Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2023-061 2023-03-06
DocuSign Envelope ID: 2FF1 F313-1 DA6-4BE9-B3C7-F76906610774 RESOLUTION NO. R2023-61 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 Texas Buyboard purchasing cooperative for the purchase of replacement hardwood floors (Activity Room at the Pearland Recreation Center & Natatorium), in the estimated amount of $55,512.60, from Jellison, Inc. 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 Texas Buyboard purchasing cooperative for the purchase of replacement hardwood floors. 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 of replacement hardwood floors, in the estimated amount of $55,512.60, from Jellison, Inc. PASSED, APPROVED and ADOPTED this the 6th day of March, A.D., 2023. DocuSigned by: J. KEVIN COLE MAYOR ATTEST: ,-DocuSigned by: �gEC22531 FFF4-1� FRANCES AGUILAR, TRMC, MMC CITY SECRETARY FIGOucEiD AS TO FORM; tYYt-� F 11 ARgaaBIF4B6 DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. C0223-03 Activity Room Floor Repair in the Recreation Center 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: Jellison Inc., dba Jelco PO Box 151085 Austin, TX 78715 Description of Services: Contractor will provide City of Pearland with the removal and dispose of existing damaged hardwood floors and installation of maple hardwood floors in Activity Room 1 & 2 in accordance with specifications of estimate 5645 via BuyBoard contract #641-21. Contract Amount: $55,512.60 Effective Date: 2/1/2023 End Date: 7/1/2023 Renewals: None Resolution No/Bid No: R-2023-61 II. Signatures AkiefecREARLAND kV)" AILVILI ECG 2C2 CC1CC... Purchasing Officer -DocuSigned by: `F8306 c5 , 46423... CONTRACTOR 3/7/2023 I 8:25 AM CST Date Title: Preside 3/7/2023 I 7:09 AM *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: 2/14/23 Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 City Council Resolution over $50,000 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or Quote No. #5645 ("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 5 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 no 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 amount not to exceed $55,512.60, 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: accountspavable(a�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: Mychal Mitchell Department: PARKS & RECREATION Phone: 281.412.8907 Email: mmitchell@pearlandtx.gov 5. Insurance; Bonds. Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 (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 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. Service Contract Standard Form Page 3 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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 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: Mychal Mtichell Title: Operations Manager Address: 4141 Bailey Rd, Pearland, TX 77584 Phone: 281.412.8907 IF TO CONTRACTOR: Jellison Inc., dba Jelco Attn: Jared Jellison Title: President Address: PO Box 151085, Austin, TX 78715 Phone: 512.282.5256 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 Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM 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 Service Contract Standard Form Page 5 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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 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 Service Contract Standard Form Page 6 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP/Quote No. #5645 Exhibit 2: Contractor's Bid/Proposal Response Service Contract Standard Form Page 7 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 ATTACHMENT A - SCOPE OF WORK Jellison Inc., dba Jelco will begin demolition by removing existing maple flooring and disposing in Jelco provided dumpsters. Contractor will provide and install 3,882 square feet of 205/32"x2-1/4" 2nd & BtrGrade MFMA RL maple flooring in Activity rooms. Floor will consist of 6 mil vapor barrier, Aacer 3/8" Cush Pads attached to 2 layers 'A" plywood with maple. Contractor service also includes material, installation, sanding, 2 coats oil -based gym floor sealer, 2 coats high gloss gym finish, Black vented cove base, Aluminum thresholds at doorways. DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3ID/PRICING SCHEDULE The Gymnasium Specialists Name/Address Pearland Rec Center 4141 Bailey Road Pearland, TX 77581 IDescription P. O. Box 151085 Austin, Texas 78715 512-282-5256 512-282-4070 fax info@jelcogyms.com jelcogyms.com Qty Date 2/15/2023 Project/Ship To Pearland Rec Center 4141 Bailey Road Pearland, TX 77581 Rate Estimate 5645 Total Demo - Remove existing maple flooring and dispose of in Jelco provided dumpsters. 3,882 1.65 6,405.30 •Provide and install 3882 square feet of 25/32"x2-1/4" 2nd & BtrGrade MFMA RL maple flooring in gymnasium. •Floor will consist of 6 mil vapor barrier, Aacer 3/8" Cush Pads attached to 2 layers'/2" plywood with maple flooring on top. •Includes the following; oMaterial olnstallation oSanding (Owner will provide power for sand machines, 220v 3 phase) o2 coats oil based gym floor sealer o2 coats high gloss gym finish oBlack vented cove base oAluminum thresholds at doorways. 3,882 12.65 49,107.30 Buyboard #641-21 Estimator Customer Due on receipt Insurance certificates, detailed specifications, company information, security clearances are included with long form proposal/contract. Estimate good for 60 days. LTotal $55,512.60 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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 (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30 - day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage or: 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 - $2,000,000 3. Business Auto Liability (BAL) to nclude coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid # Company: Signature and Printed Name: DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 A�� �® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/26/2023 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). PRODUCER IAAT - J&M Insurance 2621 Jones Road Unit C Austin TX 78745 CONTACT NAME: Todd Michalowski PHONE (A/C, (A/C, No, Ext): (737) 205-2000 (A/C, No): 512-599-4430 E-MAIL ADDRESS: todd@jandmins.Com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Liberty Mutual Insurance Company 23043 INSURED JELLISON, INC dba JELCO, Inc 11405 CONROY LN MANCHACA TX 78652 INSURER B : Travelers Insurance Company 41769 INSURER C : Commerce and Industry Insurance Company 19410 INSURER D : The Hanover Casualty Company 24236 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 NSURANCE 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. INSR LTR TYPE OF INSURANCE AUULSUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y BLS (23) 60 69 36 02 12/05/2022 12/05/2023 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: y X LIMIT APPLIES PRO - JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y BA -4P21 865 3 -22-42-G 12/05/2022 12/05/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y BE 080852758 12/05/2022 12/05/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED I XI RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY OFFICER/MEMBER PROPEXCLRIETOR/PARTNER/EXECUTIVE ECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A Y WLD-J242360-00 01/01/2023 01/01/2024 id, PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Leased/Rented Equipment Y Y BMO (23) 60 75 28 61 12/05/2022 12/05/2023 Ea Occurrence Aggregate 31,500 114,632 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The general liability and auto policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only if there is a written contract or written agreement that requires it. The general liability and auto liability policies include a blanket automatic waiver of subrogation endorsement only if there is a written contract or written agreement between the named insured and the certificate holder that requires it. If required by written contract or written agreement, coverage is primary and non-contributory to any insurance or self-insurance maintained by the certificate holder. Umbrella/Excess extends over the GL and Auto policies. 30 day notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Dr. Pearland TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Sk g$ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 YO11Cy IN Wilber: 01,3 lL3) OU 07 30 UG COMMERCIAL GENERAL LIABILITY CG 85 83 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or "property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the "products -completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 2. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. CG 85 83 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission . Page 1 of 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products - completed operations hazard". D. With respect to the insurance afforded to these additional insureds, the following is added to Section II - Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. E. With respect to the insurance afforded by this endorsement, Section IV - Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. Paragraph 4. of Section IV - Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insur- ance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. CG 85 83 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission . Page 2 of 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Policy Number: BLS (23) 60 69 36 02 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT NON -OWNED AIRCRAFT NON -OWNED WATERCRAFT PROPERTY DAMAGE LIABILITY - ELEVATORS EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) MEDICAL PAYMENTS EXTENSION EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT LIBERALIZATION CLAUSE BODILY INJURY REDEFINED EXTENDED PROPERTY DAMAGE WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU PAGE 2 2 2 2 3 3 3 5 6 6 7 7 7 7 7 8 8 CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT 0,6 Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY - ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. Under Supplementary Payments - Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (3) (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi- tions. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 VIJA..1 LV U111VC.1. LLJ `L..1) VV Vl JV UL advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Policy Number: BLS (23) 60 69 36 02 COMMERCIAL GENERAL LIABILITY CG 89 70 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice of cancellation we agree to the following: Provide 30 days prior written cancellation notice to such person or organization for reasons other than nonpayment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. CG 89 70 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 r Vlll.y IN U111VG1. 1JLJ `GJ) 00 07 JO VG COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM PROVISIONS 1 The following is added to Paragraph A.1.c., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". following: 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV - BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is the first named insured when the written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. CAT4740216 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 COMMERCIAL AUTO POLICY NUMBER: BA -4P218653 -22-42-G ISSUE DATE: 09-29-22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): BLANKET WHEN REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or or- ganization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 SCHEDULE OF UNDERLYING INSURANCE Issued to: JELLISON, INC. By: COMMERCE & INDUSTRY INS CO Policy Number: BE 080852758 TYPE OF POLICY OR COVERAGE GENERAL LIABILITY AUTO LIABILITY EMPLOYERS LIABILITY INSURER, POLICY NO. AND POLICY PERIOD Ohio Security Insurance Company 12/05/22 12/05/23 Travelers Casualty Insurance Co of America 12/05/22 12/05/23 Hanover Insurance Company 01/06/23 01/06/24 LIMITS $1,000,000 PER OCCURRENCE $2,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS & COMPLETED OPS. AGGREGATE Defense Expenses are in addition to the limit $1,000,000 COMBINED SINGLE LIMIT Defense Expenses are in addition to the limit $1,000,000 BODILY INJURY BY ACCIDENT $1,000,000 BODILY INJURY BY DISEASE(EACH EMPLOYEE) $1,000,000 BODILY INJURY BY DISEASE(POLICY LIMITS) Defense Expenses are in addition to the limit AUTHORIZED REPRESENTATIVE UNDSCH (5/99) AH0006 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Policy Number: BE 080852758 Prime Express' Commercial Excess Liability Policy With CrisisResponse® Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations and any other person or organization qualifying as a Named Insured under this policy. The words "we," "us" and "our" refer to the company providing this insurance. The word Insured means any person or organization qualifying as such under Section VII. Definitions. Except for headings, words that appear in bold print have special meaning. See Section VII. Definitions. In consideration of the payment of the premium and in reliance upon the statements in the Declarations, we agree to provide coverage as follows: I. INSURING AGREEMENT - COMMERCIAL EXCESS LIABILITY A. We will pay on behalf of the Insured those sums in excess of the Retained Limit that the Insured becomes legally obligated to pay as damages by reason of liability imposed by law because of Bodily Injury, Property Damage or Personal Injury and Advertising Injury to which this insurance applies or because of Bodily Injury or Property Damage to which this insurance applies assumed by the Insured under an Insured Contract. • Provided, however, that coverage provided by this policy will not be broader than the coverage provided by the policy listed in Scheduled Underlying Insurance. The amount we will pay for damages is limited as described in Section IV. Limits of Insurance. B. This policy applies, only if: 1. the Bodily Injury or Property Damage is caused by an Occurrence that takes place anywhere, and the Bodily Injury or Property Damage occurs during the Policy Period; and 2. the Personal Injury and Advertising Injury is caused by an Occurrence that takes place anywhere arising out of your business, but only if the Occurrence was committed during the Policy Period. C. 1. This policy applies to Bodily Injury or Property Damage, only if prior to the Policy Period, no Insured listed under subparagraphs 2a., 2b., 2c. or 2e. of Paragraph N.. of Section VII, no executive officer or director listed under subparagraph 2d. of Paragraph N. of Section VII. and no employee authorized by you to give or receive notice of an Occurrence, claim or Suit, knew that the Bodily Injury or Property Damage had occurred, in whole or in part. If such an Insured, or authorized employee knew, prior to the Policy Period, that the Bodily Injury or Property Damage had occurred, then any continuation, change or resumption of such Bodily Injury or Property Damage during or after the Policy Period will be deemed to have been known prior to the Policy Period. 2. Bodily Injury or Property Damage which occurs during the Policy Period and was not, prior to the Policy Period, known to have occurred by any Insured listed under subparagraphs 2a., 2b., 2c. or 2e. of Paragraph N. of Section VII., any executive officer or director listed under subparagraph 2d. of Paragraph N. of Section VII. or any employee authorized by you to give or receive notice of an Occurrence or claim, includes any continuation, change or resumption of that Bodily Injury or Property Damage after the end of the Policy Period. 90269 (11/09) AH 2711 Page 1 of 26 ® 2001 Includes copyrighted material of Insurance Services Office, Inc. with its permission. DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 HThe anover Insurance Group.. WLDJ242360 1602628 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: BLANKET PER WRITTEN CONTRACT 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by WC 42 03 04 B(Ed. 6-14) Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 TENT D — WARRANTY jeulup jelCOgyms.com PO Box 151085 Austin, Tx 78715 11405 Conroy Ln Manchaca, Tx 78652 800.366.8306 p 800.342.4976 f 512.282.5256 p 512.282.4070 f info@jelcogyms.com n G iinasium Specialists WARRANTY Jelco Gym Floors warrants, for the period of one year from substantial completion date, that the products and services have been completed in compliance with the rules of MFMA, and will be free from defects. Manufacturing defects do not include natural wood characteristics such as mineral streaks, knots, grain variations, and normal minor differences between color samples and the color of installed floors. These are normal characteristics and are not defects. EXCLUSIONS AND LIMITATIONS Gym must be kept between 35% to 50% relative humidity to prevent possible damage not covered by warranty. Installation of a humidifier or dehumidifier may be necessary. The floor is designed to perform in an environmentally controlled structure. The sole obligation and liability of Jelco under our limited warranties is to repair, replace, or refinish the floor, in part or in whole, at no cost to the original purchaser or to issue a refund of the purchase price, at Jelco's discretion. The limited warranties do not cover color changes to any flooring, which results from exposure to UV light. Normal exposure to sunlight will cause changes in the shading