Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2022-006 2022-01-10
RESOLUTION NO. R2022-6 A Resolution of The City Council of the City of Pearland, Texas, authorizing the City Manager or his designee to participate in an interlocal cooperative pricing arrangement with the Buyboard Purchasing System for the purchase and installation of a scoreboard for the Miracle Field at the Shadow Creek Park Sports Complex, in the amount of $139,282.00, from Spectrum Scoreboards. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That contract pricing has been obtained through interlocal cooperative partner the Buyboard Purchasing System for the purchase and installation of a scoreboard for the Miracle Field at the Shadow Creek Park Sports Complex. Section 2. That the City Manager or his designee is hereby authorized to participate in an interlocal cooperative pricing arrangement with the Buyboard Purchasing System for the purchase and installation of a scoreboard for the Miracle Field at the Shadow Creek Park Sports Complex, in the amount of $139,282.00, from Spectrum Scoreboards. PASSED, APPROVED and ADOPTED this the 10th day of January, A.D., 2022. ________________________________ J. KEVIN COLE MAYOR ATTEST: ________________________________ CRYSTAL ROAN, TRMC, CMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 53457356-37C3-4014-B09A-A79526731266 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. C1222-28 Miracle Field Video Board THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Contractor ("Contractor"), and consisting of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures TdlEuQF PEARLAND 1CD'16n4r2'2r21na Purchasing Officer DocuSigned by. C,L u1 et,,WESNn, 3D0200D00CC0400... Spectrum Scoreboards 10048 Easthaven Blvd. Houston, TX 77075 Contractor will provide audio/video board system for the Miracle League Field at Shadow Creek Ranch Park, per the specifications of BuyBoard Contract No. 592-19. Unit Price Contract, Estimated Amount of $139,282.00. January 10, 2022 April 9, 2022 0 BuyBoard Contract No. 592-19 CONTRAC 1/12/2022 I 9:35 AM CST Date Title: 1/12/2022 I 9:59 AM d te: *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: (Z/21 /LI Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 Service Contract Standard Form Page 1 of 7 Approved as to Legal Form 6.28.2021 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 2 of 7 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for Bid/Proposal or BuyBoard Contract No. 592-19. (“Solicitation”), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Contract is for three (3) months, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to 0 additional one-year periods (“Option Period(s)”), provided, the parties do so by written amendment prior to the expiration of the original term or the then-current Option Period. The City’s extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an estimated amount of $139,282.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City’s discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable@pearlandtx.gov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City’s Contract Administrator for this Contract is as follows: Name: Sue Ellen Arredondo Department: Engineering & Public Works Phone: 281.652.1946 Email: sarredondo@pearlandtx.gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the City’s Contract Administrator. Additionally, the COI must state that the City shall be DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 3 of 7 provided no less than thirty (30) days’ advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee’s written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple-release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City’s invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City’s actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City’s product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract as an expenditure in said budget, and it is DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 4 of 7 within the sole discretion of the City’s City Council to determine whether or not to fund this Contract. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform all work required by this Contract as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Pearland Attn: Morgan Early Title: Project Manager Address: 3501 East Orange Street, Pearland, TX 77581 Phone: 281.652.1734 IF TO CONTRACTOR: Spectrum Scoreboards Attn: Russ Lockwood Title: Regional Sales Address: 10048 Easthaven Blvd., Houston, TX 77075 Phone: 713.944.6200 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD- PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator’s fees. 19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney’s fees or other costs relating to the suit. 20. Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City’s own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner’s manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 reason, any provision or part of this Contract is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Contract (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor’s bid response (Exhibit 2). 26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of Interested Parties” as part of this Contract if required by said statute for items approved by the City Council. 27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Brazoria County, Texas. 28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29. Public Information Act Requirements. This paragraph applies only to Contracts that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 30. Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None. V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 Incorporated by Reference Only: Exhibit 1: RFB/RFP/ BuyBoard Contract No. 592-19 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 ATTACHMENT A – SCOPE OF WORK Scope of services shall consist of the contractor providing audio/video board system for the Miracle League Field at Shadow Creek Ranch Park, per the specifications of BuyBoard Contract No. 592-19. Primary video screen with digital scoring system includes a 157 SF LED ultra high resolution video display, with data and power redundancy, and a horizontal viewing angle of 160 degrees. Video system includes scoring control console, with ProCaster Live base server system and mobile workstation with monitor, microphone and associated equipment. This system allows for scheduled event message rotations, synchronized audio input/output, and a Clip Server that stores animation or stills, for sponsor ads, player call-outs, etc. Sound system includes full-range weatherproof wide-dispersion loudspeakers, power amplifier, mixer announcer microphone and stand, installed, configured and tested. The steel support structure design will be engineer-stamped and the installation includes signal, data and fiber cables, as necessary. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 ATTACHMENT B – BID/PRICING SCHEDULE RE: PEARLAND MIRACLE LEAGUE AUDIO/VIDEO SCOREBOARD SYSTEM Primary Video Screen with Digital Scoring System: SPECTRUM HorizonPro™ Model Q9-512288 Ultra High Resolution 9mm Video Display Pixel Array 288 pixels tall x 512 pixels wide = Total Physical LED Pixels 147,456 281 Trillion Colors with True Grayscale and Color Processing Physical Video Screen Active LED Area Dimensions: 9’-5¾” x 16’-8½” (157 sqft) 16:9 Widescreen Aspect Ratio 300Hz Scan Rate and 60 fps Frame Rate Contrast Ratio of 5000:1 Data Redundancy included. All data streams double-wired for logic board outage bypass Power Redundancy included. Power supplies doubled and wired in parallel for added stability 3 LEDs per SMD pixel: 1 Red, 1 Green, 1 Blue Physical Pixel Density: 10,126 LED pixels per square meter Total number of Video Screen LEDs: 442,368 (147,456 pixels x 3 LEDs per SMD pixel) 9,500 nit Peak Brightness = Dynamic Contrast even in daytime (Day Games, Special Events) 100 Levels of Brightness Operating Temperature -20ºF to 130ºF Horizontal Viewing Angle of 160º; Vertical Viewing Angle of 70º Power Requirements: 120/240VAC Single Phase, 240VAC Recommended Cabinet Construction: Aluminum Extrusion IP Rating: IP 54 NEMA 4 Manufacturing Compliance: Underwriters Laboratories (UL) Approved Front & Rear Serviceability Video System Inclusions: SPECTRUM Model #MSX-5 Scoring Control Console w/ Serial Port for Digital Out SPECTRUM Horizon ProCaster™ Live Base Server System -Clip Server stores Animations/Video Clips/Still Frame Images/Sponsor Ads -Digital scoring overlay from Spectrum MSX-5 Controller real-time data output -Video Input/Ouput allows one (1) Live Video Camera Feed -Audio Input/Output for synchronized connection to Stadium Sound System -Horizon InSpire Scheduling Software allows message rotations between events -Workstation includes Monitor, Keyboard, Mouse & all cables needed Sony NXCAM HD Video Camera with SDI Video Output Magnus VT-4000 Fluid Head Tripod Sony Remote Zoom Handle Control with LANC Arco Video Camera Bag with Accessory Pockets DVD Blu-Ray Player with External Media Input 15RU A/V Rack with Ventilated Construction and Locking Door Ventilated NEMA Equipment Enclosure with 110VAC Duplex at Scoreboard Mini LIU Fiber Patch Panel with SC Connectors Fiber-to-DVI Convertor Spectrum HorizonPro DVI Signal Processor 30’ Camera Snake On-Field Extension Cable 300’ 6 Strand 50µ OM3 Multimode Fiber Optic Cable 100’ RG6 Plenum Coaxial with BNC Connector at Camera Position Spectrum System Training & Technical Support included DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Sound System Inclusions: Dual Atlas® AH-Series Weatherproof Full-Range Wide-Dispersion Loudspeakers Each Driver mounted discreetly on Scoreboard Structure Dynacord® L3600FD DSP Power Amplifier 2x1800W with FIR Drive ElectroVoice® ND-76S Announcer’s Microphone Atlas® MB Mic Stand with Gooseneck RDL® Rack-mounted 4-Input Mini Mixer RDL® Mic/Input Selector with XLR & RCA Inputs and Terminal Block Cover Spectrum A/V Systems Power Distribution Unit with System Power-up/down switch 500’ 10GA/2CON VNTC Stranded Speaker Cable with Neutrik NL4 Connectors Sound System installed, configured, tested & tuned prior to demo Field Name Truss Sign: 3’-9” x 13’-3½” Custom Fabricated All Aluminum Truss Sign Includes ‘The Miracle Field’ Lettering & Logo/Icon Graphics Three Component Urethane Finish with PermaCoat UV Clear Coat on all surfaces Engineered Steel Support Structure: Engineer-stamped Support Structure design with Two (2) I-Beam/Poles for WPI-8 Cert Includes Beams/Poles, hole drilling, setting of structure, concrete & haul off of dirt spoils Includes Prep & Paint of Structure and coordinating city/county inspections as needed Physical Installation Scope: Includes design and installation of cross-members and framework on main support beams Includes delivery and complete physical installation of new video screen, speakers, signs and truss elements per color elevation drawing. Spectrum provides all signal, data and fiber cables, connectors and components as necessary for a professional and complete installation. Includes providing secondary electrical service at scoreboard site from owner provided primary power in breaker panel or power disconnect. Installation includes termination of all data/fiber/signal and electrical at each scoreboard component and at video camera location. Includes the installation and set-up, test & demo of all audio and video equipment All aspects of the installation of this Audio/Video Scoring System to be performed by Insured and Factory-Trained Spectrum Employees & Licensed Sub-Contractors. MATERIALS SUBTOTAL Line item #15 ------------------------------------- $ 113,084 LABOR SUBTOTAL Line item #35 ------------------------------------------ $ 26,198 TOTAL DELIVERED & INSTALLED (SPECTRUM BUY BOARD #592-19) ----- $ 139,282 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 ATTACHMENT C – INSURANCE REQUIREMENTS Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. Type of Insurance Amount of Insurance Provisions 1. Workers’ Compensation Employers’ Liability Statutory Limits $100,000 per occurrence City to be provided a WAIVER OF SUBROGATION and 30-day notice of cancellation or material change in coverage. 