HomeMy WebLinkAboutContract 59960CSC No. 59960
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This non-exclusive Cooperative Purchase Agreement ("Agreement") is entered into
by and between Ewing Irrigation Products, Inc ("Vendor") and the City of Fort
Worth, ("City"), a Texas home rule municipality.
1. This Cooperative Purchase Agreement;
2. Exhibit A — Seller's Quote, Scope of Services or Purchase Order;
3. Exhibit B — Cooperative Agency Contract BuyBoard 706-23; and
4. Exhibit C — Conflict of Interest Questionnaire.
Exhibits A, B, and C which are attached hereto and incorporated herein, are made
a part of this Agreement for all purposes. Exhibit A includes a hyperlink that leads to a
website to provide the entire contents of Exhibit A. 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 non-
exclusive Agreement for the first year by City shall be an amount not to exceed Three
Million Dollars and Zero Cents ($3,000,000.00). The Parties acknowledge that this is a
non-exclusive agreement to provide City with public safety and firehouse supplies and
equipment and there is no guarantee of any specific amount of work. Further, Vendor
recognizes that the not to exceed amount mentioned above is the total amount of funds
available, collectively, for any Vendor that enters into an agreement with the City under
BuyBoard Cooperative Contract No. 706-23 and that once the collected not to exceed
amount has been exhausted, funds have therefore been exhausted under this Agreement
as well. Vendor shall not provide any additional items or services or bill for expenses
incurred for City not specified by this Agreement unless City requests and approves in
writing the additional costs for such services. City shall not be liable for any additional
expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
The term of this Agreement shall be for one year beginning on June 1, 2023, and
ending on May 31, 2024. Upon Expiration of this Term, the Agreement shall renew
automatically under the same terms and conditions for up to two (2) one-year renewal
periods unless City or Vendor provides the other party with a notice of non -renewal at
least 60 days before the expiration of the Initial Term or renewal period. However, if
funds are not appropriated, the City may cancel the Agreement 30 calendar days after
providing written notification to the Vendor. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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:
To CITY:
City of Fort Worth
Attn: Jesica McEachern, Assistant City
Manager
200 Texas Street
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's
Office at same address
To VENDOR:
Ewing Irrigation Products, Inc
Jake Ray, Director of Government
Business
Address:
3441 E. Harbour Dr.
Phoenix, AZ 85034
Facsimile: 678-714-9509
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:
By: C 4(
Name: Jesica McEachern
Title: Assistant City Manager
Date:
APPROVAL RECOMMENDED:
By: ) aw fa -,
Name: Dave Lewis
Title: Asst Park/Recreation
Director
ATTEST:
4,dd944n��
�o FORp Ca
��o o,000000
,o%09pd
tlo
Pva oz
Caa* 000 000 4"
% .,�.�C�nxu aaIl� nEXA?a4p
By:
Name: Jannette S. Goodall
Title: City Secretary
VENDOR:
Ewing Irrigation Products, Inc
By:
Nam / Jake R y
Title: Director of Government
Business
Date: 107/20/2023
CONTRACT COMPLIANCE
MANAGER:
By signing I acknowledge that I am the
person responsible for the monitoring
and administration of this contract,
including ensuring all performance and
reporting requirements.
By.
Name: Clinton Wyatt
Title: District Superintendent
APPROVED AS TO FORM AND
LEGALITY:
By:
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0546
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A
https://app.buyboard.com/Shop/Vendors/Details?Id=3104
Exhibit B
Board'
April 17, 2023
Sent Via Email: govsales@ewingirrigation.com
P.O. Box 400, Austin, Texas 78767
800.695.2919 • info@buyboard.com • buyboard.com
Jake Ray
Ewing Irrigation and Landscape Supply (Ewing Irrigation Products Inc.)
4167 Suwanee Dam Rd.
Suwanee, GA 30024
Welcome to BuyBoard!
Re: Notice of The Local Government Purchasing Cooperative ContractAward; Proposal Invitation No. 706-
23, Grounds Maintenance Equipment, Parts, and Supplies
Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company
a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an
initial one-year term of June 1, 2023, through May 31, 2024, and may be subject to two possible one-year
renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms
and Conditions of the Contract.
To review the items your company has been awarded, please review Proposal Tabulation No. 706-23 at:
www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract
award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply
with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and
Conditions.
The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded
that, in accordance with the General Terms and Conditions, all purchase orders must be
processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's
administrator, you are not authorized to process a purchase order received directly from a Cooperative
member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive
a purchase order directly from a Cooperative member that you have reason to believe has not been received
by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase
order by email to info@buyboard.com.
A list of Cooperative members is available on the buyboard.com website. Once the contract is active, the
BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide
any support you may need as an awarded BuyBoard vendor.
On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward
to your participation in the program. If you have any questions, feel free contact me at 800-695-2919.
Sincerely,
1$'e, ��c
Ava Benford, Cooperative Procurement Manager
Texas Association of School Boards, Inc.,
Administrator for The Local Government Purchasing Cooperative
v.oz.oi.zozi
Endorsed by A TASAV TML
W
W/fBoard®
Purchasing Cooperative
April 17, 2023
Sent Via Email: govsales@ewingirrigation.com
Jake Ray
Ewing Irrigation and Landscape Supply (Ewing Irrigation Products Inc.)
4167 Suwanee Dam Rd.
Suwanee, GA 30024
Welcome to BuyBoard!
Re: Notice ofNational Purchasing Cooperative Award; Proposal Invitation No. 706-23, Grounds Maintenance Equipment,
Parts, and Supplies
Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard@
contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1,
2023, through May 31, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation
for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and
Conditions of the Contract.
To review the items your company has been awarded, please review Proposal Tabulation No. 706-23 at
www.buvboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only
those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must
be at or below the awarded pricing as set forth in the General Terms and Conditions.
The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in
accordance with the General Terms and Conditions, all purchase orders from National Cooperative members
must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator,
you are not authorized to process a purchase order received directly from a National Cooperative member that has not been
processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National
Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through
the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com
A list of National Cooperative members is available on the buyboard.com website. Once the contract is active, the BuyBoard
vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an
awarded BuyBoard vendor.
On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions,
feel free to contact me at 800-695-2919.
Sincerely,
Ava Benford, Cooperative Procurement Manager
Texas Association of School Boards, Inc.,
Procurement Administrator for the National Purchasing Cooperative
v.02.01.2021
67-0400
ard. com
D:WBoard
URCNdSING CG17�ERA7IVE
12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buvboard.com
PROPOSER'S ACCEPTANCE AND AGREEMENT
Proposal Invitation Name: Grounds Proposal Due Date/ODeninu Date and Time:
Maintenance Equipment, Parts, and Supplies February 9, 2023, at 4:00 PM
Proposal Invitation Number: 706-23
Contract Term: June 1, 2023, through May 31,
2024, with two possible one-year renewals.
Location of Proposal ODeninq:
Texas Association of School Boards, Inc.
BuyBoard Department
12007 Research Blvd.
Austin, TX 78759
Anticipated Cooperative Board Meetinu Date:
April 2023
By signature below, the undersigned acknowledges and agrees that you are authorized to submit this
Proposal, including making all acknowledgements, consents, and certifications herein, on behalf of Proposer
and, to the best of your knowledge, the information provided is true, accurate, and complete.
Ewing Irrigation Products, Inc
Name of Proposing Company
3441 E. Harbour Dr.
Street Address
Phoenix AZ 85034
City, State, Zip
480-213-3663
Telephone Number of Authorized Company Official
678-714-9509
2/1 /2023
Date
Signatur f Authorizedcompany Official
Jake Ray
Printed Name of Authorized Company Official
Director of Government Business
Position or Title of Authorized Company Official
94-1351799
Fax Number of Authorized Company Official Federal ID Number
Page 10 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
PROPOSAL FORMS PART 1: COMPLIANCE FORMS
INSTRUCTIONS:
Proposer must review and complete all forms in this Proposal Forms Part 1:
■ Proposal Acknowledgements
■ Felony Conviction Disclosure
■ Resident/Nonresident Certification
■ Debarment Certification
■ Vendor Employment Certification
■ No Boycott Verification
■ No Excluded Nation or Foreign Terrorist Organization Certification
■ Historically Underutilized Business Certification
■ Acknowledgement of BuyBoard Technical Requirements
■ Construction -Related Goods and Services Affirmation
■ Deviation and Compliance
■ Vendor Consent for Name Brand Use
■ Confidential/Proprietary Information
■ EDGAR Vendor Certification
■ Compliance Forms Signature Page
An authorized representative of Proposer must initial in the bottom riaht corner of each oaae where indicated
and complete and sign the Compliance Forms Signature Page. Proposer's failure to fully complete, initial, and
sign forms as required may result in your Proposal being rejected as non -responsive.
PROPOSAL ACKNOWLEDGEMENTS
The proposing company ("you" or "your' hereby acknowledges and agrees as follows:
1. You have carefully examined and understand all information and documentation associated with this Proposal Invitation,
including the Instructions to Proposers, General Information, General Terms and Conditions, attachments/forms,
appendices, item specifications, and line items (collectively "Requirements';
2. By your response ("Proposal's to this Proposal Invitation, you propose to supply the products or services submitted at
the pricing quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or
exceptions are noted in the Proposal;
3. By your Proposal, you acknowledge and certify all items set forth in the General Terms and Conditions, Section B.12
(Certifications), including all non -collusion certifications and certifications regarding legal, ethical, and other matters set
forth therein.
4. Any and all deviations and exceptions to the Requirements have been noted in your Proposal on the required form and
no others will be claimed;
Initial:
Page 11 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
5. If the Cooperative accepts any part of your Proposal and awards you a Contract, you will furnish all awarded products or
services at the pricing quoted and in strict compliance with the Requirements (unless specific deviations or exceptions
are noted on the required form and accepted by the Cooperative), including without limitation the Requirements related
to:
a. conducting business with Cooperative members, including offering pricing to members that is the best you offer
compared to similarly situated customers in similar circumstances;
b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation;
c. the possible award of a piggy -back contract by the National Purchasing Cooperative or nonprofit entity, in which
event you will offer the awarded products and services in accordance with the Requirements; and
d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation
of your Contract;
6. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or
proprietary or that you do not consider to be public information subject to public disclosure under the Texas Public
Information Act or similar public information law;
7. The individual submitting this Proposal is duly authorized to enter into the contractual relationship represented by this
Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a
form or Proposal document) is authorized and has the requisite knowledge to provide the information and make the
representations and certifications required in the Requirements;
8. You have carefully reviewed your Proposal, and certify that all information provided is true, complete, and accurate to
the best of your knowledge, and you authorize the Cooperative to take such action as it deems appropriate to verify such
information; and
9. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, will be grounds for
disqualifying you from consideration for a contract award under this Proposal Invitation, termination of a contract award,
or any other remedy or action provided for in the General Terms and Conditions or by law.
FELONY CONVICTION DISCLOSURE
Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor)
states: "A person or business entity that enters into a contract with a school district must give advance notice to the district
if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the
conduct resulting in the conviction of a felony."
Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business
entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or
misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for
services performed before the termination of the contract."
Please check W) one of the followina:
❑ My company is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corporation.)
❑■ My company is not owned or operated by anyone who has been convicted of a felony.
❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony:
Name of Felon(s):
Details of Conviction(s):
Initial:
Page 12 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.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 W) one of the followina:
❑ 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):
Ewing Irrigation Products, Inc. 3441 E. Harbour Dr.
Company Name Address
Phoenix AZ 85034
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 0 No
B. What is the prescribed amount or percentage? $
or
DEBARMENT CERTIFICATION
By signature on the Compliance Forms Signature Page, I certify that neither my company nor an owner or principal of my
company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under
Executive Order 12549, 'Debarment and Suspension," as described in the Federal Register and Rules and Regulations.
Neither my company nor an owner or principal of my company is currently listed on the government -wide exclusions in SAM,
debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority.
My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking
to purchase from my company if my company or an owner or principal is later listed on the government -wide exclusions in
SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory
authority.
VENDOR EMPLOYMENT CERTIFICATION
Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when
determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's
ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas.
If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does
your company, ultimate parent company, or majority owner employ at least 500 people in Texas?
Please check W) one of the followina: 1 �,
❑ Yes 0 No Initial: /C/G
Page 13 of 72 v
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
NO BOYCOTT VERIFICATION
A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or
partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods
or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel and will
not boycott Israel during the term of the contract (TEx. Gov'T CODE Ch. 2271), (2) does not boycott energy companies and
will not boycott energy companies during the term of the contract (TEx. Gov't CODE Ch. 2274 effective September 1, 2021),
and (3) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEx.
Gov'T CODE Ch. 2274 effective September 1, 2021). Accordingly, this certification form is included to the extent required by
law.
"Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is
intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business
purposes. TEx. Gov'T CODE §808.001(1).
"Boycott energy company" means, without an ordinary business purpose, refusing to deal with, terminating business activities
with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with
a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or
manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable
federal and state law; or (B) does business with a company described by Paragraph (A). TEx. Gov'T CODE §809.001(1)
(effective September 1, 2021).
"Discriminate against a firearm entity or firearm trade association" means, (A) with respect to the entity or association, to:
(i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm
entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association
based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship
with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not
include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of
ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services,
decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship:
(aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any
traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or
association's status as a firearm entity or firearm trade association. TEx. Gov'T CODE §2274.001(3) (effective September 1,
2021).
By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not
boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not
do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and
accurate, and that I am authorized by my company to make this certification.
Page 14 of 72
Initial:
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard - Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION
Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with
a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any
company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051,
807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions
regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to
the contract prohibition.)
By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller's list
identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this
certification.
HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION
A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business
Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB certification status when
responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that
properly indicate and document their HUB certification on this form. Please check l-/l all that aaDly:
❑ 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.
ACKNOWLEDGEMENT OF BUYBOARD TECHNICAL REQUIREMENTS
Vendor shall review the BuyBoard Technical Requirements included in this Proposal Invitation. By signature on the Compliance
Forms Signature Page, the undersigned affirms that Proposer has obtained a copy of the BuyBoard Technical Requirements,
has read and understands the requirements, and certifies that Vendor is able to meet and will comply with those requirements
except as follows: [List and explain BuyBoard Technical Requirements, if any, to which your company cannot or will not
comply.]