of any wood floor and this is not considered a defect. Area rugs should be removed occasionally, as they block sunlight and may give the appearance of discoloration under the rug. These warranties do not cover damage or unsatisfactory performance caused by excessive moisture including, but not limited to, improper humidity inside the gym, excessive ground moisture that migrates into the gym for any reason, water leaks caused by broken pipes or appliances, wet mopping, weather conditions or any other natural disasters such as flooding or excessive rainfall. Gloss reduction is not considered wear -through. Therefore, it is not covered under the finish warranty. Oil based finish is ambe r in color, and therefore multiple layers of finish will result in a darker appearance. Yellowing/darkening of wood and the paint on the floor is an expected effect of the finish. Since wood is a natural product, it will tend to expand and contract as moisture and humidity levels inside the home may change. Accordingly, normal expansion and contraction, which results in minor separations between flooring boards are not covered by these warranties. These warranties exclude and will not pay consequential or incidental damages associated with any warranty claim. Repair, refinish, or replacement (or a refund of your purchase price) of flooring material are the sole remedies. All warranties are limited to the original purchaser only and the warranties herein are not assignable or transferable to any other party. Jelco shall be given reasonable opportunity to investigate any warranty claim and no materials shall be returned to Jelco or destroyed until after inspection and approval by Jelco. WARRANTY EXCLUSIONS JELCO WARRANTIES DO NOT COVER INDENTATIONS, SCRATCHES, STAINS OR DAMAGE, CAUSED BY NEGLIGENCE, FIRE, WATER, MOISTURE, EXCESSIVE HEAT OR EXCESSIVE DRYNESS, EROSION, PEBBLES, SAND, OR OTHER ABRASIVES, PETS, INSECTS, SPIKED HEEL SHOES, WEATHER CONDITIONS OR NATURAL DISASTERS, COLOR VARIATIONS, NATURALLY OCCURRING WOOD CHARAC- TERISTICS, FAILURE TO FOLLOW ALLTHE MANUFACTURER'S WRITTEN MAINTENANCE INSTRUCTIONS, IMPROPER MAINTE- NANCE, INSUFFICIENT PROTECTION, MISUSE, OR IMPROPER ALTERATIONS OF THE ORIGINAL MANUFACTURED PRODUCT. JELCO WARRANTIES DO NOT COVER NATURAL EXPANSION AND CONTRACTION RESULTING IN SEPRATION BETWEEN BOARDS, OR DAMAGE CAUSED BY LOW OR EXCESSIVE HUMIDITY. JELCO WARRANTIES DO NOT COVER ANY PAINT AND/OR GRAPHICS PERFORMED BY OTHER SUBCONTRACTORS OR DAMAGE TO THE SURFACE OR SUBFLOOR CAUSED BY ANOTHER SUBCONTRACTOR. JELCO WARRANTIES DO NOT COVER ANY FINISH APPLIED ON TOP OF GRAPHICS PAINTED BY OTHER SUBCONTRACTORS. THERE ARE NO WARRANTIES, WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF, OR AS OTHERWISE SET FORTH HEREIN. NO OTHER WARRANTIES, EXPRESSED OR IMPLIED, BY OPERATION OF LAW OR OTHERWISE ARE MADE, INCLUDING BUT NOT LIMITED TO, MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. UNDER NO CIRCUMSTANCES SHALL AACER FLOORING BE LIABLE FOR ANY LOSS OR DAMAGE ARISING FROM THE PURCHASE, USE, OR INABILITY TO USE THIS PRODUCT, FOR ANY SPECIAL INDIRECT, INCIDENTIAL OR CONSEQUENTIAL DAMAGES. SOME STATES DO NOT ALLOW LIMITATIONS ON HOW LONG AN IMPLIED WARRANTY LASTS, OR THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATIONS MAY NOT APPLYTOYOU.THIS WARRANTY GIVES YOU SPECIFIC LEGAL RIGHTS. YOU MAY ALSO HAVE OTHER RIGHTS, WHICH VARY FROM STATE TO STATE. YOU'RE RIGHTS AND THE LIMITATIONS DESCRIBED ABOVE VARY FROM STATE TO STATE. THUS IT IS IMPORTANT TO RETAIN THIS WARRANTY INFORMATION. NO INSTALLER, RETAILER, DISTRIBUTOR, AGENT, OR EMPLOYEE OF AACER FLOORING HAS THE AUTHORITYTO INCREASE OR ALTER THE OBLIGATIONS OR LIMITATIONS OF THIS WARRANTY. DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Vendor Jelco Contact Jared Jellison Phone 5122825256 Email jared@jelcogyms.com Vendor Website www.jelcogyms.com TIN 20-1287021 Address Line 1 P.O. Box 151085 Vendor City Austin Vendor Zip 78715 Vendor State TX Vendor Country USA Delivery Days 7 Freight Terms FOB Destination Payment Terms net 30 days Shipping Terms Pre -paid and added to invoice Ship Via Common Carrier Designated Dealer No EDGAR Received Yes Service -disabled Veteran Owned No Minority Owned No Women Owned No National Yes No Foreign Terrorist Orgs Yes No Israel Boycott Yes MWBE No ESCs All Texas Regions States Alabama, Arkansas, Colorado, Florida, Georgia, Kansas, Kentucky, Louisiana, Mississippi, Missouri, New Mexico, North Carolina, Oklahoma, South Carolina, Tennessee, Texas Contract Name Indoor and Outdoor Sports Surfaces, Repair and Renovation and Gym Floor Refinishing Contract No. 641-21 Effective 06/01/2021 Expiration 05/31/2024 Accepts RFQs Yes Quote Reference Number 641-21 2/8/2023 11:48 AM DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Return Policy Items may be returned if defective or incorrect item was delivered at no cost. All other items can be returned with 20% restocking fee and cost of shipping. 2/8/2023 11:48 AM DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board® P.O. Box 400, Austin, Texas 7876? 800.695.2919 • info@buyboard.com • buyboard.com May 4, 2021 Sent Via Email: jared@jelcogyms.com Jared Jellison Jelco PO Box 151085 Austin, TX 78715 Welcome to BuyBoard! Re: Notice of The Local Government Purchasing Cooperative Contract Award; Proposal Invitation No. 641-21, Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2021 through May 31, 2022 and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 641-21 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919 (select option "2"). Sincerely, Arturo Salinas Asst. Division Director, Cooperative Purchasing Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative v.02.01.2021 Endorsed by TASK. 0 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 National School Endorsed by -NSBA- Boards Association May 4, 2021 Sent Via Email: jared@jelcogyms.com Jared Jellison Jelco PO Box 151085 Austin, TX 78715 Welcome to BuyBoard! Re: Notice ofNational Purchasing Cooperative Award; Proposal Invitation No. 641-21, Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2021 through May 31, 2022 and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 641-21 at www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a National Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com A list of National Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919 (select option "2"). Sincerely, Arturo Salinas, Asst. Division Director, Cooperative Purchasing Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative v.02.01.2021 Pa. Box 400, Austin, Texas 78767-0400 800.695.2919 - buyboard.com DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board Cooperative Purchasing 12007 Research Boulevard . Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buvboard.com PROPOSER'S AGREEMENT AND SIGNATURE Proposal Name: Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing Proposal Number: 641-21 Proposal Due Date/Opening Date and Time: November 19, 2020 at 4:00 PM Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: Contract Time Period: June 1, 2021 through May April 2021 31, 2022 with two (2) possible one-year renewals. Jellison Inc. dba Jelco 11-13-2020 Name of Proposing Company PO Box 151085 Date Street Address Si Austin, TX 78715 ature of thorized Company Official Jared Jellison City, State, Zip Printed Name of Authorized Company Official 512-282-5256 President Telephone Nt:mber of Authorized Company Official Position or Title of Authorized Company Official 512-282-4070 20-1287021 Fax Number of Authorized Company Official Federal ID Number Page 10 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com The proposing company ("you" or "your") hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all Cooperative information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachments/forms, item specifications, and line items (collectively "Requirements"); 2. By your response ("Proposal") to this Proposal Invitation, you propose to supply the products or services submitted at the prices quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. Any and all deviations and exceptions to the Requirements have been noted in your Proposal and no others will be claimed; 4. If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products or services at the prices quoted and in strict compliance with the Requirements (unless specific exceptions are noted in the Proposal and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similar customers; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy -back contract by another governmental entity or nonprofit entity, in which event you will offer the awarded goods and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your contract; 5. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under a Texas Public Information Act request or similar public information law; 6. The individual signing this Agreement is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 7. You have carefully reviewed your Proposal, and certify that all information provided is true, complete and accurate, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 8. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, may disqualify you from consideration for a contract award under this Proposal Invitation or result in termination of an award or any other remedy or action provided for in the General Terms and Conditions or by law. Page 11 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 : PH: 800-695-2919 • FAX: 800-211-5454 ' buyboard.com VENDOR CONTACT INFORMATION Name of Company: Jellison Inc. dba Jelco Vendor Proposal/Contract Contact Name: Jared Jellison Vendor Proposal/Contract Contact E-mail Address: iared@jelcogynns.com Vendor Contact Mailing Address for Proposal/Contract Notices: PO Box 151085 Austin, TX 78715 Company Website: www.jelcogyms.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: 0 I will use the internet to receive purchase orders at the following address: Purchase Order E-mail Address: jared@jelcogyms.com Purchase Order Contact: Jared Jellison Phone: 512-282-5256 Alternate Purchase Order E-mail Address: jon@jelcogyms.com Alternate Purchase Order Contact: Jon Springer Phone: 512-282-5256 ❑ Purchase orders may be received by the Designated Dealer(s) identified on my company's Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Request for Quotes ("RFO"): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: RFQ E-mail Address: Jared@jelcogyms.com RFQ Contact: Jared Jellison Alternate RFQ E-mail Address: jon@jelcogyms.com Alternate RFQ Contact: Jon Springer Phone: 512-282-5256 Phone: 512-282-5256 Page 12 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buvboard.com Invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee invoices and related communications• Please choose only one (1) of the following options for receipt of invoices and provide the requested information: Service fee invoices and related communications should be provided directly to my company at: Invoice Mailing address: PD Box 151085 City: Austin State: TX Department: Accounting Zip Code: 78715 Contact Name: Christina Jellison 512-282-5256 Phone: Invoice Fax: 512-282-4070 Invoice E-mail Address: Chl"IStlna@JelCOgyms.COm Alternative Invoice E-mail Address: fared@jelcogyms.com ❑ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent**: Billing agent Mailing address: Department: City:_ State: Zip Code: Billing Agent Contact Name: Phone: Billing Agent Fax: Billing Agent E-mail Address: Alternative Billing Agent E-mail Address: ** If Vendor authorizes a billing agent to receive and process service fee Invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing In that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Page 13 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board' Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buvboard.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 (J) one of the following: ❑ My company is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corporation.) ❑■ My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): By signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. Jellison Inc. dba Jelco Company Name Jared Jellison Si. ure or' • ized 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. Jellison Inc. dba Jelco Company Name Jared Jellison thorized Company Official Printed Name Page 14 of 69 Proposal Forms CONST v.01,07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buyboard.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 CV' one of the following: ❑■ I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): Company Name Address City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under -price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (V) one of the following: El Yes 7 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. fe hit ;7M7 yI? Company Name uthorized Company Official ire./Tel /(ci Printed Name Page 15 of 69 Proposal Farms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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, as amended effective May 7, 2019 (H.B. 793), a Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract, (TEX. Govt CODE Ch. 2270). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEX. Gov'T CODE §808.001(1). By signature below, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Jellison Inc. dba Jelco Company Name Jared Jellison uthorized Company Official Printed Name Note; If Vendor does not wish to make this certification, return the blank form In lieu of a completed certification. NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. Jellison Inc. dba Jelco Company Name Si• .ture of AutbdFized Company Official Jared Jellison Printed Name Page 16 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 " FAX: 800-21.1-5454 ' buvboard.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. Jellison Inc. dba Jelco Company Name Jared Jellison Printed Name Authori Sign mpany Official Page 17 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board` Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH; 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members ("Advisory, Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buvboard.com/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. Jellison inc. dba Jelco Company Name Jared Jellison razed Company Official Printed Name 11/13/2020 Date Page 18 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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 (3/) one of the following: ■❑ No; Deviations ❑ Yes; Deviations List and fully explain any deviations you are submitting: PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. Shipping Via: 0 Common Carrier ❑■ Company Truck ❑ Prepaid and Add to Invoice ❑ Other: 2. Payment Terms: ❑■ Net 30 days ❑ 1% in 10/Net 30 days ❑ Other: 3. Number of Days for Delivery: 7 ARO 4. Vendor Reference/Quote Number: 5. State your return policy: Items may be returned if defective or incoorect item was delivered at no cost. All other items can be returned with 20% restocking fee and cost of shipping 6. Are electronic payments acceptable? L'es ❑ No 7. Are credit card payments acceptable? *Yes ❑ No Jellison Inc. dba Jelco Jared Jellison rized Company Official Printed Name Page 19 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 P.O. Box 151085 • Austin, Texas 78715 512-282-5256 • fax: 512-282-4070 www.jelcogyms.com Buyboard Exclusions • Building conditions must meet manufacturer's standards. • Special order items • Floating/grinding of existing substrate. • Any moisture mitigation due to high concrete slab moisture. • Does not include any asbestos abatement. • All other trades work 512-282-5256 fax: 512-282-4070 Gymnasium Specialists • These warranties do not cover damage, indentations, scratches, or stains arising from negligence, accidents, abuse, fire or excessive heat, abnormal wear, spike heels, grit, sand or other abrasives, dents or insect infestation after the product has been installed or any condition caused by domestic pets or acts of nature. • Floors should be kept in environments of 35% to 55% relative humidity to prevent possible damage not covered by warranty. Installation of a humidifier or dehumidifier may be necessary. Temperature should also be maintained at 55 to 75 degrees. The floor is designed to perform in an environmentally controlled structure. Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' buvboard.com LOCATION/AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. 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 20 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board` Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 - buvboard.com MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ("Designated Dealers") to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative's administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. N/a Designated Dealer Name Designated Dealer Address City State Zip Phone Number Fax Number Email address Designated Dealer Tax ID Number* (*attach W-9) Designated Dealer Contact Person Your Company Name Signature of Authorized Company Official Page 21 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH; 800-695-2919 • 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 Jellison Inc. dba Jelco Company Name Si. .ture of A rized Company Official Jared Jellison Printed Name MI 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 and Headquarters El 1 Edinburg ❑ 2 Corpus Christi ❑ 3 Victoria ❑ 4 Houston ❑ 5 Beaumont ❑ 6 Huntsville ❑ 7 Kilgore ❑ 8 Mount Pleasant ❑ 9 Wichita Falls ❑ 10 Richardson El 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 22 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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 23 of 69 Proposal Forms CONST v.DI.