2. Commercial General (Public) Liability to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $1,000,000 City to be listed as additional insured and provided 30-day notice of cancellation or material change in coverage. City shall be provided 30-day notice of cancellation or material change in coverage. 3. Business Auto Liability to include coverage for: a) Owned/Leased vehicles b) Non-owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 Certificate of Insurance forms may be sent to Purchasing Department. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 4/21/2021 (713) 977-6606 (713) 785-6722 29459 Spectrum Corporation Mr. Gary Liddell 10048 Easthaven Boulevard Houston, TX 77075 19046 22945 37540 35300 A 1,000,000 X X 61CESOF4461 6/22/2020 6/22/2021 300,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000B X X BA1R02418A 6/22/2020 6/22/2021 2,000,000A X X 61HUSS3543 6/22/2020 6/22/2021 2,000,000 10,000 C X 0001192285 6/22/2020 6/22/2021 1,000,000 N 1,000,000 1,000,000 D Professional Liabili V15T9G201301 7/2/2020 Limit 1,000,000 E Rented/Leased Equipm SML93050855 6/22/2020 6/22/2021 Limit 50,000 RE: Miracle Field at Shadow Creek Ranch Sports Complex CITY OF PEARLAND Attn: Morgan Early 3523 Liberty Drive Pearland, TX 77581 SPECCOR-01 DTAPIA Securance Corporation Agency 10205 Westheimer Rd., Ste. 1100 Houston, TX 77042 info@securancecorp.com Twin City Fire Ins. Co. Travelers C & S Co. of America Texas Mutual Insurance Co. Beazley Insurance Company Allianz Global Corporate & X 7/2/2021 X X XX X X X X DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. Securance Corporation Agency SPECCOR-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 Spectrum Corporation Mr. Gary Liddell 10048 Easthaven Boulevard Houston, TX 77075 SEE PAGE 1 DTAPIA 1 All policies except for Worker's Compensation provide Blanket Additional Insured with Primary and Non-Contributory wording, with 30 Days Notice of Cancellation except for non-payment of premium. All applies to General Liability, Auto Liability, and Umbrella Liability where required in a written contract and in keeping with policy provisions. Blanket Waiver of Subrogation applies to General Liability, Auto Liability, and Workers Compensation, where required in a written contract and in keeping with policy provisions. Umbrella Liability follows form underlying coverage. Business Auto Policy includes a 30 day notice of cancellation. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 ATTACHMENT D – WARRANTY Items or services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. Warranties: vSPECTRUM HorizonPro® Q9 Video Screen: 5 Years Parts plus 2 Years Onsite Labor vSPECTRUM Horizon ProCaster™ Live: 5 Years Parts plus 2 Years Onsite Labor vSPECTRUM MSX-5 Control Console: 5 Years Parts plus 2 Years Onsite Labor vSPECTRUM Stadium Audio System: 3 Years Parts plus 2 Years Onsite Labor vNon-Proprietary Audio/Video Equipment covered under their individual factory warranties DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 July 18, 2019 Sent Via Email: kathy@specorp.com Kathy Mims Spectrum Corporation 10048 Easthaven Blvd. Houston, TX 77075 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Parks and Recreation Equipment and Field Lighting Products and Installation, Proposal No. 592-19 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 10/1/2019 through 9/30/2020, with two possible one-year renewals. The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 592-19 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1. Vendor Quick Reference Guide 2. BuyBoard License and Identity Standards You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative. Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by email to info@buyboard.com any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please email the order info@buyboard.com and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 EXHIBIT 1 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 September 4, 2019 Sent Via Email: kathy@specorp.com Kathy Mims Spectrum Corporation 10048 Easthaven Blvd. Houston, TX 77075 Welcome to BuyBoard! Re: Notice of National Purchasing Cooperative Piggy-Back Award Proposal Name and Number: Parks and Recreation Equipment and Field Lighting Products and Installation, Proposal No. 592-19 Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. As provided for in the Proposal and your National Purchasing Cooperative Vendor Award Agreement, you are authorized to sell the goods and services awarded under the Proposal to National Cooperative members in states other than Texas through the BuyBoard. The contract is effective 10/1/2019 through 9/30/2020, with two possible one-year renewals. The National Cooperative membership list is available at our website www.buyboard.com/vendor. The list identifies the current members that may purchase awarded goods and services under your National Cooperative BuyBoard contract. You are advised that receipt of a purchase order directly from a National Cooperative member is not within BuyBoard guidelines. Accepting purchase orders directly from Cooperative members may result in a violation of applicable competitive procurement law and termination of this National Cooperative BuyBoard contract. Therefore, all purchase orders from National Cooperative members must be processed through the BuyBoard. Please forward by e-mail to info@buyboard.com any order received directly from a National Cooperative member. If you inadvertently process a purchase order sent directly to you by a National Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. As an awarded vendor a BuyBoard user id and password will be sent via e-mail 2 to 3 business days prior to the start of your contract. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 p Beard` Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buvboard.com PROPOSERS AGREEMENT AND SIGNATURE Proposal Name: Parks and Recreation Equipment Proposal Due Date/Opening Date and Time: and Field Lighting Products January 24, 2019 at 4:00 PM Proposal Number: 592-19 Contract Time Period: October 1, 2019 through September 30, 2020 with two (2) possible one-year renewals. Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: July 2019 Spectrum Corporation Name of Proposing Company 10048 Easthaven Blvd. Street Address Houston, TX 77075 City, State, Zip 713-944-6200 Telephone Number of Authorized Company Official 713-944-1290 Fax Number of Authorized Company Official 01-18-2019 Date Sig 5 L(r 'of Author‘Company Official Jeff Bishop Printed Name of Authorized Company Official Vice President Position or Title of Authorized Company Official 74-1702335 Federal ID Number Page 9 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 �x iss�nwsiz Lsv'°3'a:g�sila 1.2001. Austin, Texas 78759-2439 PH: 800-695-%919 FAX: 800-211 5454 OIU'yt,Jurcl.c pn VENDOR CONTACT INFORMATION company: Spectrum Corporation Vendor Contact Name and Mailing Address for Notices: Jeff Bishop! 10048 Easthaven Blvd. Houston, TX 77075 Company Website: spectrumscoreboards.com Purchase Orders: All purchase orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to vendors to assist them with retrieving their orders. Please select options below for receipt of purchase orders and provide the requested information: I will use the internet to receive purchase orders at the following address. E-mail Address: kathy@specorp.com Internet Contact: Kathy Mims Alternate E-mail Address: Jeff@specorp.com Phone: 713-944-6200 Alternate Internet Contact: Jeff Bishop Phone: 713-944-6200 L] 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 ail Designated Dealers under and in accordance with the Contract. Re Request xor i uotes _l "RFt3'` : Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for: the receipt of RF-Qs: E-mail Address: Jere specorp.corn Alternate E-mail Address: Invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the 13uyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee ted c ti +i�viC.os and rcic�iLcU %Lilitiilt�tilLtlLi(`iisS. Page 1.1 of 71 Proposal Forms CONST v.0/ . i4.2DIti DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Cooperative Purchasing ! 2007 Research boulevard ° Austin, !exas /8759-2439 ' PH: 1800-695-2919 ' FAX: 800-2] 1-5454 ` buy':uoord.corn Please choose only one it of the following options for receipt of invoices and provide the requested information: ✓ .;ervice fee invoices and related communications should be provided directly to my company at: Mailing address: 10048 Easthaven Blvd Department: Controller City: Houston State: TX Zip Code: 77075 Contact Name: Kathy Mims - - Phone: Fax: 713-944-1290 E-mail kathy.@specorp.com Alternative E-mail Address; i i In lieu of my company, I request and authorize all servicefee invoices to be provided directly to the following billing agent*l": Mailing address: _..__._ Department: City: State: Zip Code: Contact Name: €hone: Fax: E-mail Address: Alternative E-mail Address: In lieu of my company, t request and authorize service fee invoices to be provided to the Designated Dealer(s) receiving the purchase orders) to which the invoiced service fees relate at the address and contact information designated on my company's Dealer Designation form as provided to the Cooperative administrator. y'* If Vendor authorizes a billing agent or Designated Dealer(s) to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Page 12 or 71 Propo5a1 Forms CONSI v.