Note: In accordance with the General Terms and Conditions of the Contract, to the extent Vendor is awarded a Contract
under this Proposal Invitation but is unable or unwilling to meet the applicable BuyBoard Technical Requirements, the
information available on the BuyBoard for Vendor's awarded products or services may be limited, potentially placing Vendor
at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor's awarded
products and services on the BuyBoard website. Further, to the extent Vendor has acknowledged ability to meet and comply
with the BuyBoard Technical Requirements, any subsequent failure or refusal by Vendor to promptly provide information
upon request to the Cooperative administrator in accordance with those technical requirements may be deemed anevent of
default under the Contract. Initial: Ule
Page 15 of 72 v
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION
The Cooperative issued the BuyBoard Procurement and Construction -Related Goods and Services Advisory for Texas Members
("Advisory"), which provides information specifically relevant to the procurement of construction -related goods and services
by Texas Cooperative members. The Advisory, available at buvboard.com/Vendor/Resources.asi)x, provides an overview of
certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or
construction -related goods and services, including those for projects that may involve or require architecture, engineering or
independent testing services. A copy of the Advisory can also be provided upon request. Because many BuyBoard contracts
include goods or installation services that might be considered construction -related, Proposer must make this Construction
Related -Goods and Services Affirmation regardless of type of goods or services associated with this Proposal Invitation.
A contract awarded under this Proposal Invitation covers only the specific goods and/or services awarded by the Cooperative.
As explained in the Advisory ("Advisory', Texas law prohibits the procurement of architecture or engineering
services through a purchasing cooperative. This Proposal Invitation and any Contract awarded thereunder
does not include such services. Architecture or engineering services must be procured by a Cooperative
member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas
Government Code) and other applicable law and local policy.
By signature on the Compliance Forms Signature Page, Proposer affirms that Proposer has obtained a copy of the Advisory,
has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction -
related goods or services to a Cooperative member under a Contract awarded under this Proposal Invitation, Proposer will
comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member
customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with
a copy of the Advisory before accepting the member's Purchase Order or other agreement for construction -related goods or
services.
Page 16 of 72
Initial:
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
DEVIATION AND COMPLIANCE
If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements
associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed
information regarding the deviations on this form or an attachment to this form. Prior to completing this form, Vendor
shall review the General Terms and Conditions section B.4 (Deviations from Item Specifications and General
Terms and Conditions). Please note that, as provided in section B.4, certain provisions of the General Terms
and Conditions are NOT subject to deviation, and certain deviations will be deemed rejected without further
action by the Cooperative. Any attempted deviation, whether directly or indirectly, to provisions identified in
this Proposal Invitation as not subject to deviation shall be deemed rejected by the Cooperative and, unless
otherwise withdrawn by Vendor, may result in Vendor's Proposal being rejected in its entirety.
The Cooperative will consider any deviations in its contract award decision and reserves the right to accept or reject a proposal
based upon any submitted deviation.
In the absence of any deviation identified and described in accordance with the above, your company must fully comply with
the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation
if awarded a Contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative.
The Cooperative, by and through the Cooperative administrator, may, in its sole discretion, seek clarification from and/or
communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair
competition. The Cooperative reserves the right to accept or reject a Proposal based upon any submitted deviation.
Please check W) one of the following:
❑■ NO; Deviations
❑ Yes; Deviations
List and fully explain any deviations you are submitting:
Initial:
Page 17 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
VENDOR CONSENT FOR NAME BRAND USE
BuyBoard members seeking to make purchases using a Contract awarded under this Proposal Invitation may view information
regarding awarded Vendors, including but not limited to product catalogs, pricelists, pricing, and Proposals, through the
BuyBoard website. To improve and enhance the experience of BuyBoard members seeking to procure goods and services
under the Contract utilizing the BuyBoard website, any Vendor logo, product images, and similar brand and trademark
information provided by Vendor for purposes of the Contract ("Vendor Information's may be posted on the BuyBoard website.
You acknowledge that, by submitting your Proposal, unless you specifically opt out below, you consent to use
of your company's Vendor Information on the BuyBoard website if awarded a Contract. You further acknowledge
that whether, where, and when to include the Vendor Information on the BuyBoard website shall be at the sole discretion of
the BuyBoard Administrator. Vendor retains, however, the right of general quality control over the BuyBoard Administrator's
authorized display of proprietary Vendor Information. Neither the BuyBoard nor its administrator will be responsible for the
use or distribution of Vendor Information by BuyBoard members or any other third party using the BuyBoard website. This
Vendor Consent shall be effective for the full term of the Contract, including renewals, unless Vendor provides a signed,
written notice revoking consent to contractadmin(ftuvboard.com. BuyBoard shall have up to thirty days from the date of
receipt of a termination or revocation of a Vendor Consent to remove Vendor information from the BuyBoard website.
This Vendor Consent is subject to the Terms and Conditions of the Contract, including, but not limited to, those terms
pertaining to Disclaimer of Warranty and Limitation of Liability, Indemnification, and Intellectual Property Infringement.
Vendor logo files must be submitted in one of the formats set forth in the BuyBoard Technical Requirements. Proposers are
requested to submit this information with Vendor's Proposal. (This consent shall not authorize use of your company's Vendor
Information by BuyBoard if your company is not awarded a Contract.)
OPT OUT:
If your company wishes to opt out of the Vendor Consent for Name Brand Use, you must check the opt out box below. DO
NOTselect this box unless your company is opting out of this Vendor Consent for Name Brand Use.
❑ By checking this box, Vendor hereby declines to provide consent for use of Vendor Information (as defined herein) on
the BuyBoard website. By opting out, Vendor acknowledges and agrees that, if Vendor is awarded a Contract
under this Proposal Invitation, information available on the BuyBoard for Vendor's awarded products or
services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of
Cooperative members to search, find, review, and purchase Vendor's awarded products and services on the
BuyBoard website.
Initial:
Page 18 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
CONFIDENTIAL/ PROPRIETARY INFORMATION
A. Public Disclosure Laws
All Proposals, forms, documentation, catalogs, pricelists, or other materials submitted by Vendor to the Cooperative in
response to this Proposal Invitation, may be subject to the disclosure requirements of the Texas Public Information Act (Texas
Government Code chapter 552.001, et, seq.) or similar disclosure law. Proposer must clearly identify on this form any
information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer
considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no
obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or
other third party request access to the information under the Texas Public Information Act or similar disclosure law. When
required by the Texas Public Information Act or other disclosure law, Proposer may be notified of any third -party request for
information in a Proposal that Proposer has identified in this form as proprietary or confidential.
Does your Proposal (including forms, documentation, catalogs, pricelists, or other materials submitted with the Proposal)
contain information which Vendor considers proprietary or confidential?
Please check (-%/) one of the followinq:
❑E NO, I certify that none of the information included with this Proposal is considered confidential or proprietary.
❑ YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is
specifically identified on this form.
If you responded "YES", you must clearly identify below the specific information you consider confidential or proprietary. List
each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative
and Cooperative administrator shall not be responsible for a Proposer's failure to clearly identify information considered
confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and Cooperative
administrator will disclose information when required by law, even if such information has been identified herein as
information Vendor considers confidential or proprietary.
Confidential / Proprietary Information:
(Attach additional sheets if needed.)
Page 19 of 72
Initial:
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
B. Copvriaht Information
Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal)
contain copyright information?
Please check W) one of the followina:
❑E NO, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does not
contain copyright information.
❑ YES, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does
contain copyright information.
If you responded "YES", clearly identify below the specific documents or pages containing copyright information.
Copyright Information:
(Attach additional sheets if needed.)
C. Consent to Release Confidential/Proprietary/Copvriaht Information to BuyBoard Members
BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to
view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential,
proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract
award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such
information on the secure BuyBoard website for members. Note: Neither the Cooperative nor Cooperative administrator will
be responsible for the use or distribution of information by BuyBoard members or any other party.
D. Consent to Release Proposal Tabulation
Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor
consents and agrees that, upon Contract award, the Cooperative may publicly release, including posting on the public
BuyBoard website, a copy of the proposal tabulation and award information for the Contract including Vendor name; proposed
catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award
or non -award information.
Initial:
Page 20 of 72 ?
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • 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 a
Proposal must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain
requirements which may be applicable to specific Cooperative member purchases using federal grant funds. Completed
forms will be made available to Cooperative members for their use while considering their purchasing options when using
federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the
terms and conditions of the BuyBoard contract, to address the member's specific contractual needs, including contract
requirements for a procurement using federal grants or contracts.
For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where
applicable, by having Vendor's authorized representative check the applicable boxes, initial each page, and
sign the Compliance Forms Signature Page. If you fail to complete any item in this form, the Cooperative will
consider and may list the Vendor's response on the BuyBoard as "NO,"the Vendor is unable or unwilling to
comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase
from the Vendor using federal funds.
1. Vendor Violation or Breach of Contract Terms:
Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian
Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must
address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and
provide for such sanctions and penalties as appropriate.
Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18,
Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and
Conditions, as well as any additional terms and conditions in any Purchase Order or Cooperative member ancillary contract
agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at
least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any
other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation
and breach of contract terms.
A YES, I agree. ❑ NO, I do not agree.
2. Termination for Cause or Convenience:
For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following
term and condition shall apply:
The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without cause,
by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance
with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the
Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the
Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall
immediately refund such payment(s).
If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner
by which it will be effected and the basis for settlement, is included in the Cooperative member's Purchase Order or ancillary
agreement agreed to by the Vendor, the Cooperative member's provision shall control.
YES, I agree. ❑ NO, I do not agree. Initial:
Page 21 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.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 YES, I agree. ❑ NO, I do not agree.
4. Davis -Bacon Act:
When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction
contracts/purchases in excess of $2,000, Vendor shall comply with the Davis -Bacon Act (40 USC 3141-3144, and 3146-3148)
as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts
Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary
of Labor. In addition, Vendor shall pay wages not less than once a week.
Current prevailing wage determinations issued by the Department of Labor are available at beta.sam.gov. Vendor agrees
that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon
Vendor's acceptance of the wage determination.
Vendor further agrees that it shall also comply with the Copeland "Anti -Kickback" Act (40 USC 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed
in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must
be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work,
to give up any part of the compensation to which he or she is otherwise entitled.
A YES, I agree. ❑ NO, I do not agree.
S. Contract Work Hours and Safety Standards Act:
Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of
mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor
regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided
that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week.
The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be
required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These
requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
A YES, I agree. ❑ NO, I do not agree.
Initial:
Page 22 of 72
Proposal Forms COMM/SVCS v.08.11. 21
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
6. Right to Inventions Made Under a Contract or Agreement:
If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the
recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding
agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made
by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"
and any implementing regulations issued by the awarding agency.
Vendor agrees to comply with the above requirements when applicable.
A YES, I agree. ❑ NO, I do not agree.
7. Clean Air Act and Federal Water Pollution Control Act:
Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts
and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to
comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and
the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean
Air Act and the Federal Water Pollution Control Act.
11 YES, I agree. ❑ NO, I do not agree.
S. Debarment and Suspension:
Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made
to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the
OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR
Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended,
or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than
Executive Order 12549.
Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended,
or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order
12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or
seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred,
suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than
Executive Order 12549.
4 YES, I agree. ❑ NO, I do not agree.
9. Byrd Anti -Lobbying Amendment:
Byrd Anti -Lobbying Amendment (31 USC 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the
required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay
any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal
contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non -Federal funds
that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the
non -Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply
with, the Byrd Anti -Lobbying Amendment (31 USC 1352).
A YES, I agree. ❑ NO, I do not agree.
Initial•
Page 23 of 72 ?_
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
10. Procurement of Recovered Materials:
For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste
Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information
and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of
Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR
Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory
level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the
preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and
resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in
the EPA guidelines.
4 YES, I agree. ❑ NO, I do not agree.
11. Domestic Preferences for Procurements:
Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for
procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative
member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative
member regarding Vendor's products, including whether goods, products, or materials are produced in the United States.
A YES, I agree. ❑ NO, I do not agree.
12. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment
2 CFR §200.216 prohibits expending federal loan or grant funds to procure or obtain certain telecommunications and video
surveillance services or equipment. To the extent applicable and when required by a Cooperative member, Vendor agrees to
provide such information or certification as may reasonably be requested by the Cooperative member to confirm whether
any telecommunications or video surveillance services or equipment provided by Vendor is covered equipment or covered
services under 2 CFR §200.216.
A YES, I agree. ❑ NO, I do not agree.
13. Profit as a Separate Element of Price:
For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required
to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member,
Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of
the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the
Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative
Contract.
A YES, I agree. ❑ NO, I do not agree.
14. General Compliance and Cooperation with Cooperative Members:
In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative
member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such
requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable
recordkeeping and record retention requirements.
11 YES, I agree. ❑ NO, I do not agree.
Page 24 of 72
Initial:
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
COMPLIANCE FORMS SIGNATURE PAGE
By initialing pages and by signature below, I certify that I have reviewed the following forms; that the information provided
therein is true, complete, and accurate; and that I am authorized by my company to make all certifications, consents,
acknowledgements, and agreements contained herein:
■ Proposal Acknowledgements
■ Felony Conviction Disclosure
■ Debarment Certification
■ Resident/Nonresident Certification
■ Vendor Employment Certification
■ No Boycott Verification
■ No Excluded Nation or Foreign Terrorist Organization Certification
■ Historically Underutilized Business Certification
■ Construction -Related Goods and Services Affirmation
■ Acknowledgement of BuyBoard Technical Requirements
■ Deviation and Compliance
■ Vendor Consent for Name Brand Use
■ Confidential/Proprietary Information
■ EDGAR Vendor Certification
Ewing Irrigation Products Inc.
Company Name
Qdlelz 1�'2
Signat a of Authori d Company Official
Jake Ray Director of Government Business
Printed Name and Title
02/01 /23
Date
Page 25 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS
INSTRUCTIONS:
Proposer must completely and accurately provide all information requested in the following Vendor Information Forms or
your Proposal may be rejected as non -responsive:
■ Vendor Business Name
■ Vendor Contact Information
■ Federal and State/Purchasing Cooperative
Experience
■ Governmental References
■ Company Profile
■ Texas Regional Service Designation
■ State Service Designation
■ National Purchasing Cooperative Vendor Award
Agreement (vendors serving outside Texas only)
■ Local/Authorized Seller Listings
■ Manufacturer Dealer Designation
■ Proposal Invitation Questionnaire
■ Vendor Request to Self -Report BuyBoard
Purchases (optional)
To the extent any information requested is not applicable to your company, you must so indicate on the form.
