off catalog/pricelist for Irrigation 0 Irrigationation Equipment 39 Cata c i for Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal Repair Parts will not be considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Irrigation 0 -a Catalog/Pricelist for 4t) Irrigation Equipment Equipment Service Agreements, Catalog/P,;celistMUST he included or proposal will not be considered. Service Agreements Discount(%)Off na CataloglPricelist for Please state the discount(%)off catalog/pricelist for Catalo /Pficeast for al Residential/Commercial Irrigation and Central Controllers 0 41 ResideIrrigation and Central Service Agreements(automatic software updates and technical % Controllers Service Support).Catalog/Priceiist MUS-r be included or proposal will not be considered. Agreements Section VI: Installation and Re air Service Detailed Exceptions to Item Not to Exceed Information on hourly Labor No. Short Description Full Description Hourly Labor Rate Hourly Labor Rate Rate Not to Exceed Hourly na Labor Rate far Hourly Lobar Rate for Installation/Repair of Grounds t2 Installation/Repair Maintenance Equipment and Related Products—State the Not to 5 0 /Hour Service and of Grounds Exceed hourly labor rate for Installation/Repair Service of Grounds Maintenance Equipment and Products. Equipment and Products na Not to Exceed Hourly Hourly Labor Rate for Field and Turf Preparation Work—State 43 Labor Rate for Field and the Mot to Exceed hourly labor rate foe Installation/Repa"sr Service of S_ Hour Turf Preparation Work Field and Turf Preparation Work. PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pdcelists are required to be submitted with Proposal Page 50 of 72 W: &ard' Proposal Invitation No. 611-20-Grounds Maintenance Equipment,Irrigation Parts,Supplies Installation atalous/Prirelists must be submitted mth Pra sal o,Praoosal W111 nat to Detailed Exceptions to item Not to Exceed Information on Hourly Labor No. Short Description Full Description Hourly Labor Rate Hourly Labor Rate Rate Not to Exceed Hourly rE2 Labor Rate for Hourly Labor Rate for Installation/Transplanting of All Types of O 44 Installation/Transplanting Trees,Shrubs and Landscaping Services--State the Not to 5 /Hour of All Types of Trees, Exceed hourly labor rate for Installation/Transplanting of All Types of Shrubs and Landscaping Trees,Shrubs,and Landscaping Services. Services na Not to Exceed Hourly Hourly Labor Rate for Application of Fertilizers,Chemicals, Labor Rate for Fertilizers, Specialty Soils,Play Surfaces,and Other Related Items.—State 45 Chemicals,Specialty Soils, the Not to Exceed hourly labor rate for Application of Fertilizers, $_ Hour Play Surfaces,and Other Chemicals,Specialty Soils,Play Surfaces,and Other Related Items. Related Items na Not to Exceed Hourly Hourly Labor Rate for Tree and Shrub Service and Stump 46 Labor Rate for Tree and Grinding—State the Not to Exceed hourly labor rate for Tree and $.0 Hour Shrub Service and Stump Shrub Service and Stump Grinding. Grinding na Not to Exceed Hourly Hourly Labor Rate for Installation/Repair of Irrigation Labor Rate for Equipment and Related Products—State the Not to Exceed hourly 47 Installation/Repair labor rate for Installation/Repair Service of Irrigation Equipment and Hour Service and of Irrigation products. Equipment and Products PROPOSAL NOTE PROPOSAL SPECIFICATION FORM ].Catalogs/Pricelists are required to be submitted with Proposal Page si or n BONUS CROP FERTILIZER, INC. �B F rOSTC"" oonsast G09SWPSU&TOM 7s405-.3W November M 200 Mr.Greg IL Woruraron WmfieW United Gregg TMs letter is to o x&m that MWrfeld United is authodwd to sell Ba produces in Texas OHahoina and New Mexico. if there is a with a else you need please let me know_ Regal Steve Barton, MEARS a �'0' 