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buvboard.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: 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 E North Dakota ❑ Ohio ■❑ Oklahoma U Oregon ❑ Pennsylvania ❑ Rhode Island ® South Carolina ❑ South Dakota ® Tennessee LI Texas ❑ Utah ❑ Vermont ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming Page 24 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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. Jellison Inc. dba Jelco Company Name Jared Jellison Sign .o of Au •. ized Company Official Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 25 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Boards 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 ten only to the extent necessary to reconcile the conflict. Page 26 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board® 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. Jellison Inc. dba Jelco 641-21 Name of V orized Company Official 11-13-2020 Date Proposal Invitation Number Jared Jellison Printed Name of Authorized Company Official Page 27 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard a 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 he previous ,12 -month period or the last fiscal year: $ 7,10',/9Q.(1 . (The period of the 12 month period is tbf/V1 / 1// /)'). 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 2. T -PASS (State of Texas) 3. OMNIA Partners 4. Sourcewell (NJPA) 5. E&I Cooperative 6. Houston -Galveston Area Council (HGAC) 7. Choice Partners 8. The Interlocal Purchasing System (TIPS) y 7 r.anes w•a labor. apona, aceimiea a reared egwpment 9. Other ❑ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (0/0): Proposed Discount (0/0): Explanation; Proposal Forms CONST v.01.07.2020 Page 28 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 12007 Research Boulevard ' Austin, By signature below, I certify that the above this certification, Board' Cooperative Purchasing Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 • buyboard.com is true, complete and accurate and that I am authorized by my company to make Jellison Inc. dba Jelco ture of . orized Company Official Company Name Page 29 of 69 Jared Jellison Printed Name Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board' Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard,com GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other gcvernmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1. See attached list 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: We will give better discouts depending on how large the project may be and if value engineering is needed on a project. By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. Jellison Inc. dba Jelco Company Name ture of A ized Company Official Jared ellison Printed Name Page 30 of 69 Proposal Forms CONSr v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 P.O. Box 151085 • Austin, Texas 78715 512-282-5256 • fax: 512-282-4070 www.jelcogyms.com RE: Reference List Proposal Invitiation No. 641-21 Indoor/ Outdoor Sport Surfaces City of Austin PARD- Ruben Salinas 512-586-9239 Lewisville ISD- Alex Del Rio 469-446-4795 Victoria ISD-John Urbano 361-576-3131 Mesquite ISD- Mike York 214-677-7314 Eanes ISD- Anthony Davis 512-803-2427 512-282-5256 fax: 512-282-4070 Gymnasium Specialists Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Boardm 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. Jellison Inc. dba Jelco Company Name 5i • ure a orized Company Official Jared Jellison Printed Name Page 31 of 69 Proposal Forms CDNST v.01.07.2020 I DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 je�p je1cogyms.c.--orn PO Box 151085 Austin, Tx 78715 12928 Lowden Ln Manchaca, Tx 78652 800.366.8306 p 800.342.4976 f 512.282.5256 p 512.282.4070 f info@jelcogyms.com Gymnasium Specialists BuyBoard Marketing Strategy Jelco has been involved with BuyBoard for many years now and we clearly understand the significant benefits that being associated with BuyBoard brings our business. And sometimes, just letting people know that we are a vendor for BuyBoard is simplest step in gaining new business. So the question becomes, how do we reach as many people as possible in the most efficient manner. Visibility becomes a primary objective. We accomplish this by plastering the BuyBoard logo on any print item (brochures, flyers, catalogs, maintenance sheets, etc) or digital advertising we produce. It is important to us to have our customers clearly identify us with BuyBoard, and we will continue the practice of piggyback advertising BuyBoard with us. Tradeshows are another staple in our marketing budget. We will continue to attend the TASBO shows, as well as Coaches Shows, and many others. It is a great opportunity to meet numerous people and push the BuyBoard advan- tage in person. OurTradeshow setup has the BuyBoard logo prominently displayed on it. One of our most effective means of marketing BuyBoard comes through our person to person interaction. We install into our employees the importance of pushing the BuyBoard name whenever meeting with a client to look at a job. 90% of our customers are BuyBoard members and most people in purchasing love the idea of not having to go through the long, drawn out, bidding process. And if we do not have to go through the process as well, it's a win - win for everyone involved. DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board` Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 PH; 800-695-2919 • FAX: 800-211-5454 • buvboard.com CONFIDENTIAL/ PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to 'iotify 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 (V) one of the following: nNO, I certify that none of the information included with this Proposal is con ElYES, I certify that this Proposal contains information considered confidentia specifically identified on this form. aidered confidential or proprietary. I or proprietary and all such information is 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 32 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative Purchasing 12007 Research Boulevard Austin, Texas 78759-2439 PH: 800-695-2919 ' FAX; 800-211-5454 ' buvboard.com B. Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check (V) one of the followinn: l _ l NO, Proposal (including forms, documentation, or other materials submitted with the Proposal) does not contain copyright information. OYES, 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 BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release 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 tabor 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. Jellison Inc. dba Jelco Company Name Printed Name 11/13/2020 of Au t zed Company Official Jared JIlison Date Page 33 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 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: Jellison Inc. dba Jelco (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 (VI one of the following: TVDe of Business: Individual/Sole Proprietor Corporation Limited Liability Company Partnership Other If other, identify State of Incorporation (if applicable): Texas Federal Employer Identification Number: 20-1287021 (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) Jelco Page 34 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Form W -9 (Rev. December 2014) Department of the Treasury Internal Revenue Service cv m rn 10 a O fl. 0 a2 C ▪ C 0. O w v m a. 14 rn Request for Taxpayer Identification Number and Certification 1 Name (as shown an your income tax return). Name is required on this line; do not leave this line blank. Jellison Inc name/disregarded entity name, if different from above Jelco Give Form to the requester. Do not send to the IRS. 