VENDOR BUSINESS NAME
By submitting a Proposal, Vendor is seeking to enter into a legal contract with the Cooperative. As such, Vendor must be an
individual or legal business entity capable of entering into a binding contract.
Name of Pr000sina Comoany: Ewing Irrigation Products, Inc.
(List the legal 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 submitting entity should
complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or
services separately must submit their own Proposals.)
Please check (-%/) one of the following:
Tvoe of Business: ❑ Individual/Sole Proprietor
❑ Other (Specify:
State of Incorporation (if applicable): Nevada
11 Corporation ❑ Limited Liability Company ❑ Partnership
Federal Emnlover Identification Number: 94-1351 799
(Vendor must include a completed IRS W-9 form with their Proposal)
Name by which Vendor, if awarded, wishes to be identified on the BuvBoard: (Note: Ifdifierentthan the Name of Proposing
Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if
applicable, must be attached.)
Ewing Irrigation and Landscape Supply
Page 26 of 72
Proposal Forms COMM/SVCS v.08.11.2021
Request for Taxpayer
Form (Rev. October 2018) Identification Number and Certification
Department of the Treasury
Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information.
ri
a)
ca
a
c
0
ai c
ao
2 v
O
C to
C
0. 0
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
EWING IRRIGATION PRODUCTS INC
2 Business name/disregarded entity name, if different from above
Give Form to the
requester. Do not
send to the IRS.
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to
following seven boxes. certain entities, not individuals; see
instructions on page 3):
❑ Individual/sole proprietor or ❑✓ C Corporation ElS Corporation ❑ Partnership ❑ Trust/estate
single -member LLC Exempt payee code (if any)
❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) No -
Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any)
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
❑ Other (see instructions)► (Applies to accounts maintained outside the U S)
5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional)
3441 E HARBOUR DR
6 City, state, and ZIP code
PHOENIX, AZ 85034
7 List account number(s) here (optional)
REMITTANCE: PO BOX 208728
DALLAS, TX 75320-8728
LEM Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid J Social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, for a I — EE
—
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN, later. or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number
Number To Give the Requester for guidelines on whose number to enter.
M94 —I1I3I5 1I7I9I9
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Signature of
Here I U.S. person �) , njfl d#%.
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (TIN), adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
Date ► 1 3 �:� _)__
• Form 1099-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X Form W-9 (Rev. 10-2018)
D:WBoard
URCNdSING CG17�ERA7IVE
12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buvboard.com
VENDOR CONTACT INFORMATION
Vendor shall pro vide the requested Vendor Contact Information in the electronic proposal submission system
including contract, purchase order, RFQ, and invoice contacts (or, if submitting a hard copy Proposal, timely
request and complete the Vendor Contact Information form in accordance with the Instructions to Proposers).
FEDERAL AND STATE/ PURCHASING COOPERATIVE EXPERIENCE
The Cooperative strives to provide Cooperative members with the best services and products at the best prices available from
Vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions.
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: $ 800,000 . (The period of the 12-month
period is 01/01/2022 / 12/31/2022 ). 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).
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.
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.
1. Federal General Services Administration
2. T-PASS (state of Texas)
3. OMNIA Partners
4. Sourcewell (NJPA)
5. E&I Cooperative
6. Houston -Galveston Area Council (HGAC)
7. Choice Partners
8. The Interlocal Purchasing System (TIPS)
9. Other
Y 1 GPA Contract 23-1 ODV-02 Irrigation / Grounds
❑ 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 (%): Varies By Vendor between 15-80% Proposed Discount (%): Varies by Vendor 8-30%
Explanation: This is product we have not bid on for Buy Board in the past
Page 27 of 72
Proposal Forms COMM/SVCS v.08.11.2021
oar d
PURCAASING COOPERATIVE
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
GOVERNMENTAL REFERENCES
For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The
Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested
below, including the existing pricing/discounts you offer each customer. The Cooperative may determine whether
pricing/discounts are fair and reasonable by comparing pricing/discounts stated in your Proposal with the pricing/discounts
you offer other governmental customers. Attach additional pages if necessary.
Quantity/
Entitv Name Contact Phone# Email Address Discount Volume
1 Cherokee Parks and Rec Tony Stargel 404-469-8200 twstargel@cherokeega.com varies $25K annual spend
Z Mecklenburg County Park and Rec Alex Rholeder 704-336-3854 Michael.Rohleder@mecklenburgcountync.gov varies, $140K annual spend
3 Mcallen ISD Lazaro Elizondo 956-460-1289 lazaro.elizondo@mcallenisd.net varies $10K annual spend
4 San Marcos Consolidated ISD Richard Duvall 512-757-8052 richard.duvall@smcisd.net varies $1 OK annual spend
5 The Chikasaw Nation Russell Welch 580-282-2403 russell.welch@chickasaw.net varies $80K annual spend
Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give
better discounts (lower pricing) than indicated? YES ❑ NO ❑■ If YES, please explain:
COMPANY PROFILE
Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your
company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would
like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate
file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on
the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or
without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to
the Contract, inaccurate, or misleading.)
Page 28 of 72
Proposal Forms COMM/SVCS v.08.11.2021
6
Ewing
Irrigation & Landscape Supply
Ewing Irrigation and Landscape Supply is the largest family owned wholesale
distributor in the green industry. With over 250 locations we are available across
the nation to service your Irrigation, Fert/Chem/Seed, Sports Field and Landscape
Supply needs. Visit our website at www.ewingirrigation.com to see our complete
product line.
D:FBoard
URCNdSING CG17�ERA7IVE
12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buvboard.com
TEXAS REGIONAL SERVICE DESIGNATION
This form must be completed in the electronic proposal submission system (or, if submitting a hard coo
Proposal, timely reouest and complete the form in accordance with the Instructions to Pr000sers).
The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors
the opportunity to service its members throughout the entire State of Texas. In the electronic proposal submission system,
you must indicate if you will service Texas Cooperative members statewide or, if you do not plan to service all Texas
Cooperative members statewide, you must indicate the specific regions you will service. If you propose to serve different
regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional
Service Designation form for each group of products and clearly indicate the products or services to which the designation
applies. (Additional forms can be obtained by contacting bids(a)buvboard.com at least five (5) business days prior to
the Proposal Due Date.) By designating a region or regions, you are certifying that you are authorized and willing
to provide the proposed products and services in those regions. Designating regions in which you are either
unable or unwilling to provide the specified products and services shall be grounds for either rejection of your
Proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative
members (i.e., if you will service only states other than Texas), you must so indicate on the form in the electronic proposal
submission system.
Regional Education Service Centers
_ Reaion and Headauarters
1 Edinburg
2 Corpus Christi
3 Victoria
4 Houston
5 Beaumont
^� x. 6 Huntsville
7 Kilgore
8 Mount Pleasant
9 Wichita Falls
10 Richardson
• 11 Fort Worth
�. = 12 Waco
13 Austin
14 Abilene
15 San Angelo
go
{ 16 Amarillo
17 Lubbock
18 Midland
19 ElPaso
20 San Antonio
Page 29 of 72
Proposal Forms COMM/SVCS v.08.11.2021
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 . buvboard.com
STATE SERVICE DESIGNATION
This form must be completed in the electronic proposal submission system for. ifsubmittina a hard coov
Proposal, timely reouest and complete the in accordance with the Instructions to Proposers).
As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United States have
the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy-
back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire
United States or only specific states, you must complete the State Service Designation information in the electronic proposal
submission system. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional
Service Designation form.) In addition to this form, to be considered for a piggy -back award by the National
Purchasing Cooperative, you must have an authorized representative sign the National Purchasing
Cooperative Vendor Award Agreement that follows this page.
If you serve different states for different products or services included in your Proposal, you must complete and submit a
separate State Service Designation form for each group of products and clearly indicate the products or services to which the
designation applies. (Additional forms can be obtained by contacting bids@buvboard.com at least five (5) business
days prior to the Proposal Due Date.) By designating a state or states, you are certifying that you are authorized
and willing to provide the proposed products and services in those states. Designating states in which you are
either unable or unwilling to provide the specified products and services shall be grounds for either rejection
of your Proposal or, if awarded, termination of your Contract.
■ I will service all states in the United States.
■ I will not service all states in the United States.
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
Proposal Forms COMM/SVCS v.08.11.2021
Page 30 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' buvboard.com
NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT
In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal
Invitation may be "piggy -backed" by another governmental entity. The National Purchasing Cooperative is an
intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout
the United States. If you agree to be considered for a piggy -back award by the National Purchasing Cooperative, you agree
to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the
State Service Designation form, in your Proposal.
By signing this form, Proposer (referred to in this Agreement as "Vendor") agrees as follows:
1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a
contract under this Proposal Invitation ("Underlying Award', the National Purchasing Cooperative ("National Cooperative")
may - but is not required to - "piggy -back" on or re -award all or a portion of that Underlying Award ("Piggy -Back Award').
By signing this National Cooperative Vendor Award Agreement ("Agreement"), Vendor accepts and agrees to be bound by
any such Piggy -Back Award as provided for herein.
2. In the event National Cooperative awards Vendor a Piggy -Back Award, the National Cooperative Administrator ("BuyBoard
Administrator's will notify Vendor in writing of such Piggy -Back Award, which award shall commence on the effective date
stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in
writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order
for the Piggy -Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or
changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its
BuyBoard Administrator in writing.
3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and
same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying
Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower)
competitive pricing and more favorable terms and conditions than those in the Underlying Award.
4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form
of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved
in writing by the BuyBoard Administrator.
5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of
purchases generated from National Cooperative members through the Piggy -Back Award. Vendor shall remit payment to
National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request,
Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members,
vendor invoices, and/or such other documentation regarding those purchase orders as the Cooperative's administrators may
require in their reasonable discretion for purposes of reviewing and verifying purchase activity. Vendor further agrees that
National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases
made by National Cooperative members in order to verify the accuracy of service fees.
6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the
fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities
that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative;
and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to
Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this
Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the
event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control,
and then only to the extent necessary to reconcile the conflict.
Proposal Forms COMM/SVCS v.08.11.2021
Page 31 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • 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.
Ewing Irrigation Products Inc.
Name of Vendor
Az,:z-
SignatL6 of Authorized Company Official
2/1/2023
706-23
Proposal Invitation Number
Jake Ray
Printed Name of Authorized Company Official
Date
Page 32 of 72
Proposal Forms COMM/SVCS v.08.11.2021
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' buvboard.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.