(16,1-1.21118 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board" Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com FELONY CONVICTION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: "A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check (-V) one of the following: ❑ My company is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corpora₹ion.) ❑� My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): By signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. Sign Spectrum Corporation Company Name Jeff Bishop d4f Authorized Company Official Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension," as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government -wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. Spectrum Corporation Company Name Jeff Bishop Sign rQAuthorizerd Company Official Printed Name Page 13 of 71 Proposal Forms CONST v.06.14.201B DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ` Austin, Texas 78759-2439 ' PH: 800-695-2919 • FAX: 800-211-5454 ' 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 (,/) one of the following: ❑ir I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): Company Name Address City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under -price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or Cyo 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 CV) one of the following: ❑ Yes • No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification) and 2 (Vendor Employment Certification) above is true, complete and accurate and that I am authorized by my company to make this certification. Spectrum Corporation Company Name Jeff Bishop Sign r l Authorized Company Official Printed Name Page 14 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board` Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759.2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' buyboard.com NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, a Texas governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. Gov'T CODE Ch. 2270) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEX. Gav'TCODE §808.001(1). By signature below, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Signs Spectrum Corporation Company Name a,e34' Jeff Bishop uthorized" Company Official Printed Name NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. Spectrum Corporation SignatfeAuthorize Company Official Company Name Jeff Bishop Printed Name Page 15 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form, Please check (V) all that apply: ❑ I certify that my company has been certified as a HUB in the following categories: Minority Owned Business Women Owned Business Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: ® My company has NOT been certified as a HUB. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. Spectrum Corporation Company Name Jeff Bishop Printed Name n e of Auth rized Company Official Page 16 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 a Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 . FAX: 800-211-5454 ' buyboard.com CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members ("Advisory"), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buyboardcom/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction -related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. By signature below, the undersigned affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction -related goods or services to a Cooperative member under a BuyBoard contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before executing a Member Construction Contract with the member or accepting the member's purchase order for construction -related goods or services, whichever comes first. Spectrum Corporation Company Name �/�' Jeff Bishop Sign irrtAuthorized Company Official Printed Name 01-18-2019 Date Page 17 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board` Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 buyboard.com DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. The Cooperative will consider any deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a proposal based upon any submitted deviation. Please check (-V) one of the following: ❑ No; Deviations ❑■ Yes; Deviations List and fully explain any deviations you are submitting: Shipping is not included and is not dicountable. Installation charges are not included and not discountable. Charges are available by quote. Deviations presented by the vendor have been accepted by BuyBoard. Connie W Burkett, CTSBO BuyBoard Contract Administrator Video Screen discount applies to the screen and its required controller. The discount does not apply to additional "front end equipment", control equipment such as relay decks, cameras, software ect. PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: ■❑ Common Carrier ❑ Company Truck ■❑ Prepaid and Add to Invoice ❑ Other: 2. Payment Terms: ❑ Net 30 days ❑ 1% in 10/Net 30 days ❑■ Other: credit terms extended by approval. 3. Number of Days for Delivery: 6-8 weeks ARO 4. Vendor Reference/Quote Number: 5. State your return policy: All returns must have a return authorization number. 6. Are electronic payments acceptable? 'Yes ❑ No 7. Are credit card payments acceptable? [Yes ❑ No Spectrum Corporation Company Name f Authoriz6d Company Official Jeff Bishop Printed Name Page 18 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Beard" Cooperative Purchasing 120D7 Research Boulevard Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com LOCATION/AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. N/A Company Name Address City State Zip Phone Number Fax Number Contact Person Company Name Address City State Zip Phone Number Fax Number Contact Person Page 19 of 71 Proposal Forms CONST v.06.14.2018 oft- DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' buvboard.com MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ("Designated Dealers") to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative's administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. N Desidnated Dealer Name Designated Dealer Address City State Zip Phone Number Fax Number Email address Designated Dealer Tax ID Number* (*attach W-9) Designated Dealer Contact Person Your Company Name Signature of Authorized Company Official Page 20 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 a Board Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 80D-695-2919 ' FAX: 800-211-5454 • buyboard.com TEXAS REGIONAL SERVICE DESIGNATION The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. Regional Education Service Centers \j 9 Spectrum Corporation Company Name n�lt'rlre of Authorized Company Official Jeff Bishop Printed Name O I will service Texas Cooperative members statewide. ❑ I will not service Texas Cooperative members statewide. I will only service members in the regions checked below: ❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑ Region Headquarters 1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 El Paso 20 San Antonio ❑ I will not service members of the Texas Cooperative. Page 21 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211.5454 ' buyboard.com If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 22 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Cooperative Purchasing 12007 Research Boulevard . Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' buyboard.com STATE SERVICE DESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services included in your proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check (v') all that apply: ❑■ I will service all states in the United States. ❑ I will not service all states in the United States. I will service only the states checked below: LI Alabama Alaska Arizona Arkansas California (Public Contract Code 20118 & 20652) Colorado Connecticut Delaware District of Columbia Florida Georgia Hawaii Idaho Illinois Indiana Iowa Kansas Kentucky Louisiana Maine Maryland Massachusetts Michigan Minnesota Mississippi Missouri Montana ❑ Nebraska ❑ Nevada ❑ New Hampshire ❑ New Jersey ❑ New Mexico ❑ New York ❑ North Carolina ❑ North Dakota ❑ Ohio ❑ Oklahoma ❑ Oregon ❑ Pennsylvania ❑ Rhode Island ❑ South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming Page 23 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com This form will be used to ensure that you can service other governmental entities throughout the United States as indicated. Your signature below confirms that you understand your service commitments during the term of a contract awarded under this proposal. 5c44 Si a of Authorrzed Company Official Printed Name Spectrum Corporation Company Name Jeff Bishop If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 24 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy -backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy -back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as "Vendor") agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative ("National Cooperative") may - but is not required to - "piggy -back" on or re -award all or a portion of that Underlying Award ("Piggy -Back Award"). By signing this National Cooperative Vendor Award Agreement ("Agreement"), Vendor accepts and agrees to be bound by any such Piggy -Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy -Back Award, the National Cooperative Administrator ("BuyBoard Administrator") will notify Vendor in writing of such Piggy -Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy -Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy -Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. Proposal Forms CONST v.06.14.2018 Page 25 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.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. Spectrum Corpoation 592-19 Name of Vendor Proposal Invitation Number 5 Jeff Bishop ti4'of Authorized Company Official Printed Name of Authorized Company Official 01-18-2019 Date Proposal Forms CONSTv.06,14.2018 Page 26 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com FEDERAL AND STATE/ PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12 -month period or the last fiscal year: $ 1,825,000.00 (The period of the 12 month period is Jan. 2018 / Dec. 2018 ). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUP CURRENT VENDOR? (Y/N) FORMER VENDOR (Y/N)? — IF YES, LIST YEARS AS VENDOR AWARDED COMMODITY CATEGORY(IES) 1. Federal General Services Administration N 2. T -PASS (State of Texas) N 3. U.S. Communities Purchasing Alliance N 4. National IPA/TCPN N 5. Houston -Galveston Area Council (HGAC) N 6. National Joint Powers Alliance (NJPA) N 7. E&I Cooperative N 8. The Interlocal Purchasing System (TIPS) N 9. Other N U 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 (%): 4% Scoreboards 5% Marquees Explanation: 4% on Scoreboards 4% on Marquee's Proposed Discount (O): 4% Scoreboards and Marquees Page 27 of 71 Proposal Forms CONST v.06.14.2m8 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board" Cooperative Purchasing 12007 Research Boulevard ` Austin, Texas 78759-2439 • PH: 800-695-2919 ` FAX: 800-211-5454 • buyboard.com By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. Spectrum Corporation Company Name Signs e authorizedCompany Official Printed Name Jeff Bishop Page 28 of 71 Proposal Forms CONS? v.06.14.201.8 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boarde Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' 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 price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1 SEE ATTACHED FOR REFERENCES 2. 3. 4 5. Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower prices) than indicated? YES ❑ NO • If YES, please explain: By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. Spectrum Corporation Company Name aidre of Autho ized Company Official Jeff Bishop Printed Name Page 29 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 For the Long Run! Spectrum Scoreboards References Goose Creek CIS❑ Van Wigley, Maintenance Dir 281-763-8704 Bruce Riggs, Dir of Planning and Construction 281-425-3600 x225 Katy ISD Debbie Decker, Athletic Director 281-396-7785 Deer Park ISD Jerry Creel, Athletic Director 832-668-7241 Aldine ISD Richard Delgado, Athletic Director Sandra Mader, Asst Athletic Director 281-985-6100 Glen Rose ISD Wayne Rotan, Superintendent 254-898-4000 Tommy Gibson, Director of Support Services 254-898-3903 Duncanville ISD Cathy Self -Morgan, Athletic Director Charles Moore, Director of Maintenance 972-708-2000 Humble ISD Troy Kite, Athletic Director 281-850-2748 Krista Malstrom, Asst Athletic Director 281-850-2348 Rio Grande City CISD Rey Ramirez, Athletic Director 956-844-9090 Alvin ISD Mike Bass, Athletic Director 281-245-2574 El Campo ISD Bob Gillis, Athletic Director 979-543-1867 Tarleton State University Troy Jones, Director of Athletic Facilities 254-592-6355 Pasadena ISD Rodney Chant, Athletic Director 713-740.0837 Richardson ISD Bob Dubey, Athletic Director 469-593-0121 East Central ISD Clint Hartman, Athletic Director 210-581-1173 Additional References Available Upon Request 800-392-5050 spectrumscoreboards.com DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 For the Long Run References Richardson ISD Athletic Director Bob Dubey 469-593-0121 Grapevine-Colleyville ISD Athletic Director Tim Ford 817-992-8693 Director of Purchasing Dannette Muray 817-251-5562 Allen ISD Exec Director of Facilities & Maintenance Greg Suttle Facility Coordinator Rodney Vaughn 972-727-0363 Katy ISD Athletic Director Rusty Dowling (Retired) Assistant Athletic Director Debbie Decker 281-396-7785 Granbury iSD Athletic Director Dwight Butler Maintenance Director Randy Leach 254-791-6332 Temple 'SD Associate Athletic Director Steve Prentiss 254-791-6332 University of Houston Athletics Director Mack Rhoades Senior Associate Athletics Director Darren Dunn 713-743-9370 Duncanville ISD Athletic Director Cathy Self -Morgan Maintenance Director Charles Moore 972-708-2000 Wylie ISO Assistant Athletic Director Jennifer Roland 972-429-2400 Glen Rose ISD Superintendent Wayne Rotan 254-898-4000 Director of Support Services Tommy Gibson 254-898-3903 Greenville ISD Assistant Superintendent Bruce Shores 903-457-2515 Superintendent Donald Jeffries 9003-457-2526 Tarleton State University Athletic Director Lonn Reisman 254-968-9674 Athletic Facilities Director Troy Jones 254-592-6355 Austin College Assistant Director of Athletics David Norman 903-813-2401 VP of Student Affiairs & Athletic Director Tim Millerick 903-813-2228 Deer Park ISD Athletic Director Jerry Creel 832-668-7241 Additional References Available Upon Request 800-392-5050 spectrumscoreboards.con DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com MARKETING STRATEGY For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative members of your BuyBoard contract, and how you will continue to support the BuyBoard for the duration of the contract period.) Attach additional pages if necessary. SEE ATTACHED Spectrum Corporation Company Name 54:1.145,- e of Authorized Company Official Jeff Bishop Printed Name Page 30 of 71 Proposal Forms CONST v.06.14.20113 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Spectrum - BuyBoard Marketing Strategies Spectrum attends and exhibits our products at approximately 12- 20 conventions of government entities each year. Our BuyBoard sign is prominently displayed within our booth at each of these Trade Shows. Spectrum does regular mail outs of literature regarding our company and specific product lines, to our target market. Dependent on who the mail out is targeting, and the product line, some of this printed mail out literature may include a notice that we are a Buyboard contract holder. Spectrum's team of both outside sales personnel and inside sales personnel understand the benefits and importance of our BuyBoard contract. From the customer's first inquiry and throughout the sales process our sales team routinely reminds the customer that this product can be purchased via BuyBoard. Our sales team routinely references our BuyBoard contract on email correspondence and quotations. Spectrum's sales team also informs and educates potential purchaser or influencers that we are a BuyBoard contract holder, and they should discuss this purchase with their Business Manager. Although most of our customers are already BuyBoard members, many of the people who first contact us regarding one of our products is not familiar with the purchasing and procurement methods used by the school district (Baseball Coach, Athletic Trainer, Asst Coach, etc). By informing and educating this person on the benefits of BuyBoard, and encouraging them to discuss this purchase with their Business Manager, helps to stream line the purchase process, and everyone wins. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' buyboard.com CONFIDENTIAL/ PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check (d) one of the following: nNO, I certify that none of the information included with this Proposal is considered confidential or proprietary. ' YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential / Proprietary Information: (Attach additional sheets if needed.) Page 31 of 71 Proposal Forms CONST v.06,14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com B. Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check (d) one of the following: ElNO, Proposal (including forms, documentation, or other materials submitted with the Proposal) does not contain copyright information. 1 1 YES, Proposal (including forms, documentation, or other materials submitted with the Proposal) does contain copyright information. If you responded "YES", identify below the specific documents or pages containing copyright information. Copyright Information: (Attach additional sheets if needed.) C. Consent to Release Confidential/Proprietary/Copyright Information to Rip/Board Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release 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 publically release, including posting on the public BuyBoard website, a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non -award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. Spectrum Corporation Company Name 5i.& gidie of Authorized Company Official Jeff Bishop Printed Name 01-18-2019 Date Page 32 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board° Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buvboard.com VENDOR BUSINESS NAME By submitting a Proposal, Proposer is seeking to enter into a legal contract with the Cooperative. As such, a Proposer must be an individual or legal business entity capable of entering into a binding contract. Proposers, must completely and accurately provide the information requested below or your Proposal may be deemed non -responsive. Name of Proposing Company: The Spectrum Corproation (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 (,V) one of the following: Type of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership Other If other, identify State of Incorporation (if applicable): The State of Texas Federal Employer Identification Number: 74-1702335 (Vendor must include a completed IRS W-9 form with their proposal) List the Name(s) by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of Proposing Company listed above, only valid trade names (dba, aka, etc) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if applicable, must be attached) Spectrum Corporation Spectrum Scoreboards Proposal Forms CONST v.06.14.2018 Page 33 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Form �9 (Rev. October2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. Print or type. See Specific Instructions on page 3. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. SPECTRUM CORPORATION 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check following seven boxes, only one of the LI Trust/estate 4 Exemptions certain entities, instructions Exempt payee Exemption code Of any) (applies to accounts (codes apply only to not individuals: see on page 3): code (if any) 5 • Individual/sole proprietor or O C Corporation U S Corporation El Partnership single -member LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)1 appropriate box in the line above for the tax classification of the single -member owner. is classified as a single -member LLC that is disregarded from the owner unless the owner is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax classification of its owner. P. El Limited liability from FATCA reporting Note: Check the LLC if the LLC another LLC that is disregarded ❑ Other (see instructions) Do not check of the LLC is -member LLC that maintained outside the U.S.). 5 Address (number, street, and apt. or suite no.) See instructions. 10048 EASTHAVEN BLVD. Requester's name and address (optional) 6 City, state, and ZIP code HOUSTON, TX 77075 7 List account numberjs) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a 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. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number or Employer identification number 7 4 7 0 2 3 3 5 Part II 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. I 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. I 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 Here Signature of U.S. person ► 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. Date P. /-1 3/7 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 (ITIN), 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) • 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 1099-5 (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. 