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: Individua'Jsole proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership single -member LLC ❑ Limited 'lability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► No'.r.. Fora single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single -member owner. ❑ Other (see instructions) ► 5 Adoress (number, street, and apt. or suite no. PO Box 151085 6 City, state, and ZIP code Austin. Tx 78715 7 List account number(s) here (optional ❑ TrusUestate 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) Requester's name and address (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident elier, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If'he account is in more than one name, see the instructions for line 1 and the chart on page 4 for guideiir on wht;,e number to enter. Part II, Certification Social security number or Employer identfficat on number 1 2 0 1 2 8 7 0 2 1 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 c U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) enterea 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 repot- 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 on page 3. 1� Sign Signature of Here U.S. person ► General Instr. Section references are to the 14t emal Rrvnmje Cods unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislaticn enacted after we release it) is at www.irs.govlfw9. Purpose of Fcrrn An individual Of entity (Form W-9 requester) who is required to file an information return n; i ,: I = t _i r;t obiei . , , t correct taxpayer identification number (TIN) which may oe your social security numoer (SSN), individual taxpayer identification number l i iN}, aCcpuian taxpayer ,oentit,cation nurnuer (ATIN), or employer identifica''nn nr .—,hv_r (UN), to report on an information return the amount paid to you, or Diner erna_rt reportable ci en InfcnnatIon return. Examples of information returns include, but are not limited to, the following: • Form 1 Ca,'-i': f ,intarest earned or paid) • Form 1099-DIV (dividends, including tncse from stocks or mutual funds) • Form 1092-ivMISC various types of income, prizes, awards, or gross proceeds) • Form 1099-B (sto.7X or mutual fund sate and certain other transactions by brokers) • Form 105:j-3 (proceeds from real, estatie transactions) • Form 1099-K I.. —rodent card and third party network transactions) Date D. 7/)/)api 0 • 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. //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? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you area U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No, 10231X Form W-9 (Rev. 12-2014) DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 • PH: 800-695-2919 FAX: 800-211-5454 buyboard.com EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR"). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which maybe 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 fall to complete any Item /n this form, the Cooperative will consider and may Ilst the Vendor's response on the BuyBoard as "NO,"the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the Simplified Acquisition Threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement Is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such 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. Page 35 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 PH: 800-695-2919 ' FAX 800-211-5454 • buyboard.com 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, ail 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. Page 36 of 69 Proposal Forms COAST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard Austin, Texas 78759-2439 • PH: 800-695-2919 ' FAX: 800-211-5454 ' buyboard.com 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti -Lobbying Amendment: Byrd Anti -Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Page 37 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board® Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 12. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification Item No. 1. Vendor Violation or Breach of Contract Terms 2. Termination for Cause or Convenience 3. Equal Employment Opportunity 4. Davis -Bacon Act 5. Contract Work Hours and Safety Standards Act 6. Right to Inventions Made Under a Contract or Agreement 7. Clean Air Act and Federal Water Pollution Control Act 8. Debarment and Suspension 9. Byrd Anti -Lobbying Amendment 10. Procurement of Recovered Materials 11. Profit as a Separate Element of Price 12. General Compliance and Cooperation with Cooperative Members Vendor Certification: YES, I agree or NO, I do NOT agree Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Initial 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. Jellison Inc. dba Jelco Printed Name Page 38 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board` 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 responses 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.01.07.2020 Page 39 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board' Cooperative 12007 Research Boulevard • Austin, Texas 78759-2439 PH: 800-695-2919 m FAX: 800-211-5454 • bu board.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 that must be procured outside the contract? engineer, how will you work with a Cooperative member and its designated architect or engineer with respect to services 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, r proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position firm t 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. Page 40 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Boards_ 12007 Research Boulevard • Austin, Texas 78759-2439 a Cooperative Purchasing PH: 8. List all contracts, if any, in the last 10 years on which Proposer ro ose8as defaulted, failed to complete or deliver the work, or h 695 2919 � FAX: 800-2i1-5454 � bu board.com that have been terminated for any reason. Include any contract for which the surety was notified P regards to a payment or performance bond. For each such contract of a potential claim in provide the project name, scope, value and and the name of the procuring entity. Fully explain the circumstances of the default, notice to sure date or deliver the work, or termination. surety, failure to complete 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 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. or 10. Describe •n detail the quality control system Proposer will use, including third a auditing long-term performance and structural strength of the products to be used in a project ucertification, nder theContrato support the t 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. Page 41 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 " FAX: 800-211-5454 • buvboard.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. Jellison _ Inc. dba Jelco Company Name ed Company Official Proposal Forms CONST v.01.07.2020 Page 42 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Re: Proposal Invitation Questionnaire Proposal Invitation No. 476-15 - Indoor/Outdoor Flooring Products, Sports Surfaces, Wood/Concrete Floor Refinish Gyffinasium Specialists I. Jelco has been in business for over 3o years. Currently we are listed as Jellison Inc., dba Jelco. II. Our initial area of expertise is in the athletic arenas, specifically gymnasiums and stage flooring. We have grown our company to perform a wide range of services extending to commercial carpet demo & install, tile renovations, poured synthetic flooring, outdoor tennis/basketball courts, and much more. Typically, our customer base consists of school districts, parks and rec departments, and health clubs. See attached list of projects completed. III. At the time of the drafting of this document, Jelco currently employs 4 full time office/management staff, along with a labor force of io-zo people. Currently on staff is our President/Owner, Vice President/CFO, two superintendents, a warehouse manager, an estimator/project manager, and an administrative assistant. Owner and President Jared Jellison has been involved in the gym floor business since the mid ag9o's. Our project manager has a minimum of 8 years in the business. IV. We deal with Architects and General Contractors on a daily basis and we understand the logistical as well as the physical requirements of these situations. If the Architect or Engineer needs help with designing or specifying a product, we have all the information and can work with them on retrofit or new construction. We also understand the needs of submittals, samples, and the general process of ensuring all products can work cohesively on projects large and small. V. Jelco is fully outfitted with all the tools and materials to complete every scope outlined in this bid package. In addition to all the small hand tools, pneumatics, nailers, saws, etc., Jelco is uniquely outfitted with dozens of floor buffers, multiple riding floor sanders, and customized finish applicators. We also have one of the only battery powered, riding, floor extractors in the country, which allows us to demo carpet, floor tile and many other types of flooring in a fraction of the time it would take anyone else. VI. Financially, Jelco has been very strong and stable based on our ability to expand