Ewing Irrigation and Landscape Supply Jake Ray
Branch 12 Phoenix Home Office
See Attached Excel Spreadsheet
for all 250 Ewing Locations
3441 E. Harbour Dr. Phoenix AZ 85034,
480-213-3663, 678-714-9509,
govsales@ewingirrigation.com
Proposal Forms COMM/SVCS v.08.11.2021
Page 33 of 72
M1 San Leandro
CA
SL
NC
Joe Garcia
510-357-9530
2462 Polvorosa Ave., 94577-2238
119 Sacramento
CA
SA
SV
Austin Alviso
916-447-9530
345 Richards Blvd., 95811-0217
MI San Jose
CA
SJ
NC
Luis Munoz
408-436-8848
1605 Old Bayshore Hwy., 95112-4305
0 Concord
CA
CC
NC
Javier Rubio
925-687-3220
5399 Pacheco Blvd., 94553-5116
M1 San Carlos
CA
SC
NC
Craig Gruber
650-592-9530
926 Bransten Road., 94070-4029
119 Fresno
CA
FR
CC
Florian Melchor
559-438-9530
7530 N. Ingram Ave., 93711-6102
MI San Bernardino
CA
SB
IE
Felipe Cambron
909-796-5898
1560 E. Victoria Ave., 92408-2926
0 Stockton
CA
ST
SV
Scott Harker
209-948-6933
1023 S. Pershing Ave., 95206-1177
MI Santa Cruz
CA
CZ
NC
Frankie Hernandez
831-464-6777
5550 Soquel Ave., 95062-1857
1111 South El Monte
CA
EM
LA
David Rodriguez Lopez
626-350-9530
9850 E. Rush St., 91733-2635
Chatsworth
CA
CH
LA
Mark Satterfield
818-882-9530
21101 Superior St., 91311-4309
0 Phoenix
AZ
PH
AZ
Louis McPherson
602-437-9546
3441 E. Harbour Dr., 85034-7229
0 San Diego
CA
SD
SO
Carlos Madrid
858-576-9530
7151-A Ronson Rd., 92111-1421
Qb Visalia
CA
VI
CC
Walt Cubas
559-651-0282
9443 W. Goshen Ave., 93291-9456
Deer Valley (Phoenix)
AZ
DV
AZ
Jesus Araujo
623-582-5083
21401 N. 21st Ave., 85027-2633
0 Bakersfield
CA
BK
CC
Rosa Hernandez
661-323-9530
3201 Sillect Ave., 93308-6332
MI Anaheim
CA
AN
SO
Armando Contreras
714-447-9530
1813 N. National St., 92801-1016
119 Dublin
CA
DB
NC
Alex Gomez Bonilla
925-828-5618
6640 Sierra Ln., 94568-2793
MI Santa Ana
CA
SN
SO
Carlos Escobar
714-432-7205
302 E. Stevens Ave., 92707-5717
0 Ontario
CA
ON
IE
Wes Harper
909-937-6868
315 N. Sacramento Ave., 91764-4423
0 El Cajon
CA
EC
SO
Chris Gordon
619-562-3300
1923 John Towers Ave., 92020-1117
119 San Marcos
CA
SM
SO
Lino Jara
760-489-1247
849 E. Rancheros Dr., 92069-3008
MI Carlsbad
CA
CB
SO
David Gonzalez
760-438-1911
6104 Avenida Encinas, Ste. E, 92011-1006
0 Mesa
AZ
MS
AZ
Nick Simms
480-633-9530
1921 S. Horne, 85204-6519
0 Las Vegas
NV
LV
NV
Jay Austin
702-459-9530
72 Spectrum Blvd., 89101-4837
Qb Palm Springs
CA
PS
IE
Alex Palacios
760-324-1846
68604 Ramon Rd., 92234-3324
Qro Torrance
CA
TO
LA
James Minnich
310-782-7821
20526 Gramercy PI., 90501-1515
0 Salt Lake City
UT
SK
UT
Brad Mecham
801-566-4446
6849 S. 300 West, 84047-1050
MI San Dimas
CA
DM
LA
Ricardo Hernandez
909-599-0515
433 Borrego Ct., 91773-2971
S. Sacramento (Sacramento)
CA
SS
SV
Richard Kirkman
916-383-2400
5761 Florin Perkins Rd., #1, 95828-1033
Glendale (Los Angeles)
CA
GD
LA
Jack Tauvaga
818-551-9550
4552 Colorado Blvd., 90039-1104
0 Tucson
AZ
TC
AZ
Jesus Montano
520-584-9530
4250 S. Station Master Dr., 85714-3290
MI Modesto
CA
MO
CC
Neal Richards
209-544-9530
321 Kansas Ave., 95351-1511
Qb Orem
UT
OR
UT
Dustin Quarnberg
801-222-0777
712 N. Orem Blvd., 84057-8823
0 San Antonio
TX
SO
CT
Matt Cardenas
210-828-9530
M1 Houston
TX
HU
ST
Ben Fuentes
713-937-3799
Qb Monterey
CA
MN
NC
Manuel Robles
831-656-9530
M1 Lake Forest
CA
LF
SO
Edgar Garcia
949-470-1000
0 San Rafael
CA
SR
NC
Kevin Kohl
415-457-9530
M1 Hayward
CA
HY
NC
James Varley
510-441-9530
Reno (Sparks)
NV
RN
SV
Glenn Kress
775-355-9530
Qti Stafford
TX
SH
ST
Miguel Alvarado
281-491-7400
0 Clovis
CA
CL
CC
James Neufeld
559-298-4440
M1 Scottsdale
AZ
SE
AZ
Vince Maloney
480-998-0088
Qb Albuquerque
NM
AQ
NM
Joey Alatorre
505-821-4441
M1 Riverside
CA
RV
IE
Derrick Mendoza
951-372-9530
0 Riverside
CA
RV
IE
951-736-5475
M1 Austin
TX
AU
CT
Caleb Crane
512-491-9530
Qb Olathe
KS
OL
HL
Adam Pedersen
913-397-9531
M1 Fort Collins
CO
FC
CO
Ed Gurza
970-416-8388
0 Highlands Ranch
CO
HR
CO
Justin Herbert
303-470-3928
M1 Gilroy
CA
GR
NC
Blake Ketcher
408-848-5515
Qb Poway
CA
PW
SO
Jeff Albers
858-486-9535
MI Merced
CA
MC
CC
Jesus Ramirez Martinez
209-388-9530
MI Duncanville
TX
DU
NT
Chris Kurklin
972-572-9530
N. San Antonio (San Antonio)
TX
NS
CT
Samuel Chapman
210-479-2888
Q.b Plano
TX
PL
NT
Alec Perez
972-633-9530
M1 North Richland Hills
TX
RH
NT
Scott Stewart
817-514-9530
MI Fremont
CA
FM
NC
Mark Julian
510-490-9444
M1 Lehi
UT
LH
UT
Jordan Weenig
801-515-7594
Qb El Paso
TX
EP
NM
Mikey Ybarra
915-544-7575
W. Los Angeles (Los Angeles)
CA
WL
LA
Logan Whitmer
310-479-9533
0 Spring
TX
SP
ST
Natalie King
281-355-9530
M1 Chula Vista
CA
CV
SO
Fabian Osuna Vivanco
619-426-5200
MI Oklahoma City
OK
OC
HL
Charli Ford
405-752-5150
MI Tulsa
OK
TL
HL
Josh Janz
918-252-3857
0 Lee's Summit
MO
LS
HL
John Maas
816-525-9530
Roy
UT
RY
UT
Nick Crookston
801-731-3900
119 Mesquite
TX
MQ
NT
Guillermo Eriza
972-329-9530
10414 N. IH35, 78233
5260 Brittmoore Rd., 77041-7108
225 Dela Vina Ave., 93940-3717
23941 McWhorter Way, 92630-6396
550 Irwin St., 94901-3915
30928 San Antonio St., 94544-7110
1643 Greg Ct., 89431-5916
4519 Techniplex Dr., 77477-3826
1599 Menlo Ave., 93611-0509
8381 E. Gelding Dr., 85260-3623
8601 San Mateo Blvd. N.E., 87113-1687
3940 N. McKinley St., 92879-6514
9533 North IH 35, 78753-3804
1495 E. Kansas City Rd., 66061-5854
900-A Smithfield Dr., 80524-8564
9105 Commerce Center Cir., 80129-1560
351 E. 9th St., 95020-6600
12270 Oak Knoll Rd. 92064-5318
1160 W. 15th St., 95340-5705
1419 S. Alexander Ave., 75137-3418
5826 Hawk Springs, Ste. 1103, 78249-4910
1309 Capital Ave. 75074-8516
5207 Davis Blvd., 76180-6834
43055 Osgood Rd., Ste. A, 94539-5628
305 S 850 East, Unit 106B. 84043
3630 Durazno Ave., 79905-1209
2241 Corinth Ave., 90064-1601
1935 Spring Cypress Rd., 77388-3504
591 C St., Ste. B, 91910-1406
13831 N. Lincoln Blvd., 73013-3407
5907 S. 107th E Ave., 74146-6722
310 N.W. Capital Dr., 64086-4723
1921 W. 3350 South, 84067-2809
1020 Neville Ct., 75150-5740
n Apex
NC
AX
CR
Efrain Manzano
919-387-8054
1700A North Salem St., 27523-8200
M1 Raleigh
NC
RA
CR
Shayne Brinkerhoff
919-329-0483
3609 Jones Sausage Rd., 27529-9495
Qb West Monroe
LA
WM
GC
Kevin Cummings
318-322-2222
402 Downing Pines Rd., 71292-8022
MI Lafayette
LA
LY
GC
Greg Tracy
337-234-0037
2411 S. College Rd., 70508-3368
0 Mandeville
LA
MV
GC
Ken Roberson
985-809-7122
68710 Highway 59, 70471-7708
W. Phoenix (Phoenix)
AZ
WP
AZ
Ruben Cedillo
623-846-3000
7920 W. Thomas Rd., 85033-4829
S. Las Vegas (Las Vegas)
NV
SV
NV
Esau Salazar
702-547-9530
6330 Annie Oakley Dr., 89120-3972
MI Ventura
CA
VN
LA
Ed Bernard
805-642-3900
4748 McGrath St., 93003-5704
0 Las Cruces
NM
LC
NM
Jesse Morales
575-647-9166
2341 Westgate Ct., 88005-4138
M1 Santa Fe
NM
FE
NM
Phillip Garcia
505-474-3383
20 Bisbee Ct., 87508-1338
119 Chico
CA
CO
SV
Gary Wheeler
530-894-5900
163 Commercial Ave., 95973-0214
MI Commerce City
CO
HD
CO
Kristina Gillette
303-288-2088
4895 Olive St., 80022-4701
MI Conroe
TX
CN
ST
Steve Guillroy
936-441-9200
700 W. Davis St., 77301-2798
U Amarillo
TX
AM
WT
Daniel Ferrell
806-467-9530
6664 Canyon Dr., 79109-7001
Qb Abilene
TX
AB
WT
Reid Griffin
325-690-9599
1575 Dunnam Dr., 79602-7975
S. Fort Worth (Ft Worth)
TX
SW
NT
Alan Hernandez
817-370-4610
7445 S. Hulen St., 76133-1913
0 Springdale
AR
SG
HL
Jeremy Kyle
479-927-9530
3902 W. Kelley Ave., Ste. B, 72762-4990
M1 San Francisco
CA
SF
NC
Anderson Tan
415-695-9530
1618 Jerrold Ave., 94124-2135
Q.b Springfield
MO
SI
HL
Kyle Boyer
417-891-9876
1841 W. Sunset St., 65807-5901
Qti Wichita
KS
WI
HL
Walter Scott
316-630-9530
3830 N. Toben St., 67226-2903
Midland -Odessa (Odessa)
TX
OD
WT
Cody Purcella
432-550-8800
6895 E. Business 20, 79762-5481
M1 McAllen
TX
MA
ST
Dago Villarreal
956-661-9530
1312 E. Upas Ave., 78501-5617
119 Clearwater
FL
CS
FL
Joel Bissett
727-441-9530
2040 Range Rd., 33765-2123
MI Sarasota
FL
RT
FL
Abraham Barrera
941-927-9530
6235 S. McIntosh Rd., 34238-2979
0 Temecula
CA
TM
IE
Mike Nunez
951-506-9530
27562 Commerce Center Dr., 92590-2518
0 Central City
AZ
CP
AZ
Angel Borja
602-997-2661
1811 W. Peoria Ave., 85029-5000
Qti Tempe
AZ
TP
AZ
Brandon White
480-968-7839
1221 E. Curry Rd., 85288-1911
MI Chandler
AZ
CD
AZ
Joe Murray
480-940-9541
18 S. Roosevelt Ave., 85226-3413
0 Peoria
AZ
PE
AZ
John Hock
623-979-1981
19085 N. 83rd Ave., Ste. B, 85382-2802
M1 Hayward
CA
NC
Rudy Cornejo
510-441-9530
30928 San Antonio St., 94544-7110
N. Mesa (Mesa)
AZ
AJ
AZ
Ronnie Martin
480-926-1400
2661 N. Ogden Rd., 85215-1095
W. Las Vegas (Las Vegas)
NV
WV
NV
Jason Barnes
702-895-7612
4705 S. Valley View Blvd., 89103-5517
0 Friendswood
TX
FD
ST
Leonardo Bedolla
281-482-9530
4319 FM 2351 Rd., 77546-2406
S. Oklahoma City (Norman)
OK
SY
HL
John Cargill
405-364-9530
5641 Huettner Dr., 73069
Qb Signal Hill
CA
HL
LA
Alex Valladares
562-989-9530
2899 Walnut Ave., 90755-1833
M1 Dallas
TX
DL
NT
Art Perez
214-902-9530
10525 Wire Way, 75220-2319
Qb Laredo
TX
LA
CT
Frank Navarro
956-722-9530
1802 Aduanales Ln., 78041-5602
N. Tucson (Tucson)
AZ
NT
AZ
Jeramy Webb
520-690-9530
4905 N. Shamrock PI., 85705-1498
S. Austin (Austin)
TX
AS
CT
David Badillo Martinez
512-712-9530
9000 S. Congress Ave., 78745-7300
M1 Baton Rouge
LA
BR
GC
Jesse Kirvin
225-753-7530
11638 Cloverland Ave., 70809-4281
Qb Jackson
MS
RL
GC
Jason Rogers
601-991-3185
112 E. Marketridge Dr., 39157-6029
Qb Round Rock
TX CT Thomas Moore 737-295-1760 245 Benelli Dr, 78634
0 Marietta
GA
MR
GA
Brian Barnard
678-445-7880
934 Jamerson Rd., 30066-1000
Qb Alpharetta
GA
AL
GA
Sean Spencer
770-410-5731
4080 Nine McFarland Dr., 30004-3385
Qb Atlanta
GA
AT
GA
Ryan Bollinger
404-352-4243
4789 S. Atlanta Rd. SE, 30339-1556
S. Bakersfield (Bakersfield)
CA
BS
CC
Danny Robinson
661-827-0130
4501 Ashe Rd., 93313-2032
MI San Luis Obispo
CA
OB
LA
Richard Corrales
805-545-9530
1175 Prospect St., 93401-7062
Qb Pensacola
FL
PN
GC
Adam Solares
850-432-9530
3611 N. Palafox St., 32505-5234
M1 Centennial
CO
AA
CO
Scott Atwell
720-870-9530
15579 E. Hinsdale Cir., 80112-4226
MI Pelham
AL
PM
SE
Derek King
205-620-5300
1373 McCain Pkwy., 35124-2161
Qb Georgetown
TX
GO
CT
Ronnie Kammberger
512-819-9530
7100 N. Interstate 35, 78626-1763
Qb Moreno Valley
CA
MY
IE
Garry Camenga
951-653-1107
6479 Box Springs Blvd., 92507-0725
M1 Santa Barbara
CA
BB
LA
Francisco Cano
805-966-9533
718 Cacique St., 93103-3620
Qb Santa Clarita
CA
CR
LA
Frank Perez
661-257-3600
27726 Avenue Hopkins, 91355-1222
Qb Bellaire
TX
BA
ST
Ebo Reynoso
713-839-9530
5106 Elm St., 77081-2929
Qb Augusta
GA
AG
GA
Idral Bowen
706-869-8601
642 S. Old Belair Rd., 30813-5305
M1 Katy
TX
KT
ST
Mike Denham
281-392-8111
22403 Katy Frwy., 77450-1534
Qb Holly Springs
GA
HS
GA
Gary Jones
770-720-4193
2262 Holly Springs Pkwy., 30115-9079
S. Tulsa (Bixby)
OK
BX
HL
Barrett Norris
918-369-9530
14655 Grant St., 74008-3705
Qb Tyler
TX
TY
NT
Eric Lee
903-509-1144
2010 Shiloh Rd., 75703-2612
M1 Montgomery
AL
MG
SE
Heath Corwin
334-396-8202
5890 Monticello Dr., 36117-1965
Qb Santa Maria
CA
MI
LA
Armando Borrayo
805-345-3300
939 W. McCoy Ln., 93455-1109
M1 Fort Walton Beach
FL
FW
GC
Kelly Palmer
850-243-0911
632-A Lovejoy Rd. N.W., 32548-3832
Pinnacle Peak (Scottsdale)
AZ
PP
AZ
TJ Brooks
480-994-9530
7545 E. Adobe Dr., 85255-4805
M1 Tacoma
WA
TA
NW
Ryan Herdt
253-476-9530
2901 S. Tacoma Way, 98409-4718
Qb Prescott Valley
AZ
PV
AZ
Oscar Lopez Benitez
928-775-9803
8267 E. Pecos Dr., 86314-4155
Qb Lubbock
TX
LB
WT
Josh Reyna
806-794-9533
5926 66th St., 79424-2941
M1 Kirkland
WA
KK
NW
Manny Rodriguez
425-576-9540
815 8th St., 98033-5624
Qb Tigard
OR
TG
NW
Dan McDonald
503-684-9530
10600 SW Cascade Ave., 97223-4325
Qb Vancouver
WA
VC
NW
Michelle Meier
360-253-3582
8720 NE 64th Ave., 98665-0268
Qb Portland
OR
PO
NW
Larry Burchfiel
503-788-9530
9333 SE Alansa Dr. Ste 400 97015
M1 Salem
OR
SO.