10-20-18) DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board" Cooperative Purchasing 12007 Research Boulevard Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buyboard.corn EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR"). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative complete and initial the applicable boxes and sign the acknowledgment at the end of this form. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO, "the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member's provision shall control. Proposal Forms CONST v.06.14.2018 Page 34 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boarde Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 - PH: 800-695-2919 ' FAX: 800-211-5454 • buyboard.com 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis -Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis -Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti -Kickback" Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Proposal Forms CONST v.06.14.2018 Page 35 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board' Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 . FAX: 800-211-5454 • buvboard.com 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti -Lobbying Amendment: Byrd Anti -Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of $150,000, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Proposal Forms CONST v.06.14.2018 Page 36 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.corn 12. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification Item No. Vendor Certification: Initial YES, I agree or NO, I do NOT agree 1. Vendor Violation or Breach of Contract Terms YES 2. Termination for Cause or Convenience YES 3. Equal Employment Opportunity YES 4. Davis -Bacon Act Y E S S 5. Contract Work Hours and Safety Standards Act YES 6. Right to Inventions Made Under a Contract or Agreement YES 7. Clean Air Act and Federal Water Pollution Control Act YES U 8. Debarment and Suspension YES _ 9. Byrd Anti -Lobbying Amendment YES 5 10. Procurement of Recovered Materials YES 5 11. Profit as a Separate Element of Price YES 12. General Compliance and Cooperation with Cooperative Members YES 8 By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. Spectrum Corporation Company Name U�Gd�Si a of Author zed Company Official Jeff Bishop Printed Name Page 37 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boardm Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work") under the BuyBoard contract contemplated by this Proposal Invitation ("Contract"). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where indicated below, and submit the signed questionnaire and your responses to all questions in one document with your Proposal. You must submit the signed questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. SEE ATTACHED FOR 1-12 PROPOSAL INVITATION QUESTIONNAIRE 2. Describe Proposer's direct experience (not as a subcontractor) performing the work proposed under this contract. Include a brief description of the projects you have completed for Texas governmental entities in the last 5 years, and include for each the project name, scope, value, and date, and the name of the procuring government entity and entity contact person. Identify the contracts that best represent Proposer's capabilities relative to this contract. 3. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. Proposal Forms CONST v.06.14.2018 Page 38 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buyboard.corn 8. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. Include any contract for which the surety was notified of a potential claim in regards to a payment or performance bond. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, notice to surety, failure to complete or deliver the work, or termination. 9. List all litigation or other legal proceedings (including arbitration proceedings and/or claims filed with a surety in regards to a payment or performance bond), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), if applicable, nature of the claim, and resolution or current status. 10. Describe in detail the quality control system Proposer will use, including third party auditing certification, to support the long-term performance and structural strength of the products to be used in a project under the Contract. 11. If the work will require Proposer to tender performance or payment bonds, provide the name of the bonding company or surety that will issue such bonds. Proposal Forms CONST v.06.14.2018 Page 40 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board" Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com 4. The Contract does not include architectural or engineering services, which must be procured separately, outside of the Cooperative, in accordance with Chapter 2254 of the Texas Government Code (Professional Services Procurement Act). If you are performing work under the contract on a project that requires the services of an architect or professional engineer, how will you work with a Cooperative member and its designated architect or engineer with respect to services that must be procured outside the contract? 5. Describe the tasks and functions that can be completed by Proposer in-house without the use of a subcontractor or other third party. 6. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. 7. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. Proposal Forms CONST v.06.14.2018 Page 39 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 ' PH: 800-695-2919 . FAX: 800-211-5454 • buyboard.com 12. Describe in detail all documented safety issues, if any, that have involved Proposer in the last three (3) years related to the type of work contemplated under this contract. Provide a 3 -year history of your firm's workers compensation experience modifier. By signature below, I certify that the information contained in and/or attached to this Proposal Invitation Questionnaire in response to the above questions is true and correct and that I am authorized by my company to make this certification. Spectrum Corporation Company Name a of Authorized Company Official Page 41 of 71 Proposal Forms CONST v.06.14.2018 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 PROPOSAL INVITATION QUESTIONNAIRE 1. Spectrum was incorporated in 1971 under the name of The Spectrum Corporation. In December of 2019 we would be in business 48 years. 2. Spectrum has been providing installation and on -site repair services of its products for more than 40 years. We employ our own installation crews, and service technicians, who drive company owned trucks, including man lift trucks and crane trucks. We are a licensed Electrical Sign Contractor, as required by Texas State law. All equipment and employs are appropriately licensed and insured. As a Texas Manufacturer, our corporate offices and manufacturing facility is located in Houston, TX. Additionally, we employ Service Technicians located throughout Texas, to insure prompt response to our customer's repair needs. Currently we have multiple Service Technicians employed in Houston, San Marcos, Rio Grande City, Ft Worth, and Lubbock, all with over lapping and redundant service coverage. Recent Project Examples: Wylie ISD— HS April - 2014 $ 481,916 Don Pool Provide and Install Football/Video Display Barbara Bush Elementary Nov -2015 $21,263 Aman Venkat Provide & Install LED Marquee Corsicana P & R Oct -2016 $49,982 Sharla Allen (6) Baseball Scoreboards installed 3. Spectrum is a Texas Manufacturer with corporate headquarters and manufacturing in Houston, TX with approximately 90 full time employees including two electrical engineers, fabricators, electronic assemblers, paint specialists, service technicians, installation technicians, sales staff, project managers, manufacturing manager, and service manager, we definitely have the resources and reputation to manage and perform the work under this contract. A well qualified and experienced staff, all located here in Texas, is one of Spectrum's key advantages to our customers! Key Staff Members Include: Jim Bishop, President, Founder, Texas State licensed Master sign electrician, 47 years experience, at Spectrum Mario Briones, Manufacturing and Installation Manager. Also serves as on -site project manager for larger/custom projects. , Texas State licensed Master sign electrician. 26 years experience, at Spectrum Bob Hinson, Service Manger, Texas State licensed Master sign electrician. 35 years experience, at Spectrum James Gonzalez, Service Coordinator 19 years experience at Spectrum JR Reyna, Installation Foreman, Texas State licensed Apprentice sign electrician. 29 years experience, at Spectrum DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Russ Lytle, Field Service Technician, Texas State licensed Journeyman sign electrician. 21 years experience, at Spectrum Jeff Bishop, Vice President, Sales manager. 47 years experience Darren Garner, Regional Sales and Product Specialist. 39 years experience Jason Bishop, Regional Sales and Product Specialist. 31 years experience Many other installation and service technicians, with Texas State Journeyman or Apprentice license. Average experience of installation and service technicians is 12 years. Additional Office staff of more than 25, including customer service representatives, accounting personnel, purchasing and procurement, packaging and shipping. 4. It is a common occurrence for Spectrum to work with Architects, General Contractors and Schools and to coordinate and facilitate their needs regardless of rather we are providing products and services to the school district within the contract, or outside the contract. Our level of service to the customer does not vary. We coordinate our schedules and product fitment with architects, engineers and general contractors to fit their needs. Spectrum does not charge any fees to the school district, architect or general contractor for any consultation time, designing for their fitment, or specification needs. 5. Spectrum provides nearly 100% of its products and services "in house". All of our standard scoreboard and marquee products are designed, manufactured, assembled, tested, shipped, installed, maintained, repaired with our own employees, facilities, equipment, and trucks. 6. Spectrum's financial capability to perform the contract is by the financial strength of the total assets of $8,401,790 total liabilities of $562,611 and net book value of $7,839,179. No firm's past or present owner's principal shareholders or stockholders, or officers have been a debtor party to bankruptcy in the last 7 years. 7. Spectrum has no outstanding financial judgments and or is in default on any loan or financing agreement. 8. Spectrum has no contracts that have been defaulted or terminated. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 9. No litigation or other legal proceedings have been brought against Spectrum or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relate to or arises from a contract similar to this contract or the work contemplated under this contract. 10. Spectrum test and verifies all received parts from vendors prior to them being allowed in inventory. All Spectrum assemblies are functionally tested for functionality prior to them being used in production. All final assemblies are functionally tested for 72 hours minimum. A final inspector then verifies all colors and graphics are correct ad that the final product was built to exact specification. 11. The company that issues bonds for Spectrum is The Securance Corporation Agency. 12. In the last 3 years there has been no type safety issues that have involved Spectrum related to the type of work contemplated under this contract. The 3 year histories of firm's workers compensation experience modifiers are attached. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board' Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com REQUIRED FORMS CHECKLIST (Please check (,/) the following) Completed: Proposer's Agreement and Signature ❑ Completed: Vendor Contact Information • Completed: Felony Conviction Disclosure and Debarment Certification ✓❑ Completed: Resident/Nonresident Certification • Completed: No Israel Boycott Certification V N 2 V J V n Completed: No Excluded Nation or Foreign Terrorist Organization Certification Completed: Historically Underutilized Business (HUB) Certification) Completed: Construction Related Goods and Services Affirmation Completed: Deviation/Compliance Completed: Location/Authorized Seller Listings Completed: Manufacturer Dealer Designation Completed: Texas Regional Service Designation Completed: State Service Designation Completed: National Purchasing Cooperative Vendor Award Agreement Completed: Federal and State/Purchasing Cooperative Experience Completed: Governmental References Completed: Marketing Strategy Completed: Confidential/Proprietary Information Completed: Vendor Business Name with IRS Form W-9 Completed: EDGAR Vendor Certification Completed: Proposal Invitation Questionnaire Completed: Required Forms Checklist ❑ Completed: Proposal Specification Form with Catalogs/Pricelists and Manufacturer Authorization Letters xt atalogs/Pocehsts must be submitted wrtn proposal response or response will not tie consslderea: Proposal Forms CDNST v.06,14.2018 Page 42 of 71 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Cooperalira Purcha,ng Proposal invitation No. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: U'.lanufacturers shall be listed in alphabetical order ❑Vendor's must list one specific percentage discount for each Manufacturer listed, If a vendor's response to Proposal Specification Form states "please see attachment sheet," all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Form or Vendor's proposal may not be considered. NOTE 2: Vendors proposing must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposer's responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Section I: Park Equipment, Products, and Supplies Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelista. State Name of Catalog/Pricelist' Exceptions to Discount Discount (%) Off 1 Catalog/Pricelist for Park and Playground Equipment Please state the discount (%) off catalog/pricelist for Park and Playground Equipment, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A c/0 2 Discount (0/0) Off Catalog/Pricelist for Park and Playground Sports Equipment Please state the discount (0/0) off catalog/pricelist for Park and Playground Sports Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 3 Discount (%) Off Catalog/Pricelist for Park and Playground Amenities Please state the discount (°/0) off catalog/pricelist for Park and Playground Amenities (tables, benches, litter receptacles and similar related equipment). Catalog/Pricelist MUST be included or proposal will not be considered. N/A Discount (%) Off Catalog/Pricelist for Park and Playground Drinking Fountains Please state the discount (%) off catalog/pricelist for Park and Playground Drinking Fountains, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A4 % 5 Discount (%) Off Catalog/Pricelist for Park and Playground Safety Surfacing Please state the discount (°/0) off catalog/pricelist for Park and Playground Safety Surfacing Products. Catalog/Pricelist MUST be included or proposal will not be considered. N/A % PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 43 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Cooperative Purchasing 1-i-upusal Invitation rvo. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered', Item No. Short Description Full Description State Percent (WO of Discount off Catalog/Pricelistl State Name of Catalog/Pricelist,- Exceptions to Discount 6 Discount (°/0) Off Catalog/Pricelist for Park and Playground Bikes Please state the discount (°/0) off catalog/pricelist for Park and Playground Bikes. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 7 Discount (0/0) Off Catalog/Pricelist for Park and Playground Animal Washing Stations Please state the discount (%) off catalog/pricelist for Park and Playground Animal Washing Stations. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 8 Discount (°/0) Off Catalog/Pricelist for Shade Canopies and Structures Please state the discount (°/0) off catalog/pricelist for Shade Canopies and Structures, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 0/0 9 Discount (0/0) Off Catalog/Pricelist for Portable Restrooms, Portable Park Buildings and Shelters Please state the discount (°/0) off catalog/pricelist for Portable Restrooms, Pre -fabricated Portable Park Buildings and Shelters (picnic shelters, cabins, pavilions and similar related portable buildings). Catalog/Pricelist MUST be included or proposal will not be considered. N/A 0/6 10 Discount (0/0) Off Catalog/Pricelist for Aquatic Playground and Pool Equipment Please state the discount (°/0) off catalog/pricelist for Aquatic Playground and Pool Equipment, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 0/0 11 Discount (°/0) Off Catalog/Pricelist for Skate Parks Please state the discount (%) off catalog/pricelist for Skate Park Products, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A °/0 12 Discount (°/0) Off Catalog/Pricelist for Water Parks Please state the discount (°/0) off catalog/pricelist for Water Park Products, Attachments, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. N/A PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 44 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Item No. Short Description 13 14 tanperaNn• Parching say trial aria i No. 592419 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Priceiists must be submitted with Proposal or Proposal will not he considered'.) State Percent (ofn) of Discount off Catalog!Pricelisti D sco! IC3t (')/-6) Off Catalog/Pricelist for Lake, River and Waterway Equipment Please state the discount (%) off catalog/pricelist for Lake, River and Waterway Equipment (dock floats; decking, waterway barriers, buoys, markers, and similar related equipment). Catalog/Priceliist MUST be included or proposal will not be considered. Discount (%) Off Catalog/Pricelist or Piease state the discount (%) off` catalog/pricelist for Outdoor Outdoor Bleacher and I Bleacher and Seating Systems, Attachments, and Accessories, Catalog/Pricelist MUST be included or proposal will not be considered. Stating Systems Discount (%) Off 15 Catalog/Pricelist for Outdoor Scoreboards 17 Discount (%) Off Catalog/Pricelist for Signage and Marquees Discount (%) Off Cataiog/Pricelist for Fireworks Display Services 18 Discount (%) Off Catalog/Pricelist for All Other Parks and Recreation Equipment/Products Please state the discount (%) off catalog/pricelist for Outdoor Scoreboards, Attachments, and Accessories, Catalog/ Pricelist MUST be included or proposal will not be considered. Please state the discount (°.-/o) off catalog/pricelist for Signage and Ma- quees, Attachments, and Accessories, Catalog/Pricelist MUST be included or proposal will not be considered. N/A N/A Texas Scoreboard Prices 2019 attachments and accessories are not discountable Please state the discount (%) off catalog/pricelist for Fireworks Display Services (services shall include the products, labor, licenses and resources necessary to coordinate and perform such dispiays for Cooperative members). Catalog/Pricelist MUST be included or proposal will not be considered. 4 4 N/A Please state the discount ((Yu) off catalog/pricelist for AP Other Parks' and Recreation Equipment/Products, Attachments, and N/A Accessories, Catalog/Pricelist MUST be included or proposal will not be considered. PROPOSAL NOTE 1. Catalogs/Pricelists are required to be s..ihrnitted with Proposal Page 45 of 71 C./ °i° f=� State Name of Exceptions to Catalog/Priceiistr Discount Spectrum Horizon Marquee attachments and accessories are not discountable PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Caapeulive PWchA LIJ i-proposal. invitation No. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section H; Field Lighting Products - Vendors shall provide a catalog/pricelist that includes the manufacturer of field lighting products for various pole setbacks, base paths and foot (i.e. 90 MPH, 110 MPH, 130 MPH) and shall include delivery and meet be approved by the manufacturer to sell, install, and service the submit an approval letter from each manufacturer. Manufacturer design number, candle ranges. Prices the most recent IBC building brand of equipment authorization light system fixtures, equipment and for lighting system equipment shall be code requirements. submitted. Proposers responding to pricing associated with all types based on various wind speeds An awarded Vendor must this Proposal Invitation should letters must include the regions in which equipment may be sold. Item No. Short Description Full Description State Percent (0/0) of Discount off Catalog/Pricelist) State Name of Catalog/Pricelistl Exceptions to Discount Discount (°/0) Off elist for Catal19 Football Football Field Lighting Products Please state the discount (%) off catalog/pricelist for Football Field Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A0/0 20 Discount (°/0) Off Catalog/Pricelist for Baseball Field Lighting Products Please state the discount (%) off catalog/pricelist for Baseball Field Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A ° /o 21 Discount (0/0) Off Catalog/Pricelist for Softball Field Lighting Products Please state the discount (°/0) off catalog/pricelist for Softball Field Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A ° /° 22 Discount (°/o) Off Catalog/Pricelist for Soccer Field Lighting Products Please state the discount (°/0) off catalog/pricelist for Soccer Field Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A °i 23 Discount (°/0) Off Catalog/Pricelist for Tennis Court Lighting Products Please state the discount (°/0) off catalog/pricelist for Tennis Court Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A 24 Discount (°/0) Off Catalog/Pricelist for All Other Field Lighting Products Please state the discount (%) off catalog/pricelist for All Other Lighting Products, Equipment and related items. Catalog/Pricelist MUST be included or proposal will not be considered. N/A °i0 PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 46 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Coo iuraffre Puraidshig r✓E oposal Invitatiul No. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section III: Repair/Replacement Parts Item No. Short Description Full Description State Percent (0/0) of Discount off Catalog/Pricelistl State Name of Catalog/Pricelistl Exceptions to Discount 25 Discount (%) Off Catalog/Pricelist for Repair/Replacement Parts on Parks and Recreation Products Please state the discount (%) off catalog/pricelist for Repair/Replacement Parts on Parks and Recreation Products. Catalog/Pricelist MUST be included or proposal will not be considered. 0 Section IV: Installation and Repair Service for Park and Playground Equipment and Products - Vendors charging for installation and repair on a hourly basis must provide the not to exceed hourly labor rate in Item 26. Vendors charging for installation as a percentage of the total cost of equipment/products must complete Item 27 and provide both Vendor's detailed installation rate and the proposed percent discount off Vendor's installation rate. Item No. Short Description Full Description Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 26 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Park and Playground Equipment and Products Hourly Labor Rate for Installation/Repair Service of Park and Playground Equipment and Products - State the Not to Exceed 98.50 $ /Hour SERVICE REPAIR ONLY INSTALLATION RATE IS VIA QUOTE No Exceptions hourly labor rate for Installation/Repair Service of Equipment and Products. Item No. Short Description Full Description State Percent (%) of Discount off Installation Rate Detailed Information on Installation Rate Exceptions to Discount 27 Discount (%) Off the Installation Rate for Park and Playground Equipment and Products Please state the discount (%) off from the Installation Rate ONLY of Park and Playground Equipment and Products (for labor as a percent (%) of the total cost of equipment/products to be installed). 0 °%: PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 47 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 eruposar invitation No. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.) Section V: Installation and Repair Service for Other Parks and Recreation Equipment and Products Item No. Short Description Full Description Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 28 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Shade Canopies Hourly Labor Rate for Installation/Repair Service of Shade Canopies, Equipment and Products - State the Not to Exceed N/A /Hour hourly labor rate for Installation/Repair Service of Equipment and Products. 29 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Portable Restrooms, Park Buildings and Shelters Hourly Labor Rate for Installation/Repair Service of Portable Restrooms, Park Buildings and Shelters - State the Not to $ N/A /Hour Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. 30 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Aquatic Playground Equipment and Products Hourly Labor Rate for Installation/Repair Service of Aquatic Playground Equipment and Products - State the Not to Exceed $ N/A /Hour hourly labor rate for Installation/Repair Service of Equipment and Products. 31 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Skate Park Equipment and Products Hourly Labor Rate for Installation/Repair Service of Skate Park Equipment and Products - State the Not to Exceed hourly $ N/A /Hour labor rate for Installation/Repair Service of Equipment and Products. 32 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Water Park Equipment and Products Hourly Labor Rate for Installation/Repair Service of Water Park Equipment and Products - State the Not to Exceed hourly $ N/A /Hour labor rate for Installation/Repair Service of Equipment and Products. PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 48 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Cooper -alive Pwchasang riupusal Invitation rio. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered', Item No. Short Description Full Description Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 33 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Lake, River and Waterway Equipment Hourly Labor Rate for Installation/Repair Service of Lake, River and Waterway Equipment (dock floats, decking, waterway barriers, buoys and markers, similar related equipment.) - State the Not to Exceed hourly labor rate for $ N/A /Hour Installation/Repair Service of Equipment and Products. 34 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Outdoor Bleachers and Seating Systems Hourly Labor Rate for Installation/Repair Service of Outdoor Bleachers and Seating Systems - State the Not to Exceed hourly $ N/A /Hour labor rate for Installation/Repair Service of Equipment and Products. 35 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Outdoor Scoreboards Hourly Labor Rate for Installation/Repair Service of Outdoor Scoreboards - State the Not to Exceed hourly labor rate for $ 98/Hour SERVICE REPAIR ONLY NEW INSTALLATIONS ON SCOREBOARDS MUST GET QUOTE No Exceptions Installation/Repair Service of Equipment and Products. 36 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Signage Products, Marquees, Similar Related Equipment Hourly Labor Rate for Installation/Repair Service of Signage Products, Marquees, Similar Related Equipment - State the Not 98.50 /Hour SERVICE REPAIR ONLY NEW INSTALLATIONS ON MARQUEES RMUST GET QUOTE No Exceptions to Exceed hourly labor rate for Installat€on/Repair Service of Equipment and Products. 37 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Natural Grass Turf Removal, Tilling or Grading related to Parks and Recreation Hourly Labor Rate for Installation/Repair Service of Natural Grass Turf Removal, Tilling or Grading related to Parks and Recreation - State the Not to Exceed hourly labor rate for N/A /Hour installation/Repair Service of Equipment and Products. PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal Page 49 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board Copparafirg Purchasing r-rupusal Invitation No. 592 -19 -Parks and Recreation Equipment and Field Lighting Products (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be consideredl.) Item No. Short Description Full Description Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 38 Not to Exceed Hourly Labor Rate for Installation/Repair Service of All Other Park and Recreation Related Equipment and Products Hourly Labor Rate for Installation/Repair Service of All Other Park and Recreation Related Equipment and Products - State the Not to Exceed hourly labor rate for Installation/Repair $ /Hour Service of Equipment and Products. Section VI: Installation and Repair Service for Field Lighting Products - Vendors proposing to provide installation and Repair Service for Field Lighting Products may hourly labor rate or a coefficient from the RSMeans Unit Price Book, or both. A coefficient proposed should be the price multiplier that vendor price book(s) identified in the Proposal specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or unit prices listed in the unit price book. Coefficient factors are to be carried no further than two (2) decimal places. propose either a not -to -exceed proposes to be applied to the unit "increase from" (e.g. 1.21) the Item No. Short Description Full Description Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 39 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Field Lighting Products Hourly Labor Rate for Installation/Repair Service of Field Lighting Products - State the Not to Exceed hourly labor rate for $ N/A /Hour Installation/Repair Service of Equipment and Products. Item No. Short Description Full Description Proposer's Coefficient (RSMeans) DEFINE SERVICES Clearly define the services that provided and attach detailed information. DETAILED INFORMATION IS aie proposed to be (NOTE: IF NOT SUBMITTED, PROPOSAL WILL NOT BE CONSIDERED!!) 40 Coefficient for Standard Hours (RSMeans) Coefficient for Standard Hours as listed in RSMeans Cost Data Book -- RSMeans Cost Data from the Total INCL O&P column (most current edition). N/A 41 Coefficient for Non- Standard Hours (RSMeans) Coefficient for Non -Standard Hours as listed in RSMeans Cost Data Book -- RSMeans Cost Data from the Total INCL O&P column (most current edition). N/A PROPOSAL NOTE 1. Catalogs/Priceiists are required to be submitted with Proposal Page 50 of 71 PROPOSAL SPECIFICATION FORM DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 SPECTRUM' SCOREBOARDS scoreboards • video boards • electronic marquees 10048 Fasthaven Blvd • Houston, TX 77075 • Ph: 713-944-6200 • 800-392-5050 • Fax: 713-944-1290 • spectrumscorehoarcis.com MANUFACTURER AUTHORIZATION LETTER To: BuyBoard Spectrum Corporation is an established and reputable manufacturer of Scoreboards and Marquee's for more than 45 years. Spectrum Corporation is located at 10048 Easthaven Blvd. Houston, TX 77075. Spectrum Corporation here by authorize Jeff Bishop to submit a bid and sign contracts with BuyBoard pertaining to 592-19 (Parks and Recreation Equipment and Field Lighting Products) for the above products manufactured by us. Spectrum Corporation sells to ALL Texas Regions and all other US States. 22.6 Jeff Bishop Vice President DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com • buyboard.com August 28, 2020 Sent via email to: kathv(a�specorp.com Kathy Mims Spectrum Corporation 10048 Easthaven Blvd. Houston TX 77075 Re: Parks and Recreation Equipment and Field Lighting Products BuyBoard Contract 592-19 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Parks and Recreation Equipment and Field Lighting Products, Contract 592-19 effective October 1, 2019 through September 30, 2020, with two possible one-year renewals. At this time, the BuyBoard is renewing your contract through September 30, 2021. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at connie.burkett@tasb.org prior to the start of the renewal term. Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of $15,000 annually or they may not be offered a contract renewal. If you have questions or comments concerning this renewal, please contact me as soon as possible at connie.burkett(@.tasb.orq. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Connie W Burkett, CTSBO Contract Administrator 1st renewal v.02.13.2020 Endorsed by I: IS TASAI T DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board° P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com•buyboard.com August 2, 2021 Sent via email to: kathyspecorp.com Kathy Mims Spectrum Corporation 10048 Easthaven Blvd. Houston, TX 77075 Re: Parks and Recreation Equipment and Field Lighting Products BuyBoard Contract 592-19 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Parks and Recreation Equipment and Field Lighting Products, Contract 592-19, for which the current term is set to expire September 30, 2021. At this time, the BuyBoard is renewing your contract through September 30, 2022. This will be the final renewal of this contract. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at lisa.maraden@tasb.org prior to the start of the renewal term. If you have questions or comments concerning this renewal, please contact me as soon as possible at lisa.maraden@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Lisa Maraden Contract Administrator final renewal v.02.13.2020 Endorsed by Ira TASA, TML DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 Board' P.O. Box 400, Austin, Texas 78767 800.695.2919 info@buyboard.com buyboard.com August 2, 2021 Sent via email to: kathyspecorp.com Kathy Mims Spectrum Corporation 10048 Easthaven Blvd. Houston, TX 77075 Re: Parks and Recreation Equipment and Field Lighting Products BuyBoard Contract 592-19 The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under Parks and Recreation Equipment and Field Lighting Products, Contract 592-19, for which the current term is set to expire September 30, 2021. At this time, the BuyBoard is renewing your contract through September 30, 2022. This will be the final renewal of this contract. All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at lisa.maraden@tasb.org prior to the start of the renewal term. If you have questions or comments concerning this renewal, please contact me as soon as possible at lisa.maraden@tasb.org. We appreciate your interest in The Local Government Purchasing Cooperative. Sincerely, Lisa Maraden Contract Administrator final renewal v.02.13.2020 Endorsed by TAA! te O DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 EXHIBIT 2 SPECTRUM' SCOREBOARDS scoreboards • video boards • electronic marquees 10048 Easthaven Blvd. • Houston, TX 77075 • Ph: 713-944-6200 • 800-392-5050 • Fax: 713-944-1290 • spectrumscoreboards.com VIDEO SCOREBOARD PROPOSAL 3 December 6, 2021 TO: Morgan Early, Project Manager City of Pearland Parks & Recreation RE: PEARLAND MIRACLE LEAGUE AUDIO/VIDEO SCOREBOARD SYSTEM Primary Video Screen with Digital Scoring System: ❖ SPECTRUM HorizonProTM Model Q9-512288 Ultra High Resolution 9mm Video Display ❖ Pixel Array 288 pixels tall x 512 pixels wide = Total Physical LED Pixels 147,456 ❖ 281 Trillion Colors with True Grayscale and Color Processing • Physical Video Screen Active LED Area Dimensions: 9'-53/4" x 16'-8'/a" (157 sqft) ❖ 16:9 Widescreen Aspect Ratio ❖ 300Hz Scan Rate and 60 fps Frame Rate ❖ Contrast Ratio of 5000:1 ❖ Data Redundancy included. All data streams double -wired for logic board outage bypass ❖ Power Redundancy included. Power supplies doubled and wired in parallel for added stability ❖ 3 LEDs per SMD pixel: 1 Red, 1 Green, 1 Blue ❖ Physical Pixel Density: 10,126 LED pixels per square meter ❖ Total number of Video Screen LEDs: 442,368 (147,456 pixels x 3 LEDs per SMD pixel) ❖ 9,500 nit Peak Brightness = Dynamic Contrast even in daytime (Day Games, Special Events) ❖ 100 Levels of Brightness ❖ Operating Temperature -20°F to 130°F ❖ Horizontal Viewing Angle of 160°; Vertical Viewing Angle of 70° + Power Requirements: 120/240VAC Single Phase, 240VAC Recommended ❖ Cabinet Construction: Aluminum Extrusion + IP Rating: IP 54 NEMA 4 ❖ Manufacturing Compliance: Underwriters Laboratories (UL) Approved ❖ Front & Rear Serviceability Video System Inclusions: ❖ SPECTRUM Model #MSX-5 Scoring Control Console w/ Serial Port for Digital Out ❖ SPECTRUM Horizon ProCasterTM Live Base Server System -Clip Server stores Animations/Video Clips/Still Frame Images/Sponsor Ads -Digital scoring overlay from Spectrum MSX-5 Controller real-time data output -Video Input/Ouput allows one (1) Live Video Camera Feed -Audio Input/Output for synchronized connection to Stadium Sound System -Horizon InSpire Scheduling Software allows message rotations between events -Workstation includes Monitor, Keyboard, Mouse & all cables needed ❖ Sony NXCAM HD Video Camera with SDI Video Output ❖ Magnus VT -4000 Fluid Head Tripod ❖ Sony Remote Zoom Handle Control with LANC ❖ Arco Video Camera Bag with Accessory Pockets ❖ DVD Blu-Ray Player with External Media Input\ DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 SPECTRUM' SCOREBOARDS scoreboards • video boards • electronic marquees 10048 Easthaven Blvd. • Houston, TX 77075 • Ph: 713-944-6200 • 800-392-5050 • Fax: 713-944-1290 • spectrumscoreboards.com •:• •:• •:• •:• •:• •:• •:• •:• •:• 15RU A/V Rack with Ventilated Construction and Locking Door Ventilated NEMA Equipment Enclosure with 110VAC Duplex at Scoreboard Mini LIU Fiber Patch Panel with SC Connectors Fiber-to-DVI Convertor Spectrum HorizonPro DVI Signal Processor 30' Camera Snake On -Field Extension Cable 300' 6 Strand 50u OM3 Multimode Fiber Optic Cable 100' RG6 Plenum Coaxial with BNC Connector at Camera Position Spectrum System Training & Technical Support included Sound System Inclusions: ❖ Dual Atlas® AH-Series Weatherproof Full -Range Wide -Dispersion Loudspeakers ❖ Each Driver mounted discreetly on Scoreboard Structure + Dynacord® L3600FD DSP Power Amplifier 2x1800W with FIR Drive ❖ ElectroVoice® ND -76S Announcer's Microphone ❖ Atlas® MB Mic Stand with Gooseneck ❖ RDL® Rack -mounted 4 -Input Mini Mixer ❖ RDL® Mic/Input Selector with XLR 8c RCA Inputs and Terminal Block Cover ❖ Spectrum A/V Systems Power Distribution Unit with System Power-up/down switch + 500' 10GA/2CON VNTC Stranded Speaker Cable with Neutrik NL4 Connectors ❖ Sound System installed, configured, tested Sc tuned prior to demo Field Name Truss Sign: ❖ 3'-9" x 13'-31/z" Custom Fabricated All Aluminum Truss Sign ❖ Includes 'The Miracle Field' Lettering & Logo/Icon Graphics ❖ Three Component Urethane Finish with PermaCoat UV Clear Coat on all surfaces Engineered Steel Support Structure: ❖ Engineer -stamped Support Structure design with Two (2) I-Beam/Poles for WPI-8 Cert ❖ Includes Beams/Poles, hole drilling, setting of structure, concrete & haul off of dirt spoils ❖ Includes Prep Sc Paint of Structure and coordinating city/county inspections as needed Physical Installation Scope: ❖ Includes design and installation of cross -members and framework on main support beams ❖ Includes delivery and complete physical installation of new video screen, speakers, signs and truss elements per color elevation drawing. ❖ Spectrum provides all signal, data and fiber cables, connectors and components as necessary for a professional and complete installation. ❖ Includes providing secondary electrical service at scoreboard site from owner provided primary power in breaker panel or power disconnect. ❖ Installation includes termination of all data/fiber/signal and electrical at each scoreboard component and at video camera location. ❖ Includes the installation and set-up, test & demo of all audio and video equipment ❖ All aspects of the installation of this Audio/Video Scoring System to be performed by Insured and Factory -Trained Spectrum Employees & Licensed Sub -Contractors. DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 SPECTRUM' SCOREBOARDS scoreboards • video boards • electronic marquees 10048 Easthaven Blvd. • Houston, TX 77075 • Ph: 713-944-6200 • 800-392-5050 • Fax: 713-944-1290 • spectrumscoreboards.com MATERIALS SUBTOTAL Line item #15 LABOR SUBTOTAL Line item #35 TOTAL DELIVERED & INSTALLED (SPECTRUM BUY BOARD #592-19) $ 113,084 $ 26,198 $ 139,282 We value our long-standing relationship with the CityofPearland and we look forward to working with you on this project. Kind regards, cuts ,ckw,od Russ Lockwood Regional Sales Warranties: ❖ SPECTRUM HorizonPro® Q9 Video Screen: ❖ SPECTRUM Horizon ProCasterTM Live: ❖ SPECTRUM MSX- 5 Control Console: ❖ SPECTRUM Stadium Audio System: Jason Bishop Regional Sales 5 Years Parts plus 2 Years Onsite Labor 5 Years Parts plus 2 Years Onsite Labor 5 Years Parts plus 2 Years Onsite Labor 3 Years Parts plus 2 Years Onsite Labor ❖ Non -Proprietary Audio/Video Equipment covered under their individual factory warranties Timeline: ❖ Production Lead Time for the entire project shall not be more than 90 days Training: ❖ Spectrum equipment/software trainers and subs to provide training session on all components to City of Pearland staff at installation completion Terms: ❖ 50% prior to Commencement of Project ❖ 50% Net 30 upon Substantial Completion of Project Installation JPB/RRL/MIRACLELEAGUEVIDEOPROJECT3 DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-836102 Date Filed: 01/03/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Spectrum Corporation Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the firm is being filed. City of Pearland g Provide the Identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. C1222-28 AudioNideo Scoreboard System for Miracle Field ® Shadow Creek Ranch Park 4 Name of Interested Party City, State, Country (place of business) I I Nature of Interest (check applicable) Controllini Intermediary 5 Check only if there Is NO Interested Party. X 6 UNSWORN DECLARATION My name is LIS A ENMED/ , end my date of birth Is 4 /$Q ,4, a . I My address Is I Do 42 CA&ra.A tfg,J , gousrnl4J ,TX , 1'10 n , USA . (street) (city) (state) (bp code) (country) I declare under penalty of perjury that the foregoing Is true and correct. Executed in I -]F, R Itj --�+ County, State of 1 )(A 8 , on they day of JAM , 20 4.1 . (month) (year) Sign are of authorized agent : f contracting business entity (Declel W Forms provided by Texas Ethics Commission www.ethlis.st ,t -. - s Version V1.1,191b5cdc DocuSign Envelope ID: 9123A3E2-DD31-49DD-B797-4C6D9F7BAB24 CITY OF PEARLAND STANDARD FORM OF AGREEMENT APPENDIX B House Bill 89 Verification I, c;' k) i s c I ol-= (Person name), the undersignedrepresentative (hereafter referred to as "Representative") of (company or business name, hereafter referred to as "Business Entity"),being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose andaffirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. SIGNATUE OF RE' ' ESEN)TATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this jAM day of Dec -Dv -beg , 20 2 . CamtAA,Utx Notary Public CAMERON LEIGH DORN NOTARY PUBLIC -STATE OF TEXAS ID$ 13247150-0 COMM. ExP.05-08-2024