our line of products and services offered so that we maintain a steady level of business throughout the year. With a steady flow of work, it allows our cash flow to be consistent and cover the upfront costs of starting a job, while still maintaining enough capital to cover payroll and overhead. Jelco, nor its principals, have ever been involved in any sort of bankruptcy. Bonding Capacity - $500,000 single - $750,000 aggregate Insurance Coverage Limits • Workmans Compensation - $1,000,000 • General Liability - $1,000,000 single - $2,000,000 aggregate • Automobile Liability - $1,000,000 • Umbrella Liability - $5,000,000 VII. Jelco has no history of defaulting on any financial agreement. VIII. Jelco has no history of default on any jobs/contracts. IX. Jelco has no history of litigation or legal proceedings against them or their owner. X. The products that Jelco uses and represents are all industry leaders with a long history of performance and innovation. All products will be accompanied, at a minimum, of industry standard warranties for material, as well as warranties for workmanship. We also offer extendable warranties when Jelco performs yearly maintenance work. Xi. Jelco's bonding company is Liberty Mutual group through Time Insurance Agency. XII. Jelco has no history of safety issues. EMR is .85 11405 Conroy Ln., Manchaca, TX 78652 P!-iC-+!,F 512.282.5256 512.282.4070�l_�r;;�:= DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com PROPOSAL SPECIFICATION SUMMARY The categories and items specified for this Proposal Invitation are summarized below. For full Proposal Specifications, you must review and complete the Proposal Specification information in the electronic proposal submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely request and complete the Proposal Specification Form in accordance with the Instructions to Proposers). PROPOSAL NOTE • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. - MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION 1. FOOTBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for football synthetic sports surfaces products for indoor use. 2. BASKETBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for basketball synthetic sports surfaces products for indoor use. 3. BASEBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for baseball synthetic sports surfaces products for indoor use. 4. TRACK SYNTHETIC INDOOR Sports Surfaces Products - price per square yard (including installation) for track synthetic sports surfaces products for indoor use. 5. TENNIS SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for tennis synthetic sports surfaces products for indoor use. 6. SOCCER SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for soccer synthetic sports surfaces products for indoor use. 7. All OTHER SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for all other types of synthetic sports surfaces products for indoor use. 8. All WOODEN INDOOR Sports/Performances Surfaces Products - price per square foot (including installation) for all types of wooden sports surfaces products for indoor use. 9. FOOTBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for football synthetic sports surfaces products for outdoor use. 10. BASKETBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for basketball synthetic sports surfaces products for outdoor use. 11. BASEBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for baseball synthetic sports surfaces products for outdoor use. 12. TRACK SYNTHETIC OUTDOOR Sports Surfaces Products - price per square yard (including installation) for track synthetic sports surfaces products for outdoor use. 13. TENNIS SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for tennis synthetic sports surfaces products for outdoor use. 14. SOCCER SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for soccer synthetic sports surfaces products for outdoor use. 15. All OTHER SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for all other types of synthetic sports surfaces products for outdoor use. 16. All -NATURAL GRASS OUTDOOR Sports Surfaces Products - price per square foot (including installation) for all types of natural grass sports surfaces products for outdoor use. Proposal Forms CONST v.01.07.2020 Page 43 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com Section II: Wooden Gym and Stage Floors Refinishing - PRODUCTS INCLUDING INSTALLATION 17. Wooden Gym and Stage Floors Refinishing - per square foot price for all types of refinishing of wooden gymnasium and stage floors including all labor, materials, supplies and equipment. Section III: Sports Surfaces (Indoor and Outdoor) COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non -Standard Hours • A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. If Vendor proposes different coefficient(s) for different Texas regions (1-20) or other states, Vendor must clearly specify the coefficient(s) and region(s)/state(s) to which each coefficient applies. • Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non - Standard Hours"). 18. Coefficient for Repair/Renovation RSMeans Cost Data Book. 19. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 20. Coefficient for Repair/Renovation RSMeans Cost Data Book. 21. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 22. Coefficient for Repair/Renovation RSMeans Cost Data Book. 23. Coefficient for Repair/Renovation listed in RSMeans Cost Data Book. 24. Coefficient for Repair/Renovation RSMeans Cost Data Book. 25. Coefficient for Repair/Renovation listed in RSMeans Cost Data Book. 26. Coefficient for Repair/Renovation RSMeans Cost Data Book. 27. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 28. Coefficient for Repair/Renovation RSMeans Cost Data Book. 29. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 30. Coefficient for Repair/Renovation RSMeans Cost Data Book. 31. Coefficient for Repair/Renovation RSMeans Cost Data Book. 32. Coefficient for Repair/Renovation RSMeans Cost Data Book. 33. Coefficient for Repair/Renovation RSMeans Cost Data Book. Work of Indoor Football Sport Surfaces, Standard Hours, as listed in Work of Indoor Football Sport Surfaces, Non -Standard Hours, as listed Work of Outdoor Football Sport Surfaces, Standard Hours as listed in Work of Outdoor Football Sport Surfaces, Non -Standard Hours, as listed Work of Indoor Basketball Sport Surfaces, Standard Hours, as listed in Work of Indoor Basketball Sport Surfaces, Non -Standard Hours, as Work of Outdoor Basketball Sport Surfaces, Standard Hours, as listed in Work of Outdoor Basketball Sport Surfaces, Non -Standard Hours, as Work of Indoor Baseball Sport Surfaces, Standard Hours, as listed in Work of Indoor Baseball Sport Surfaces, Non -Standard Hours, as listed Work of Outdoor Baseball Sport Surfaces, Standard Hours, as listed in Work of Outdoor Baseball Sport Surfaces, Non -Standard Hours, as listed Work of Indoor Track Sport Surfaces, Standard Hours, as listed in Work of Indoor Track Sport Surfaces Non -Standard Hours as listed in Work of Outdoor Track Sport Surfaces, Standard Hours, as listed in Work of Outdoor Track Sport Surfaces, Non -Standard Hours, as listed in Page 44 of 69 Proposal Forms CONST v.01.07.2020 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com 34. Coefficient for Repair/Renovation Work of Indoor Tennis Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. 35. Coefficient for Repair/Renovation RSMeans Cost Data Book. 36. Coefficient for Repair/Renovation RSMeans Cost Data Book. 37. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 38. Coefficient for Repair/Renovation RSMeans Cost Data Book. 39. Coefficient for Repair/Renovation RSMeans Cost Data Book. 40. Coefficient for Repair/Renovation RSMeans Cost Data Book. 41. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 42. Coefficient for Repair/Renovation Hours, as listed in RSMeans Cost Data 43. Coefficient for Repair/Renovation Cost Data Book. 44. Coefficient for Repair/Renovation RSMeans Cost Data Book. 45. Coefficient for Repair/Renovation in RSMeans Cost Data Book. 46. Coefficient for Repair/Renovation RSMeans Cost Data Book. 47. Coefficient for Repair/Renovation listed in RSMeans Cost Data Book. Work of Indoor Tennis Sport Surfaces, Non -Standard Hours, as listed in Work of Outdoor Tennis Sport Surfaces, Standard Hours, as listed in Work of Outdoor Tennis Sport Surfaces, Non -Standard Hours, as listed Work of Indoor Soccer Sport Surfaces, Standard Hours, as listed in Work of Indoor Soccer Sport Surfaces, Non -Standard Hours, as listed in Work of Outdoor Soccer Sport Surfaces, Standard Hours, as listed in Work of Outdoor Soccer Sport Surfaces, Non -Standard Hours, as listed Work of All Wooden Indoor Sports/Performances Surfaces, Standard Book. Work of All -Natural Grass Outdoor Sports Surfaces as listed in RSMeans Work of All Other Indoor Sport Surfaces, Standard Hours, as listed in Work of All Other Indoor Sport Surfaces, Non -Standard Hours, as listed Work of All Other Outdoor Sport Surfaces, Standard Hours, as listed in Work of All Other Outdoor Sport Surfaces, Non -Standard Hours, as Section IV: Site Work COEFFICIENT FOR SITE WORK for Standard and Non -Standard Hours • A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. If Vendor proposes different coefficient(s) for different Texas regions (1-20) or other states, Vendor must clearly specify the coefficient(s) and region(s)/state(s) to which each coefficient applies. • Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non - Standard Hours"). 