NW
Johnathan Krist
503-588-1250
3475 Pipe Bend PI. NE, 97301-1773
Eugene (Springfield)
OR
EG
NW
Karin Gardner
541-736-9531
451 Shelley St., 97477-1966
Qb Hillsboro
OR
HB
NW
Efrain Hernandez Carrillo
503-533-5656
5857 N.W. Cornelius Pass Rd., 97124-9370
Qb Corpus Christi
TX
CY
ST
Lee Wehring
361-814-9530
4141 Brett St., 78411-4577
QD Queen Creek
AZ
CK
AZ
Stephen Wells
480-882-3944
22030 S. Scotland Ct., 85142-4953
Qb Birmingham
AL
BM
SE
John Michaels
205-655-9530
5480 Vann PI., 35235-3232
Qb Humble
TX
HM
ST
Gin Mendoza
281-348-9530
615 N. Houston Ave., 77338-3872
Qb Nashville
TN
NA
SE
Cale Molner
615-244-8870
118 Park South Ct., 37210-4823
M1 El Dorado Hills
CA
EH
SV
Matthew Aguiar
916-933-8822
5050 Hillsdale Cir., Ste. 200, 95762-5706
MI Buckeye
AZ
BY
AZ
Adrian Longoria
623-853-8880
1031 N. Jackrabbit Trl., 85326-5693
Qb Medford
OR
MD
NW
Ben Graffis
541-858-9530
1575 Sky Park Dr., 97504-4758
Qb Grants Pass
OR
GT
NW
Bill Richey
541-479-5524
906 S.W. 6th St., 97526-2908
S. Medford
OR
MZ
NW
James Cranford
541-535-8230
3622 S. Pacific Hwy. 97501-8912
MI College Station
TX
CG
ST
Cameron Helm
979-690-9191
475-A Graham Rd., 77845-9660
Qb Murfreesboro
TN
MF
SE
Kyle Denham
615-217-8393
190 Chaffin PI., 37129-6901
Qb Redding
CA
RE
SV
Robert Manko
530-222-9530
3015 Crossroads Dr., 96003-7928
M) Suwanee
GA
WN
GA
Brett Hammack
678-714-9559
4167 Suwanee Dam Rd., 30024-6937
Qb Jacksonville
FL
JK
FL
Austin Brychta
904-370-1100
11590 Davis Creek Court, 32256-3003
Qb San Marcos
TX
TX
CT
Rudy Ramirez
512-392-9530
118 Hays St. Suite 101, 78666
Qb Cedar Park
TX
CE
CT
Rene Kopecky
512-260-9990
1400 Cottonwood Creek Trl., 78613-7584
M1 Lakeway
TX
LK
CT
Mike Falloon
512-266-9530
4419 Hudson Bend Rd., 78734-1643
Qb Auburn
WA
AV
NW
Jason Hahn
253-333-9530
1805 Pike St. N.W., 98001-3439
Qb Shreveport
LA
SZ
GC
Adrian Thomas
318-671-5161
234 Lynbrook Blvd., 71106-6548
Qb Campbell
CA
CA
NC
Ken Naber
408-364-9530
866 S. McGlincy Ln., 95008-5411
M1 Indian Trail
NC
IT
CR
David Truesdale
704-821-0751
211 Post Office Drive, 28079-7670
Qb McKinney
TX
MK
NT
Wes Tackenberg
469-952-6661
8960 W. University Dr., 75071-4862
M1 Roseville
CA
RO
SV
Travis Crouse
916-784-0323
500 Berry St., Unit B, 95678-1342
CLOSED
CLOSED
CLOSED
CLOSED
M1 Von Ormy
TX
VO
CT
Rudy Oliva
210-622-9634
17141 Benton City Rd., 78073-3925
Qb Lewisville
TX
LW
NT
Juan Alberto
972-492-9535
1810 Midway Rd., 75056-9535
Qb Brownsville
TX
BW
ST
Jaime Lopez
956-350-5995
5180 N. Expressway, 78526-4057
n Burlington
WA
BU
NW
Sarah Anderson
360-707-9530
555 E George Hopper Rd., 98233
0 Bentonville
AR
BV
HL
Brandon Chiasson
479-271-9532
1209 S.E. Phyllis St., 72712-6483
[M Seattle
WA
EA
NW
James Kalteich
206-401-9835
751 S. Michigan Street, 98108-2636
MJ Panama City Beach
FL
IPC
GC
IJustin McDaniels
850-234-0870
100 Estes PI., 32413-2122
M) Hockley
TX
Nick Shry
34150 US-290 Frontage Hockley, 77447
M) Pasco
WA
PZ
NW
Scott Bird
509-542-9530
1625 E. James St., 99301-5990
n Garden Grove
CA
GG
SO
Taylor Stewart -Marie
714-898-9530
11601 Seaboard Cir., 90680-3427
[M Columbia
SC
CU
ICR
Dylan Epting
803-735-0360
101 Sunbelt Blvd., 29203-2617
Qb Huntsville
AL
HT
SE
Jacob Neely
256-288-0506
2703 University Dr. N.W., 35816-3317
Cordova
TN
CW
GC
David Akins
901-753-4401
9526 Cordova Park Rd., 38018-6568
M) Covington
GA
CT
GA
lChristian Coleman
770-786-9530
12135 Liberty Dr. N.E., 30014-1097
011 Carson City
NV
CX
SV
Derreck Haas
775-884-9530
2310 S. Curry St., 89703-5923
0 Surprise
AZ
ISU
AZ
Roger Luna
623-584-1380
17194 N. Dysart Rd., 85378-4546
M) Sanford
FL
SX
FL
Mike Case
407-330-2112
300 Hickman Dr., 32771-6901
M) Kissimmee
FL
KM
FL
Nelson Ortiz
407-847-9817
1045 Garden St., 34744-1405
0 Tulare County
CA
TZ
CC
IJose Pena Ballesteros
559-688-9530
2321 S. K St., 93274-6873
M) Colorado Springs
CO
ES
CO
Jacob Cunningham
719-591-9530
2705 Capital Dr., 80939-9708
LU Everett
WA
EV
NW
Hadley Anderson
425-258-9520
3732 Smith Ave., 98201-4546
0 Pineville
NC
IPI
CR
tt Auffhammer
704-583-9530
325 Westinghouse Blvd., 28273-6223
N. Charlotte (Charlotte)
NC
NC
CR
jJustin Amos
704-597-8955
6829 Statesville Rd., 28269-1793
N. Charleston (Charleston)
SC
CQ
CR
Jeff Goldsby
843-760-9538
7281 Pepperdam Ave., 29418-8446
M) Orlando
FL
00
FL
Julie Hall
407-292-3400
3333 Old Winter Garden Rd., 32805-1131
MI Greenville
SC
GV
CR
Tim Szucs
864-848-9588
20 Concourse Way, 29650-4704
M1 North Las Vegas
NV
NV
INV
Miguel Anaya
702-839-9530
3521 N. Rancho Dr., 89130-3123
M) Fort Myers
FL
FY
FL
Jim Spano
239-337-9530
8091 Supply Dr., 33912-5919
QD Wesley Chapel
FL
WC
FL
Phillip Liebman
813-907-2130
26530 Wesley Chapel Blvd., 33559-7210
MI San Juan Capistrano
CA
IJC
SO
Daniel Zepeda
949-240-9530
26031 Avenida Aeropuerto, 92675-4701
M) Lax
CA
LX
LA
Raul Valladares
310-417-9530
400 S. Hindry Ave., 90301-2016
M) Naples
FL
NP
FL
Scott Davis
239-430-9530
4306 Progress Ave., 34104-7045
LU St. Petersburg
FL
PB
FL
Bill Sands
727-520-9530
3199 46th Avenue N., 33714
0 Castle Hayne
NC
HN
CR
I Kelly Curry
910-675-9030
4805 Las Tortugas Drive, 28429-6327
0 Lady Lake
FL
IZach Stueck
352-775-0687
2809 Sunrise Rd, 32159
M1 Elgin
IL
EL
MW
Kortney Hendrickson
847-551-0023
318 Arrowhead Drive, 60136 9602
Qb West Chicago
IL
WO
MW
Tom Cangelosi
630-562-4005
1130 Carolina Dr., Ste. F, 60185 5163
Qb Crown Point
IN
PT
MW
Sean Bennett
219-206-2378
515 E. 110th Ave., 46307
Qb Livonia
MI
LN
MW
Matt Godar
734-316-9529
34360 Glendale St 48150
M1 Sterling Heights
MI
RG
MW
Mike Lulewicz
586-330-0948
6626 Sims Dr 48313
CLOSED
CLOSED
CLOSED
Qb Grand Rapids
MI
GP
MW
Randy Small
616-241-6212
2830 Locke Ave SW Grandville, MI 49418
Qb Westfield
IN
IN
MW
Trevor Belbot
463-600-9001
16938 Westfield Park Rd. 46074
M1 Brighton
MI
BT
MW
Jeff Rhodes
810-666-0969
12901 Silver Lake Rd, 48116
Qb Gaithersburg
MD
GB
MA
Chris Kohl
301-288-5690
7904 Queenair Drive, 20879-4138
West Berlin
NJ
BL
MA
Stacy Angeline
856-209-3712
412 Bloomfield Drive, 08091-2401
Qb Tinton Falls
NJ
TF
NE
Mike Mallon
732-708-6609
100 Park Road, Suite 2, 07724-9785
M1 Ronkonkoma
NY
RK
NE
Richard Wells
631-296-2847
855 Marconi Ave., 11779-7228
MI Franklin Lakes
NJ
FL
NE
Chris Rhodes
201-855-9953
779 Susquehanna Ave., 07417
Qb Hastings -on -Hudson
NY
HH
NE
Lou Migliore
914-591-9530
70 Saw Mill River Road, 10706
Qb Sterling
VA
VA
MA
Tony Gomez
703-661-2103
44190 Mercure Cir. 20166-2031
M1 Elkridge
MD
EK
MA
David Skinner
410-417-8910
6363 S Hanover Road 21075
MI Richmond
VA
MA
Scott Bennett
804-379-6563
14345 Justice Road, Midlothian, 23113
Qb Lancaster
NY
LT
NE
Cory Metler
5550 Genesee St, 14086
Qb Indio
CA
IO
IE
Freddy Agustin
760-338-0565
81735 Oleander Avenue 92201
M1 Knoxville
TN
KX
SE
Jake Bullock
865-221-8555
2420 Webster Avenue 37921
Qb Hermitage-Sandyville
TN
HG
SE
Justin Alexander
615-266-4888
3532 Central Pike 37076
Pinnacle Peak (Phoenix)
AZ
ZA
AZ
Danny Chavez
602-458-2700
400 E. Pinnacle Peak Road, 85024
Qb Littleton
CO
ZB
CO
Chad Brester &
303-794-5960
6601 S. Santa Fe Dr., 80120-2932
Tony Spadafora
Qb Brighton
CO
ZC
CO
Blake Williams
303-659-9232
15980 Elmira St., 80602
Qb Elizabeth
CO
ZD
CO
Jake Tharan
303-646-8811
35049 County Rd. 13, 80107-7972
Qb El Mirage
AZ
ZE
AZ
Eric Mead
623-535-1219
7243 N. El Mirage Rd., 85307-2507
M1 Guadalupe
AZ
ZF
AZ
Tyler Fesler
480-839-1442
9031 S. I-10, 85283-2539
HS Queen Creek
AZ
AZ
Stephen Wells
602-899-9077
21555 East Ocotillo Rd, 85142
M1 Morristown
AZ
AZ
46981 N Castle Rd 85342
Qb Broomfield
CO
ZN
CO
Matt Falloon
303-287-0040
11605 Wadsworth Blvd 80020
M1 Englewood
CO
ZL
CO
Brian Clark
303-798-1292
2600 W. Oxford Ave 80110
Qb Fort Lupton
CO
ZM
CO
Bill Martin
720-679-9530
8394 US Highway 85 80621
S. Fort Collins
CO
ZO
CO
Karen Horner
970-221-7173
3501 E. Prospect Rd., 80525
M) New Braunfels
TX
CT
Ro Castillo
830-620-0909
8206 North Interstate Highway 35, 78130
Qb Wimberley
TX
CT
Matthew Adrian
512-648-9811
1126B Farm to Market 32, San Marcos, TX 78666
Qb Round Mountain
TX
CT
Andrew McHenry
830-220-2699
11392 US Hwy. 281 North Bldg A, 78663
S. Phoenix (Tolleson)
AZ
PX
AZ
Anthony Mahn
623-936-7812
5302 West Buchanan Ave Phoenix, AZ 85043
ILI Dallas
TX
DC
NT
Todd Skidmore
972-532-3323
2223 Lombardy Lane, 75220-2319
S. Bend (Bend)
OR
BO
NW
Shane Conklin
541-318-6938
1013 SE Paiute Way, 97702-1658
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' 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 administrator shall be authorized to remove or suspend any
or all Designated Dealers from the BuyBoard at any time in its sole discretion.
If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated
Dealer below. If you wish to designate multiple dealers, please duplicate this form as necessary.
Designated Dealer Name Designated Dealer Contact Person
Designated Dealer Address
City State Zip
Phone Number Fax Number
Email address Designated Dealer Tax ID Number* (*attach W-9)
Proposal Forms COMM/SVCS v.08.11.2021
Page 34 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' buvboard.com
PROPOSAL INVITATION OUESTIONNAIRE
The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial
resources to provide the goods and perform the services ("Work' under the BuyBoard contract contemplated by this Proposal
Invitation ("Contract's. Proposers must fully answer each question, numbering your responses to correspond to the
questions/numbers below. Proposers must complete below or attach your responses to this questionnaire and submit in one
document with your Proposal. You must submit the questionnaire and responses with your Proposal or the
Proposal will not be considered.
1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your
company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition
by another entity.
1- Ewing has been in business for over 100 years. Tracking our first location back to Atlas Sprinkler
in Northern California in 1922, Since then we became known as Ewing Irrigation Products Inc.
Ewing Irrigation Golf and Industrial and now DBA Ewing Irrigation and Landscape Supply
We are not currently for sale or involved in any transaction that would alter business
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.
Ewing has over 1200 employees. 250 locations with thousands of years of experience. We have a dedicated HR, Credit, Purchasing, Marketing, Safety, Education, and Sales team
We also have a dedicated Government Sales department. Jake Ray is the Director of Government Business and will be Buyboards one point of contact
Jake Ray has been with the company for 19 years as a branch manager, regional manager and in sales and can assist on all levels of working with Ewing.
We also have Earl Bishop our local Account Manager in Texas who can assist at the local level if the need were to arise.
3. Marketing Strateav: For your Proposal to be considered, you must submit the Marketing Strategy you will use if the
Cooperative accepts all or part of your Proposal. (Exama/e: 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
term.) Attach additional pages if necessary.