0 Da[ado.KS 67042 u/Y Pr�a� {'31fi)3213674 IRn .;ZER, 117�\►. FAX: {316}321-9383 November i o_2019 To Whom This Mw C ncem_ Wofeld Sokfbons_ LLC is aulhcxwed tD seLfor dish%gAe aN items manufacMred by Mears Fertilizer, Inc in aR US states under the folkming labellS: WrffmW Solutions.THRfVE THRIVE AdwaF age,Trail Blazer,Xcatibur, Plow lGng, GripMaster and Generic Label products_ AN products are made in the USA. Best Rega�s, Bryan L Ills Vice Presiderd Board® 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 (-/) 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 24 of 72 Proposal Forms COMM/SVCS v.09.12.2019 Board® Cooperative 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. Company Name � 1 Gres /�,Q"Ar7l;?7 ar) Signature Authorized Company Official 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 25 of 72 Proposal Forms COMM/SVCS v.09.12.2019 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. le — Lyrt �rvvn�n�ay. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer -4J Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes � No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes i^' iNo 11 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. s ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of-vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 6/27/22,7:55 AM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOT WoRn Create New From This M&C DATE: 6/14/2022 REFERENCE**M&C 22- LOG 13P AMEND 611-20 GROUNDS NO.: 0441 NAME: MAINTENANCE EQUIP TD CITY CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL)Authorize Execution of Amendments to Existing Contracts to Increase the Compensation Amount and Amend Mayor and Council Communication 20-0777 to Add Interspec, LLC and Justin Seed Co. as Additional Vendors and Authorize the Execution of Additional Cooperative Contracts through Sourcewell 031121-DAC, Sourcewell 031121- KBA, Sourcewell 031121-TTC, and TIPS 190901 for Grounds Maintenance Equipment, Irrigation Parts, Supplies and Installations for all City Departments and to Increase the Combined Annual Amount from $725,000.00 to a Combined Annual Amount Not to Exceed $2,300,000.00 RECOMMENDATION: It is recommended that the City Council authorize execution of an amendment to existing contracts to increase the compensation amount and amend mayor and council communication 20-0777 to add Interspec, LLC and Justin Seed Co. as additional vendors and authorize the execution of additional cooperative contracts through Sourcewell 031121-DAC, Sourcewell 031121-KBA, Sourcewell 031121-TTC, And TIPS 190901 for grounds maintenance equipment, irrigation parts, supplies and installations for all City departments and to increase the combined annual amount from $725,000.00 to a combined annual amount not to exceed $2,300,000.00. DISCUSSION: The Park& Recreation Department (PARD) requested that the Purchasing Division assist with amending agreements under Mayor and Council Communication (M&C) 20-0777 to increase the annual amount not to exceed from $725,000.00 to $2,300,000.00 and to add additional suppliers using additional cooperative agreements. The Water, Code, Police and Transportation & Public Works (TPW) Departments will also use these agreements. The increase will be used to replace damaged irrigation items as well as add additional ground maintenance equipment, supplies, installation, and athletic field turf maintenance. Trees, shrubs, and bedding plants will also be purchased as the City sent a bid (ITB 22-0033) out for these items and received no response and the current suppliers will not renew their contract, expiring October 13, 2022. The purchase of new golf course equipment will also be obtained in place of the current golf course equipment that is being leased. The