With our dedicated marketing team we have written an introduction letter/postcard to be mailed to each Buy Board Member.
This letter introduces who we are and what we do with the Buyboard Contract info, it also gives the Public Agencies the opportunity to elect into our email campaign
If they elect in we will send out an Email correspondence every two months reminding them about Buyboard and Ewing and the benefits of both
We also have an inside sales team that will reach out to those who do not elect to receive emails with the goal of explaining who we are and what we do in combination with Buyboard.
Proposal Forms COMM/SVCS v.08.11.2021
Page 35 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buvboard.com
4. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating,
bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners,
principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency
proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm.
Proposer is a private company that has recorded profits in every year for the last 25 years, with a robust
balance sheet. Proposer has adequate cash and credit lines in place to perform the Contract. Proposer
also has adequate insurance coverage limits with A+ insurance companies
No past or present owners, shareholders, or officers have been party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years.
5. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing
agreement? If so, provide detailed information on the nature of such items and prospects for resolution.
WR
6. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or
that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and
the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work,
or termination.
0M
7. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against
your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or
employees, that relate to or arise from a contract similar to this Contract or the Work contemplated under this Contract.
Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim,
and resolution or current status.
\l6 Z
Proposal Forms COMM/SVCS v.08.11.2021
Page 36 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' buvboard.com
VENDOR REOUEST TO SELF -REPORT BUYBOARD PURCHASES
The General Terms and Conditions require that all Purchase Orders generated by or under any Contract awarded under this
Proposal Invitation be processed through the BuyBoard and, except as expressly authorized in writing by the Cooperative
administrator, Vendors are not authorized to process Purchase Orders received directly from Cooperative members that have
not been processed through the BuyBoard or provided to the Cooperative. In accordance with this provision, Vendor may
request authorization of the Cooperative administrator to self -report Cooperative member purchases if awarded a Contract
under this Proposal Invitation. By making such a request, Vendor acknowledges and agrees that self -reporting is specifically
subject to and conditioned upon (1) Vendor's agreement to the Additional Terms and Conditions for BuyBoard Self -Reporting
which are included in this Proposal Invitation and incorporated herein for all purposes and (2) approval of this request in
writing by the Cooperative administrator.
Note: This form is NOT required as part of your proposal. You should sign and return this form ONLY if you
wish to request authorization to self -report BuyBoard purchases, Any request to self -report will not be effective,
and Vendor shall not be authorized to self -report BuyBoard member purchases, unless and until (1) Vendor is awarded a
Contract under this Proposal Invitation, and (2) the request has been approved in writing by the Cooperative administrator.
By my signature below, I hereby request authorization from the Cooperative administrator to self -report
BuyBoard purchases ifmy company is awarded a Contract. I certify that I am authorized by the above -named
Vendor to approve this form, and I have received and read the Additional Terms and Conditions for BuyBoard
Self -Reporting included in this Proposal Invitation and do hereby approve and agree to such terms and
conditions on behalf of Vendor.
NAME OF VENDOR:
Signature of Vendor Authorized Representative
Printed Name:
Title:
Date:
(For Cooperative Administrator Use Only)
Approved by BuyBoard Administrator:
Effective/Start Date for Self -Reporting:
Proposal Forms COMM/SVCS v.08.11.2021
Page 37 of 72
Board-
PURCNASING CODPERATWE
12007 Research Boulevard • Austin, Texas 78759-2439 - PH: 800-695-2919 ' buvboard.com
REQUIRED FORMS CHECKLIST
(Please check (./) the following)
0 Reviewed/Completed: Proposer's Acceptance and Agreement
PROPOSAL FORMS PART 1: COMPLIANCE FORMS
Reviewed/Completed: Proposal Acknowledgements
Reviewed/Completed: Felony Conviction Disclosure
Reviewed/Completed: Resident/Nonresident Certification
Reviewed/Completed: Debarment Certification
Reviewed/Completed: Vendor Employment Certification
Reviewed/Completed: No Boycott Verification
Reviewed/Completed: No Excluded Nation or Foreign Terrorist Organization Certification
Reviewed/Completed: Historically Underutilized Business Certification
Reviewed/Completed: Acknowledgement of BuyBoard Technical Requirements
Reviewed/Completed: Construction -Related Goods and Services Affirmation
Reviewed/Completed: Deviation and Compliance
Reviewed/Completed: Vendor Consent for Name Brand Use
Reviewed/Completed: Confidential/Proprietary Information
Reviewed/Completed: EDGAR Vendor Certification
Reviewed/Completed: Compliance Forms Signature Page
PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS
Reviewed/Completed: Vendor Business Name
Reviewed/Completed: Vendor Contact Information(complete ineiectronicproposaisubmissionsystem)
Reviewed/Completed: Federal and State/Purchasing Cooperative Experience
Reviewed/Completed: Governmental References
Reviewed/Completed: Company Profile
Reviewed/Completed: Texas Regional Service Designation(complete ineiectronicproposaisubmission system)
Reviewed/Completed: State Service Designation (complete in electronic proposal submission system)
Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement (vendors serving outside Texas only)
Reviewed/Completed: Local/Authorized Seller Listings
Reviewed/Completed: Manufacturer Dealer Designation
Reviewed/Completed: Proposal Invitation Questionnaire
Reviewed/Completed: Vendor Request to Self -Report BuyBoard Purchases (optional)
0 Reviewed/Completed: Proposal Specifications Discount (%) off Catalog/Pricelist and/or other required pricing
information including Catalogs/Pricelists (or no bid response) and Manufacturer Authorization Letters must be submitted
with the Proposal or the Proposal will not be considered.
Proposal Forms COMM/SVCS v.08.11.2021
Page 40 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 . buvboard.com
PROPOSAL SPECIFICATION SUMMARY
The categories and items specified for this Proposal Invitation are summarized below. For full Proposal
Specifications, you must review and complete the Proposal Specification information in the electronic proposal
submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely
request and complete the Proposal Specification Form in accordance with the Instructions to Proposers).
PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be
considered. Vendors shall submit catalog (s)/pricel ist(s) with the Proposal in a readily available and readable electronic format,
with Excel or searchable PDF preferred. No paper cataloas or manufacturer/vendor websites will be accented.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of
equipment submitted. Proposers responding to this Proposal Invitation shall submit an approval letter from each
manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers
responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the
company is the manufacturer of the products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and a minimum of
seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement tools.
Section I: Grounds Maintenance Eauioment, Supplies, Parts, and Accessories - PURCHASE ONLY
1. Discount (%) off catalog/pricelist for Tractors, Equipment, Supplies, and Accessories (20 to 200 Engine HP).
2. Discount (%) off catalog/pricelist for Lawn and Garden Tractors, Equipment, Supplies, and Accessories.
3. Discount (%) off catalog/pricelist for Front Mowers, Equipment, Supplies, and Accessories.
4. Discount (%) off catalog/pricelist for Wide Area Mowers, Equipment, Supplies, and Accessories.
5. Discount (%) off catalog/pricelist for Zero Turn Mowers, Equipment, Supplies, and Accessories.
6. Discount (%) off catalog/pricelist for Walk Behind Mowers, Equipment, Supplies, and Accessories.
7. Discount (%) off catalog/pricelist for Golf and Turf Carts and Equipment, Supplies, and Accessories (for uses in
fleet, food/beverage, hospitality, maintenance, personal and transport).
8. Discount (%) off catalog/pricelist for All (Utility) Terrain Vehicles, Equipment, Supplies, and Accessories.
9. Discount (%) off catalog/pricelist for Cutters and Shredders, Equipment, Supplies, and Accessories.
10. Discount (%) off catalog/pricelist for Sprayers, Supplies, and Accessories.
11. Discount (%) off catalog/pricelist for Scrapers, Supplies, and Accessories.
12. Discount (%) off catalog/pricelist for Hand -Held Grounds Maintenance Equipment, Supplies, and Accessories.
13. Discount (%) off catalog/pricelist for Landscape and Turf Care Attachments.
14. Discount (%) off catalog/pricelist for Parking Lot/Sidewalk Sweepers, Supplies, and Accessories.
15. Discount (%) off catalog/pricelist for Turf Maintenance Sweepers and Equipment, Supplies, and Accessories.
16. Discount (%) off catalog/pricelist for Outdoor Scrubbers, Supplies, and Accessories.
17. Discount (%) off catalog/pricelist for Hydroseeding Equipment, Supplies, and Accessories.
18. Discount (%) off catalog/pricelist for Bark and Straw Blowers and Crimper Equipment, Supplies, and
Accessories.
Proposal Forms COMM/SVCS v.08.11.2021
Page 38 of 72
FBoard
°
CGf7�ERA 7I VF
12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 . buvboard.com
19. Discount (%) off catalog/pricelist for All Other Types of Grounds Maintenance Equipment, Supplies and
Accessories.
20. Discount (%) off catalog/pricelist for Ground Maintenance Equipment Repair Parts.
21. Discount (%) off catalog/pricelist for Ground Maintenance Equipment Service Agreements.
Section II: Grounds Maintenance Equipment -RENTAL ONLY (Rental Rate Price Sheet must be submitted with Proposal
or Proposal will not be considered).
22. Discount (%) off catalog/pricelist for Rental of All Types of Grounds Maintenance Equipment, Accessories and
Attachments.
Section III: Grounds Maintenance Eauipment (Pre-Owned/Reconditioned/Retired Rental) -PURCHASE ONLY
(Pre-Owned/Reconditioned/Retired Rental catalog/Dricelist must be submitted with Proposal or Proposal will not be
considered).
23. Discount (%) off catalog/pricelist for Pre-Owned/Reconditioned/Retired Rental of All Grounds Maintenance
Equipment.
Section IV: Installation and Repair Service
24. Hourly Labor Rate for Installation/Repair Service of Grounds Maintenance Equipment and Related
Products - Not to Exceed hourly labor rate for Installation/Repair Service Grounds Maintenance Equipment and Related
Products
Proposal Forms COMM/SVCS v.08.11.2021
Page 39 of 72
Ewing Irrigation and Landscape Supply Information
Contact:
Jake Ray
Address:
3441 E. Harbour Dr
Phoenix, AZ 85034
Phone:
(800) 343-9464
Fax:
(602) 407-0446
Toll Free:
(800) 343-9464
Email: govsales@ewingirrigation.com
Web Address: www.ewingirrigation.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Jake Ray govsales@ewingirrigation.com
Signature Email
Submitted at 21112023 01:02:12 PM (CT)
Requested Attachments
BuyBoard Proposal Invitation No. 706-23 Grounds Maintenance Equipment, Proposal-No-706-23.pdf
Parts, and Supplies
REQUIRED -In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com
including any additional pages, as necessary. NOTICE: DO NOT complete proposal forms in internet browser. No data
will be stored. Download file to computer and complete proposal forms prior to submitting. (Please DO NOT password
protect uploaded files.)
Catalog/Pricelist
Ewing, 706-23,20230209.xlsx
REQUIRED -In Excel or PDF format, upload catalog(s)/pricelist(s) in accordance with proposal invitation instructions.
Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper
catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT
password protect uploaded files.)
Catalog/Pricelist (Rental Rate Price Sheet for Line Item No. 22 must be submitted with No response
Proposal or Proposal will not be considered)
In Excel or PDF format, upload Rental Rate Price Sheet for Line Item No. 22. Must be submitted with Proposal or
Proposal will not be considered in accordance with proposal invitation instructions. Vendors shall submit
catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper catalogs or
manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect
uploaded files.)
Catalog/Pricelist (Pre-Owned/Reconditioned/Retired Rental Catalog/Pricelist for Line Item No response
No. 23 catalog/pricelist must be submitted with Proposal or Proposal will not be
considered)
In Excel or PDF format, upload Pre-Owned/Reconditioned/Retired Rental catalog/pricelist for Line Item No. 23. Must
be submitted with Proposal or Proposal will not be considered in accordance with proposal invitation instructions.
Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper
catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT
password protect uploaded files.)
Addendum No. 1
No response
REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including
any additional pages, as necessary. (Please DO NOT password protect uploaded files.)
Page 3 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Exceptions and/or Detailed Information Related to Discount % and/or Hourly Labor Rate No response
Proposed
In PDF format and if necessary, vendor shall attach detailed information regarding exceptions to pricing and/or
discount percentage and define the services that are proposed to be provided. NOTE: IF DETAILED INFORMATION IS
NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.)
Company Profile
Ewing Description .docx
REQUIRED -Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard
website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company
description that you would like to have included with your company profile on the BuyBoard website. Submit your
company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any
content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any
content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the
Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.)
IRS Form W-9 Request for Taxpayer Identification Number and W9 2022 with remittance address.pdf
Certification
REQUIRED -In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.)
Response Attachments
Ewing Branch Locations .xlsx
All Locations at Ewing
Bid Attributes
1 Federal Identification Number
Federal Identification Number
1941351799
2 1 HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification
HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification
3 No Israel Boycott Certification
A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly
or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees
for goods or services unless the contract contains a written verification from the company that it: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. GOV'T CODE Ch. 2270).
Accordingly, this certification form is included to the extent required by law.
"Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that
is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a
person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for
ordinary business purposes. TEX. GOV'T CODE §808.001(1).
By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor
does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal
Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this
certification.
Yes
Page 4 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
4
No Excluded Nation or Foreign Terrorist Organization Certification
A
Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a
contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization
— specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas
Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares
to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to
a foreign terrorist organization is not subject to the contract prohibition.)
By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas
Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by
my company to make this certification.
Yes
MWBE/HUB Status Certification
A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women
Business Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB
certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications
for awarded Vendors that properly indicate and document their HUB certification on this form.
certify that my company has been certified as a MWBE/HUB in the following categories: (Please check all that
apply)
6 Minority Owned Business
Minority Owned Business
❑ Minority Owned Business (Yes)
7 1 Women Owned Business
Women Owned Business
❑ Women Owned Business (Yes)
Service -Disabled Veteran Owned Business
Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected
disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U.
S. Department of Veterans Affairs or Department of Defense)
❑ Service -Disabled Veteran Owned Business (Yes)
9 1 Certification Number
Certification Number
No response
1 Name of Certifying Agency
U Certifying Agency
No response
Non-MWBE/HUB
My company has NOT been certified as a MWBE/HUB
❑ Non -HUB (Yes)
1 Vendor General Contact Information
2 Proposal/Contract General Contact Information
Page 5 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 Vendor Proposal/Contract Contact Name
3 Vendor Proposal/Contract Contact Name
Jake Ray
1 Vendor Proposal/Contract Contact E-mail Address
4 Vendor Proposal/Contract Contact E-mail Address
govsales@ewingirrigation.com
1 Vendor Proposal/Contract Mailing Address
5 Vendor Proposal/Contract Mailing Address
14167 Suwanee Dam Rd.
1 Vendor Proposal/Contact Mailing Address - City
6 Vendor Proposal/Contact Mailing Address - City
Suwanee
1 Vendor Proposal/Contact Mailing Address - State
7 Vendor Proposal/Contact Mailing Address - State (Abbreviate State Name)
IGA
1 Vendor Proposal/Contact Mailing Address - Zip Code
8 Vendor Proposal/Contact Mailing Address - Zip Code
130024
1 Vendor Proposal/Contact Phone Number
9 Vendor Proposal/Contact Phone Number (xoa-xoa-)o=)
I480-213-3663
2 Vendor Proposal/Contact Extension Number
U Vendor Proposal/Contact Extension Number
I No response
2 Company Website
1 Company Website (www.xxxxx.com)
I www.ewingirrigation.com
2
2
Purchase Orders Contact Information
All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet
access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a
new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their
orders.
Please select options below for receipt of Purchase Orders and provide the requested information:
• I will use the internet to receive Purchase Orders at the following address
IYes
Page 6 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2 Purchase Order E-mail Address
3 Purchase Order E-mail Address
govsales@ewingirrigation.com
2 Purchase Order Contact Name
4 Purchase Order Contact Name
Jake Ray
2 Purchase Order Contact Phone Number
5 Purchase Order Contact Phone Number (>oa-xxx-x>=)
I480-213-3663
2 Purchase Order Contact Extension Number
6 Purchase Order Contact Extension Number
No response
2 Alternate Purchase Order E-mail Address
7 Alternate Purchase Order E-mail Address
ebishop@ewingirrigation.com
2 Alternate Purchase Order Contact Name
8 Alternate Purchase Order Contact Name
I Earl Bishop
2 Alternate Purchase Order Contact Phone Number
9 Alternate Purchase Order Contact Phone Number (xxx-xxx-xxxx)
1512-708-0391
3 Alternate Purchase Order Contact Extension Number
U Alternate Purchase Order Contact Extension Number
I No response
3 Purchase Orders Contact Information
All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet
access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a
new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their
orders.
Please select options below for receipt of Purchase Orders and provide the requested information:
• Purchase Orders may be received by the Designated Dealer(s) identified on my company's Dealer
Designation form as provided to the Cooperative administrator. I understand that my company shall remain
responsible for the Contract and the performance of all Designated Dealers under and in accordance with
the Contract.
Yes I
3 Request for Quotes (RFQ)
2 Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs:
Page 7 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
3 Request for Quote (RFQ) E-mail Address
3 Request for Quote (RFQ) E-mail Address
I govsales@ewingirrigation.com
3 Request for Quote (RFQ) Contact Name
4 Request for Quote (RFQ) Contact Name
Jake Ray
3 Request for Quote (RFQ) Contact Phone Number
5 Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx)
I480-213-3663
3 Request for Quote (RFQ) Contact Extension Number
6 Request for Quote (RFQ) Contact Extension Number
I No response
3 Alternate Request for Quote (RFQ) E-mail Address
7 Alternate Request for Quote (RFQ) E-mail Address
I ebishop@ewingirrigation.com
3 Alternate Request for Quote (RFQ) Contact Name
8 Alternate Request for Quote (RFQ) Contact Name
I Earl Bishop
3 Alternate Request for Quote (RFQ) Contact Phone Number
9 Alternate Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx)
1512-708-0391
4 Alternate Request for Quote (RFQ) Contact Extension Number
U Alternate Request for Quote (RFQ) Contact Extension Number
I No response
4
1
Invoices
Your company will be billed monthly for the service fee due under a Contract awarded under this Proposal
Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when
they are ready to be retrieved.
Page 8 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
4 Invoices
2 Please choose only one (1) of the following options for receipt of invoices and provide the requested
information:
(a) Service fee invoices and related communications should be provided directly to my company at:
or
(b) In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following
billing agent:
If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract,
Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the
Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor.
Service fee invoices and notices direct to company
4 Invoice Company Name
3 Invoice Company Name
j Ewing Irrigation Products Inc
4 Invoice Company Department Name
4 Invoice Company Department Name
Accounts Payable
4 Invoice Contact Name
5 Invoice Contact Name
Libby Bible
4 Invoice Mailing Address
6 Invoice Mailing Address (P.O. Box or Street Address)
Po Box 208728
4 Invoice Mailing Address - City
7 Invoice Mailing Address - City
Dallas
4 Invoice Mailing Address - State
8 Invoice Mailing Address - State (Abbreviate State Name)
I-rx
4 Invoice Mailing Address - Zip Code
9 Invoice Mailing Address (Zip Code)
175320
5 Invoice Contact Phone Number
U Invoice Contact Phone Number (xxx-xxx-xxxx)
1 800-343-9464
Page 9 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
5 Invoice Contact Extension Number
Invoice Contact Extension Number
No response
5 Invoice Contact Fax Number
2 Invoice Contact Fax Number (xxx-xxx-xxxx)
1 602-407-0446
5 Invoice Contact E-mail Address
3 Invoice Contact E-mail
generalap@ewingirrigation.com
5 Invoice Contact Alternate E-mail Address
4 Invoice Contact Alternate E-mail Address
(bible@ewingirrigation.com
5 Billing Agent Company Name
5 Billing Agent Company Name
No response
5 Billing Agent Department Name
6 Billing Agent Department Name
No response
5 Billing Agent Contact Name
7 Billing Agent Contact Name
No response
5 Billing Agent Mailing Address
8 Billing Agent Mailing Address (P.O. Box or Street Address)
No response
5 Billing Agent Mailing Address - City
9 Billing Agent Mailing Address - City
No response
6 Billing Agent Mailing Address - State
U Billing Agent Mailing Address - State (Abbreviate State Name)
No response
6 Billing Agent Mailing Address - Zip Code
Billing Agent Mailing Address - Zip Code
No response
6 Billing Agent Contact Phone Number
2 Billing Agent Contact Phone Number (xxx-xxx-xxxx)
No response
Page 10 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
6 Billing Agent Contact Extension Number
3 Billing Agent Contact Extension Number
No response
6 Billing Agent Fax Number
4 Billing Agent Fax Number
No response
6 Billing Agent Contact E-mail Address
5 Billing Agent Contact E-mail Address
No response
6 Billing Agent Alternative E-mail Address
6 Billing Agent Alternative E-mail Address
No response
6 Shipping Via
7 Common Carrier, Company Truck, Prepaid and Add to Invoice, or Other
Company Truck
6 Payment Terms
8 Note: Vendor payment terms must comply with the BuyBoard General Terms and Conditions and the Texas Prompt
Payment Act (Texas Government Code Ch. 2251).
1 Net 30
6 Vendor's Internal/Assigned Reference/Quote Number
9 Vendor's Internal/Assigned Reference/Quote Number
No response
7 State or Attach Return Policy
U Note: Only return requirements and processes will be deemed part of Vendor's return policy. Any unrelated contract
terms, terms of sale, or other information not specifically related to return requirements and processes included in
Vendor's return policy shall not apply to any awarded Contract unless specifically included as a deviation in the
Deviation and Compliance Form and accepted by the Cooperative.
1 15% restocking Fee
7 Electronic Payments
Are electronic payments acceptable to your company?
Yes I
7 Credit Card Payments
2 Are credit card payments acceptable to your company?
Yes I
Page 11 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
7
3
Texas Regional Service Designation
Texas Regional Service Designation - Refer to Form in Proposal Invitation
The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers
vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all
Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you
propose to serve different regions for different products or services included in your Proposal, you must complete
and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the
products or services to which the designation applies. By designating a region or regions, you are certifying that
you are authorized and willing to provide the proposed products and services in those regions. Designating
regions in which you are either unable or unwilling to provide the specified products and services shall be
grounds for either rejection of your Proposal or, if awarded, termination of your Contract. Additionally, if you
do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must
so indicate on this form.
7 Company Name
4 Company Name
Ewing Irrigation Products Inc
7 Texas Regional Service Designation
5 Select only one of the following options. If you select "I will NOT serve all Regions of Texas", you must then
check the individual Regions you wish to serve.
All Regions I
7
Region 1
6
Region 1 - Edinburg
❑ Region 1 (1)
7
Region 2
7
Region 2 - Corpus Christi
❑ Region 2 (2)
7
Region 3
8
Region 3 - Victoria
❑ Region 3 (3)
7
Region 4
9
Region 4 - Houston
❑ Region 4 (4)
8
Region 5
U
Region 5 - Beaumont
❑ Region 5 (5)
8
Region 6
1
Region 6 - Huntsville
❑ Region 6 (6)
8
Region 7
2
Region 7 - Kilgore
❑ Region 7 (7)
Page 12 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
8 Region 8
3 Region 8 - Mount Pleasant
❑ Region 8 (8)
8 1 Region 9
4 Region 9 - Wichita Falls
❑ Region 9 (9)
8
Region 10
5
Region 10 - Richardson
❑ Region 10 (10)
8
Region 11
6
Region 11 - Fort Worth
❑ Region 11 (11)
8
Region 12
7
Region 12 - Waco
❑ Region 12 (12)
8
Region 13
8
Region 13 - Austin
❑ Region 13 (13)
8
Region 14
9
Region 14 - Abilene
❑ Region 14 (14)
9
Region 15
0
Region 15 - San Angelo
❑ Region 15 (15)
9
Region 16
1
Region 16 - Amarillo
❑ Region 16 (16)
9
Region 17
2
Region 17 - Lubbock
❑ Region 17 (17)
9
Region 18
3
Region 18 - Midland
❑ Region 18 (18)
9 Region 19
4 Region 19 - El Paso
❑ Region 19 (19)
Page 13 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
9 Region 20
5 Region 20 - San Antonio
❑ Region 20 (20)
9 State Service Designation
6 State Service Designation - Refer to Form in Proposal Invitation.
As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United
States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state
law, through a piggy -back award or similar agreement through the National Purchasing Cooperative BuyBoard. If
you plan to service the entire United States or only specific states, you must complete this form accordingly. (Note:
If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service
Designation form.) In addition to this form, to be considered for a piggy -back award by the National
Purchasing Cooperative, you must have an authorized representative sign the National Purchasing
Cooperative Vendor Award Agreement that follows this form.
If you serve different states for different products or services included in your Proposal, you must complete and
submit a separate State Service Designation form for each group of products and clearly indicate the products or
services to which the designation applies. By designating a state or states, you are certifying that you are
authorized and willing to provide the proposed products and services in those states. Designating states in which
you are either unable or unwilling to provide the specified products and services shall be grounds for either
rejection of your Proposal or, if awarded, termination of your Contract.
9 Company Name
7 Company Name
Ewing Irrigation Products Inc
9 State Service Designation
8 Select only one of the following options. If you select "I will NOT serve all States", you must then check
the individual States you wish to serve.
I will not serve all states in the United States
9 Alabama
9 Alabama
❑ Alabama (AL)
1 Alaska
6 Alaska
❑ Alaska (AK)
1 Arizona
Arizona
0 Arizona (AZ)
1 Arkansas
2 Arkansas
�1❑ Arkansas (AR)
1 California
0 California (Public Contract Code 20118 & 20652)
❑ California (CA)
Page 14 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 Colorado
U Colorado
4
�!❑ Colorado (CO)
1 Connecticut
5 Connecticut
❑ Connecticut (CT)
1 Delaware
6 Delaware
❑ Delaware (DE)
1 District of Columbia
U District of Columbia
7
❑ District of Columbia (DC)
1 Florida
8 Florida
1 Florida (FL)
1 Georgia
9 Georgia
�!❑ Georgia (GA)
1 Hawaii
1 Hawaii
❑ Hawaii (HI)
1 Idaho
1 Idaho
1
❑ Idaho (ID)
1 Illinois
1 Illinois
2
❑ Illinois (IL)
1 Indiana
1 Indiana
0 Indiana (IN)
1 Iowa
4 Iowa
❑ Iowa (IA)
1 Kansas
5 Kansas
0 Kansas (KS)
Page 15 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 Kentucky
6 Kentucky
❑ Kentucky (KY)
1 Louisiana
1 Louisiana
,I❑ Louisiana (LA)
1 Maine
1 Maine
❑ Maine (ME)
1 Maryland
9 Maryland
❑ Maryland (MD)
1 Massachusetts
UMassachusetts
❑ Massachusetts (MA)
1 Michigan
Michigan
❑ Michigan (MI)
1 Minnesota
2 Minnesota
❑ Minnesota (MN)
1 Mississippi
2 3 Mississippi
❑ Mississippi (MS)
1 Missouri
4 Missouri
❑ Missouri (MO)
1 Montana
5 Montana
❑ Montana (MT)
1 Nebraska
6 Nebraska
❑ Nebraska (NE)
1 Nevada
7 Nevada
❑ Nevada (NV)
Page 16 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 New Hampshire
8 New Hampshire
❑ New Hampshire (NH)
1
New Jersey
9
New Jersey
,I❑ New Jersey (NJ)
1
New Mexico
UNew
Mexico
0 New Mexico (NM)
1
New York
1
New York
❑ New York (NY)
1
North Carolina
2
North Carolina
1 North Carolina (NC)
1
North Dakota
3
North Dakota
❑ North Dakota (ND)
1
Ohio
4
Ohio
❑ Ohio (OH)
1
Oklahoma
5
Oklahoma
21 Oklahoma (OK)
1
Oregon
6
Oregon
❑ Oregon (OR)
1
Pennsylvania
7
Pennsylvania
❑ Pennsylvania (PA)
1
Rhode Island
8
Rhode Island
❑ Rhode Island (RI)
1
South Carolina
9
South Carolina
0 South Carolina (SC)
Page 17 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 South Dakota
USouth Dakota
❑ South Dakota (SD)
1 Tennessee
4 Tennessee
,I❑ Tennessee (TN)
1 Texas
2 Texas
0 Texas (TX)
1 Utah
3 Utah
❑ Utah (UT)
1 Vermont
4 Vermont
❑ Vermont (VT)
1 Virginia
5 Virginia
,!❑ Virginia (VA)
1 Washington
6 Washington
0 Washington (WA)
1 West Virginia
7 West Virginia
❑ West Virginia (WV)
1 Wisconsin
8 Wisconsin
❑ Wisconsin (WI)
1 Wyoming
4 9 Wyoming
❑ Wyoming (WY)
Bid Lines
Page 18 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Tractors, Equipment, Supplies, and Accessories (20 to 200 Engine HP)
Catalog/Pricelist MUST be included or proposal will not be considered.