following is the revised utilization plan: M&C 20-0777 New Estimated Cooperative Cooperative Vendors Estimated Amounts Agreement Expiration Date Amounts BWI Companies, Inc. $0.00 $250,000.00 TIPS 190901 November 30, 2022 Austin Turf&Tractor $0.00 $485,000.00 Sourcewell 031DAC 121- April 30, 2025 Ewing Irrigation $56,000.00 $90,000.00 BuyBoard 611-20 May 31, 2023 Interspec, LLC $0.00 $20,000.00 BuyBoard 611-20 May 31, 2023 Justin Seed Co. $0.00 $12,000.00 BuyBoard 611-20 May 31, 2023 KBW Supply, Inc. $5,200.00 $6,000.00 BuyBoard 611-20 May 31, 2023 Kubota Tractor Corporation $55,000.00 $55,000.00 BuyBoard 611-20 May 31, 2023 apps.cfwnet.org/counciI_packet/mc_review.asp?ID=29994&counciIdate=6/14/2022 1/3 6/27/22,7:55 AM M&C Review Kubota Tractor Corporation $0.00 $200,000.00 Sourcewell 031121- April 30, 2025 KBA LSM Outdoor Power $22,000.00 $22,000.00 BuyBoard 611-20 May 31, 2023 MasterTurf Products and Services, $1,400.00 $43,000.00 BuyBoard 611-20 May 31, 2023 Inc. Professional Turf Products, LP $155,000.00 $30,000.00 BuyBoard 611-20 May 31, 2023 Professional Turf Products, LP $0.00 $1,023,000.00 Sourcewell 031TTC 121- April 30, 2025 SiteOne Landscape Supply $130,000.00 $340,000.00 BuyBoard 611-20 May 31, 2023 WinField United $56,000.00 $24,000.00 BuyBoard 611-20 May 31, 2023 * BWI Companies, Inc. $135,000.00 $0.00 BuyBoard 611-20 May 31, 2023 *Austin Turf&Tractor $25,000.00 $0.00 BuyBoard 611-20 May 31, 2023 * Hill Country Outdoor Power $6,000.00 $0.00 BuyBoard 611-20 May 31, 2023 *JHouston Holdings, LLC, dba, $8,500.00 $0.00 BuyBoard 611-20 May 31, 2023 JRC Associates, LLC * Kinloch Equipment & Supply, Inc. $43,000.00 $0.00 BuyBoard 611-20 May 31, 2023 * Note: BWI Companies, Inc. and Austin Turf&Tractor have been redistributed to TIPS 190901 and Sourcewell 031121-DAC respectively. The department will be receiving a better value at a lower cost using these cooperative agreements. Hill Country Outdoor Power, JHouston Holdings, LLC, dba, JRC Associates, LLC, and Kinloch Equipment& Supply, Inc. have been removed. The maximum amount allowed under this agreement citywide will be $2,300,000.00, however the actual amount used will be based on the need of the department and available budget. State law provides that a local government purchasing an item under a cooperative purchase agreement satisfies any state law requiring that the local government seek competitive bids for purchase of the item. BuyBoard contracts are competitively bid to increase and simplify the purchasing power of government entities across the State of Texas. A M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity. This project will serve ALL COUNCIL DISTRICTS FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating & capital budgets, as previously appropriated, in the participating departments' Operating Funds and in the General Capital Projects Fund for the Golf Equipment Replacement and Golf Course Equipment FY22 projects to support the approval of the above recommendation and execution of the amendment to the contract. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 a pps.cfwnet.o rg/council_packet/mc_review.asp?I D=29994&cou nci Idate=6/14/2022 2/3 6/27/22,7:55 AM M&C Review Submitted for City Manager's Office by: Reginald Zeno (8517) Valerie Washington (6192) Originating Department Head: Anthony Rousseau (8338) —g g—p Richard Zavala (5711) Additional Information Contact: Cynthia Garcia (8525) Taylor Dean (7648) ATTACHMENTS 13PAMEND 611-20 GROUNDS MAINTENANCE EQUIP TD CITY funds availability,pdf (CFW Internal) All 1295 Forms.pdf (CFW Internal) All SAMS Reports.pI (CFW Internal) FID TABLE BLANK WITH INSTRUCTIONS V2(002).xlsx (CFW Internal) a pps.cfwnet.o rg/council_packet/mc_review.asp?I D=29994&cou nci Idate=6/14/2022 3/3