V57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 19 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Lawn and Garden Tractors, Equipment, Supplies, and Accessories.
Catalog/Pricelist MUST be included or proposal will not be considered.
V57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 20 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
3 Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Front Mowers, Equipment, Supplies, and Accessories. Catalog/Pricelist
MUST be included or proposal will not be considered.
V57 JA
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 21 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
4 Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Wide Area Mowers, Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 22 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Zero Turn Mowers, Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 1 8% 1
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Chevron North America
Page 23 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
6
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Walk Behind Mowers, Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 1 8% 1
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Chevron North America
Page 24 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
7
Section I: Grounds Maintenance Eauipment. SuDolies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Golf and Turf Carts and Equipment, Supplies, and Accessories (for
uses in fleet, food/beverage, hospitality, maintenance, personal and transport). Catalog/Pricelist MUST be
included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No DaDer
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 25 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
0
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for All (Utility) Terrain Vehicles, Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 26 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
0
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Cutters and Shredders, Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 27 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
0
Discount (%) off catalog/pricelist for Sprayers, Supplies, and Accessories. Catalog/Pricelist MUST be included
or proposal will not be considered.
Total: 1 20% 1
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No oaoer
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
The Fountainhead Group Inc.
Page 28 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Scrapers, Supplies, and Accessories. Catalog/Pricelist MUST be
included or proposal will not be considered.
V57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 29 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
2
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Hand -Held Grounds Maintenance Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: I 30%
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No oaaer
cataloas or manufacturer/vendor websites will be acceated.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Seymour Midwest
Page 30 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Alternate 1
Section I: Grounds Maintenance EauiDment. SuDDlies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off cataloa/Dricelist for Hand -Held Grounds Maintenance EauiDment. SuDDlies. and
Accessories. Cataloa/Pricelist MUST be included or Dr000sal will not be considered.
Total: 1 8%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Pacific Stihl
Alternate 2
Section I: Grounds Maintenance EauiDment. SuDDlies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off cataloa/Dricelist for Hand -Held Grounds Maintenance EauiDment. SuDDlies. and
Accessories. Cataloa/Pricelist MUST be included or Dr000sal will not be considered.
Total: 1 30% 1
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Corona Clipper
Alternate 3
Section I: Grounds Maintenance EauiDment. SuDDlies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off cataloa/Dricelist for Hand -Held Grounds Maintenance EauiDment. SuDDlies. and
Accessories. Cataloa/Pricelist MUST be included or DrODosal will not be considered.
Total: 1 8% 1
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Chevron North America
Page 31 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
3
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Landscape and Turf Care Attachments. Catalog/Pricelist MUST be
included or proposal will not be considered.
I►y57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 32 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1 Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
4
Discount (%) off catalog/pricelist for Parking Lot/Sidewalk Sweepers, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 33 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
5
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Turf Maintenance Sweepers and Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 34 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
6
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Outdoor Scrubbers, Supplies, and Accessories. Catalog/Pricelist MUST
be included or proposal will not be considered.
I►y57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 35 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
7
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Hydroseeding Equipment, Supplies, and Accessories. Catalog/Pricelist
MUST be included or proposal will not be considered.
I►y57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 36 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
8
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Bark and Straw Blowers and Crimper Equipment, Supplies, and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No Daper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 37 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
1
9
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for All Other Types of Grounds Maintenance Equipment, Supplies and
Accessories. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 1 30% 1
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
Chapin International Inc
Page 38 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2
0
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Ground Maintenance Equipment Repair Parts. Catalog/Pricelist MUST
be included or proposal will not be considered.
V57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 39 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2
1
Section I: Grounds Maintenance Eauipment. Supplies. Parts. and Accessories - PURCHASE ONLY
Discount (%) off catalog/pricelist for Ground Maintenance Equipment Service Agreements. Catalog/Pricelist
MUST be included or proposal will not be considered.
V57 jla
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No paper
cataloas or manufacturer/vendor websites will be accepted.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 40 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2 Section II: Grounds Maintenance Eauipment-RENTAL ONLY (_Rental Rate Price Sheet must be submitted
2 with Pr000sal or Proposal will not be considered).
Discount (%) off catalog/pricelist for Rental of All Types of Grounds Maintenance Equipment, Accessories
and
Attachments. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No oaoer
cataloas or manufacturer/vendor websites will be accented.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 41 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NO E: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
Page 42 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
2
3
Section III: Grounds Maintenance Eauipment (Pre-Owned/Reconditioned/Retired Rental) -PURCHASE
ONLY (Pre-Owned/Reconditioned/Retired Rental catalog_/Dricelist must be submitted with Proposal or Proposal
will not be considered).
Discount (%) off catalog/pricelist for Pre-Owned/Reconditioned/Retired Rental of All Grounds
Maintenance Equipment. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog(s)/pricelist(s) with their Proposal response or the
Proposal will not be considered. Vendors shall submit catalog(s)/pricelist(s) with the Proposal in a
readily available and readable electronic format, with Excel or searchable PDF preferred. No oaaer
cataloas or manufacturer/vendor websites will be accented.
PROPOSAL NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and
service the brand of equipment submitted. Proposers responding to this Proposal Invitation shall submit
an approval letter from each manufacturer. Manufacturer authorization letters must include the regions
in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of
an authorization letter, must submit a letter explaining that the company is the manufacturer of the
products proposed.
PROPOSAL NOTE 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 will have a maximum of one thousand (1,000) hours per year of age and
a minimum of seventy-five percent (75%) of wear remaining for tires, track, and/or ground engagement
tools.
Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must
submit the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 43 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NO E: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed".
No response
2 Section II: Installation and Repair Service
4
Hourly Labor Rate for Installation/Repair Service of Grounds Maintenance Equipment and Related
Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products.
Quantity: 1 UOM: Hourly Labor Rate No Bid
Response Total: $0.00
Page 44 of 44 pages Vendor: Ewing Irrigation and Landscape 706-23 Addendum 1
Supply
k
sJ11.1jHr!
irrigation & Landscape Supply
ATTN Buy Board;
This letter is to confirm that Ewing Irrigation Products Inc. ❑BA Ewing Irrigation &
Landscape Supply is an Authorized dealer of:
C,�Y- /IP/"J
Manufacturer Name
Regions Authorized to Sell
- l 6� —7 / oIL14 4
Manufacturer Representative Name and Title
� -g�O
Manufacturer Rep Phone and Email
r
Manufacturer nature and Date
e
swins
Irrigation & Landscape Supply
ATTN Buy Board;
This letter is to confirm that Ewing Irrigation Products Inc. DBA Ewing Irrigation &
Landscape Supply is an Authorized dealer of:
EGO
Manufacturer Name
All Regions
Regions Authorized to Sel
Jason Jones I National Business Development Manager
Manufacturer Representative Name and Title
972-955-1033 1 ijones(@na.chervon2roup.com
Manufacturer Rep Phone and Email
3/8/2023
Manufacturer Signature and Date
e
swins,,,,
Irrigation & Landscape Supply
ATTN Buy Board;
This letter is to confirm that Ewing Irrigation Products Inc. DBA Ewing Irrigation &
Landscape Supply is an Authorized dealer of:
_Corona Clipper Inc
Manufacturer Name
USA
Regions Authorized to Sel
_Armando Leon — Regional Sales Director - West
Manufacturer Representative Name and Title
951-206-8710 armando.leon@corona.bellota.com
Manufacturer Rep Phone and Email
Armando Leon
Manufacturer Signature and Date
e
swins,
Irrigation & Landscape Supply
ATTN Buy Board;
This letter is to confirm that Ewing Irrigation Products Inc. DBA Ewing Irrigation &
Landscape Supply is an Authorized dealer of:
Seymour Midwest LLC
Manufacturer Name
National
Regions Authorized to Sel
Todd Sandbakken, Director -Long Handled Tools Division
Manufacturer Representative Name and Title
844-Seymour, Todd.Sandbakken@SeymourMidwest.com
Manufacturer Rep Phone and Email
mom,
March 8, 2023
Manufacturer Signature and Date
6
swinal
Irrigation & Landscape Supply
ATTN Buy Board;
This letter is to confirm that Ewing Irrigation Products Inc. DBA Ewing Irrigation &
Landscape Supply is an Authorized dealer of:
The Fountainhead Group, Inc.
Manufacturer Name
United States
Regions Authorized to Sel
Jeff Kendall, Director of Professional Channels
Manufacturer Representative Name and Title
240-383-2382 JKendal I thefgi.com
Manufacturer Rep Phone and Email
9. M lig March, 7, 2023
Manufacturer Signature and Date
Exhibit C
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
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.
jJ Name of vendor who has a business relationship with local governmental entity.
J
❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
N/A
Name of Officer
J 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 F-1 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?
71 Yes F1 No
J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
J
❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
107/20/2023
Signature of v dor doing busi ss with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.0010-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code 4 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code 4 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
6/27/23, 11:59 AM
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 6/27/2023 REFERENCE **M&C 23-
NO.: 0546
LOG NAME
CODE: P TYPE: CONSENT PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
Fob re i
13P COOP BB 706-23
GROUNDS MAINTENANCE
EQUIP ML PARD
RK
SUBJECT: (ALL) Authorize Non -Exclusive Purchase Agreements with Multiple Vendors Using
BuyBoard Cooperative Contract No. 706-23 for the Purchase of Grounds Maintenance
Equipment, Parts & Supplies in a Combined Annual Amount Up To $3,000,000.00 for City
Departments
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive purchase agreements with multiple
vendors using BuyBoard Cooperative Contract No. 706-23 for the purchase of grounds maintenance
equipment, parts & supplies in a combined annual amount up to $3,000,000.00 for City Departments
and authorize two consecutive one-year renewal options for the same combined annual amount.
DISCUSSION:
The Park & Recreation, Aviation and Code Compliance Departments approached the Purchasing
Division to enter into agreements with the awarded vendors under BuyBoard Contract No. 706-23. The
contract includes the following categories: golf and turf equipment; lawn and garden tractors; utility
vehicles; front wide -area, zero -turn, walk -behind mowers; cutters and shredders; sprayers; sweepers;
hand-held equipment; hourly labor rates for installation and repair service.
Staff from the user -departments identified multiple vendors with which they wanted to enter into
agreements. Approval of this Mayor and Council Communication (M&C) authorizes the City to execute
agreements with the following vendors: Bush Hog Inc., Clark Equipment Company dba Bobcat
Company, Ewing Irrigation and Landscape Supply, E-Z-GO Division of Textron Inc, Gail's Flags, Inc.,
GWG Wood Group, Kubota Tractor Corporation, Longhorn Inc., MasterTurf Products and Services,
Inc., Metro Golf Cars, Inc., Mission Golf Cars, New Holland Agriculture, Professional Turf Products, LP,
RC Mowers, SiteOne Landscape Supply, Texas Mowing Solutions, Turfcare of Texas, United Ag &
Turf, Yamaha Golf -Car Company, Heritage Landscape Group dba Irrigation Station, Husqvarna
Professional Products, John Deere Company, Justin Seed and Zimmerer Kubota and Equipment, Inc.
City Departments will utilize the agreements to purchase new equipment and replacement
parts. Departments will determine which vendor to order from based on BuyBoard's Final Catalog
Award Report according to price and availability.
BuyBoard Contract No. 706-23 has an initial term beginning on June 1, 2023, through May 31, 2024,
and includes two one-year renewal options. The Request for Proposal for BuyBoard Contract No. 706-
23 was published on July 12, 2022, and responses were opened on February 9, 2023. BuyBoard
contracts offer fixed discounts. Staff reviewed the pricing and determined it to be fair and reasonable.
State law provides that a local government purchasing an item under a cooperative purchasing
agreement satisfies state laws requiring that the local government seek competitive bids for purchase
of the items. BuyBoard contracts have been competitively bid to increase and simplify the purchasing
power of government entities.
Approval of this M&C authorizes the City to spend up to $3,000,000.00 per year with the listed vendors
for grounds maintenance equipment, parts, & supplies; however, the actual first -year spend is
anticipated to be approximately $2,400,000.00 based on current budget allocations. Actual usage in
any term can be up to the authorized amount and will be dependent upon actual appropriations for this
apps. cfwnet.org/counci I_packet/mc_review.asp? I D=31173&counci Idate=6/27/2023 1 /3
6/27/23, 11:59 AM
M&C Review
purpose in the departments' budgets. The annual department allocation for the first year of these
agreements is:
Departments F Annual Amount
Park & Recreation F $2,093,951.00
Aviation F $275,000.00
Code Compliance _ $30,730.00
Funding is budgeted in the various accounts within the participating departments operating budgets,
as appropriated. Additional funds will be available upon adoption of the Fiscal Year 2024 Budget by
the City Council.
The agreements may be renewed for up to two additional one-year terms, in accordance with the
terms of the BuyBoard Contract.
An administrative change order or increase may be made by the City Manager up to the amount
allowed by relevant law and the Fort Worth City Code and does not require specific City Council
approval as long as sufficient funds have been appropriated.
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 upon approval of the above recommendation, funds are
available in the current operating & capital budgets, as previously appropriated, in the participating
departments' Operating Funds and in the Grants Capital Project Other Fund for the Hoffman
Foundation Grant project and upon adoption of the Fiscal Year 2024 Budget by the City Council,
funds will be available in the Fiscal Year 2024 Operating Budget, as appropriated, to support the
approval of the above recommendation and execution of the agreements. Prior to an 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
ID ID
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Program Activity Budget Reference #
Year (Chartfield 2)
Reginald Zeno (8517)
Jesica McEachern (5804)
Reginald Zeno (8517)
Richard Zavala (5711)
Jo Ann Gunn (8525)
Martha Lopez (2059)
Amount
ATTACHMENTS
apps. cfwnet.org/counci I_packet/mc_review.asp? I D=31173&counci Idate=6/27/2023 2/3
6/27/23, 11:59 AM
M&C Review
13P COOP BB 706-23 GROUNDS MAINTENANCE EQUIP ML PARD funds availabilitv..pdf (CFW Internal)
13P COOP BB 706-23 GROUNDS MAINTENANCE EQUIP ML PARD Updated FID.xlsx (CFW Internal)
Grounds Maintenance 1295.pdf (CFW Internal)
Sams For Grounds Maintenance.pdf (CFW Internal)
apps. cfwnet.org/counci I_packet/mc_review.asp? I D=31173&counci Idate=6/27/2023 3/3