48. Coefficient for Site Work, including but not limited to drainage, site prep work, and related site work Standard Hours as listed in RSMeans Cost Data Book. 49. Coefficient for Site Work, including but not limited to drainage, site prep work, and related work Non - Standard Hours as listed in RSMeans Cost Data Book. Proposal Forms CONST v.01.07.2020 Page 45 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com Section V: Artificial/Synthetic Turf Testing, Evaluation and Related Services 50. Discount (%) off catalog/pricelist for Artificial/ Synthetic Turf Testing Services. 51. Discount (%) off catalog/pricelist for Artificial/ Synthetic Turf Evaluation Services. 52. Discount (%) off catalog/pricelist for Artificial/Synthetic Turf Repair Services. 53. Discount (%) off catalog/pricelist for Clean, Groom, and Disinfect Services of Artificial/Synthetic Turf. 54. Discount (%) off catalog/pricelist for G -Max Testing Services. 55. Discount (%) off catalog/pricelist for All Other Artificial/Synthetic Turf Related Services. Proposal Forms CONST v.01.07.2020 Page 46 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 • buyboard.com REQUIRED FORMS CHECKLIST (Please check (V) the following) O Completed: Proposer's Agreement and Signature O Completed: Vendor Contact Information O Completed: Felony Conviction Disclosure and Debarment Certification O Completed: Resident/Nonresident Certification O Completed: No Israel Boycott Certification O Completed: No Excluded Nation or Foreign Terrorist Organization Certification O Completed: Historically Underutilized Business (HUB) Certification) O Completed: Construction Related Goods and Services Affirmation O Completed: Deviation/Compliance O Completed: Location/Authorized Seller Listings O Completed: Manufacturer Dealer Designation El Completed: Texas Regional Service Designation O Completed: State Service Designation O Completed: National Purchasing Cooperative Vendor Award Agreement El Completed: Federal and State/Purchasing Cooperative Experience O Completed: Governmental References O Completed: Marketing Strategy O Completed: Confidential/Proprietary Information LI Completed: Vendor Business Name with IRS Form W-9 O Completed: EDGAR Vendor Certification O Completed: Proposal Invitation Questionnaire O Completed: Proposal Specifications and Manufacturer Authorization Letters (Discount (%) off Catalog/Pricelist and/or other required pricing information including Catalogs/Pricelists (or no bid response) must be submitted with proposal response or response will not be considered. O Completed: Required Forms Checklist Proposal Forms CONST v.01.07.2020 Page 47 of 69 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Jelco Information Address: 1109 Regal Row Austin, TX 78748 Phone: (512) 282-5256 Fax: (512) 282-4070 By submitting your response, you certify that you are authorized to represent and bind your company. Jon Springer jon@jelcogyms.com Signature Email Submitted at 11/19/2020 9:39:47 AM Requested Attachments BuyBoard Proposal Invitation No. 641-21 Indoor/Outdoor Sports Completed Proposal 641-21.pdf Surfaces, Repair and Renovation, and Gym Floor Refinishing REQUIRED - In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Catalog/Pricelist 2021 Pricing.xlsx REQUIRED - In PDF format, upload catalog/pricelist in proposal invitation instructions. File size must not exceed 100MB.(Please DO NOT password protect uploaded files.) Manufacturer Authorization Letter(s) Manufacturer Authorization Letters.pdf REQUIRED - Upload Manufacturer Authorization Letter(s)in PDF format. Manufacturers responding to this proposal invitation, in lieu of an authorization letter, must submit a response on company letterhead explaining that the company is a manufacturer of products proposed. Dealers responding to this Proposal Invitation should submit an approval letter from each manufacturer. IRS Form W-9 Request for Taxpayer Identification Number and Certification W-9.pdf REQUIRED - In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Detailed Information and Exceptions Related to Services Buyboard exclusions.pdf In PDF format, define the services that are proposed to be provided and attach detailed information including exceptions to pricing or discount percentage, NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL WILL NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) Addendum No. 1 Addendum No 1 641-21.pdf REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Addendum No. 2 Addendum No 2 641-21.pdf REQUIRED - In PDF format, upload addendum document available for download at vendor.buyboard.com including any additional pages, as necessary. (Please DO NOT password protect uploaded files.) Bid Lines Page 3 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - FOOTBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for football synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $9.75 Total: $9.75 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sporturf Fast Grass AT755 Page 4 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - BASKETBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for basketball synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $8.35 Total: $8.35 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure DynaForce 6mm base 2mm Page 5 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - BASEBALL SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for baseball synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $9.75 Total: $9.75 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sporturf Fast Grass AT755 Page 6 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 4 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - TRACK SYNTHETIC INDOOR Sports Surfaces Products - price per square yard (including installation) for track synthetic sports surfaces products for indoor use. UOM: Square Yard No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 7 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 5 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - TENNIS SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for tennis synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $2.25 Total: $2.25 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sport Master Page 8 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 6 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - SOCCER SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for soccer synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $9.75 Total: $9.75 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sporturf Fast GrassAT755 Page 9 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 7 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - All OTHER SYNTHETIC INDOOR Sports Surfaces Products - price per square foot (including installation) for all other types of synthetic sports surfaces products for indoor use. UOM: Square Foot Price: $8.35 Total: $8.35 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure DynaForce 6mm mat 2mm Page 10 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 8 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - All WOODEN INDOOR Sports/Performances Surfaces Products - price per square foot (including installation) for all types of wooden sports surfaces products for indoor use. UOM: Square Foot Price: $9.95 Total: $9.95 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Aacer Flex w/ 2nd maple Page 11 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 9 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - FOOTBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for football synthetic sports surfaces products for outdoor use. UOM: Square Foot No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 12 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 0 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - BASKETBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for basketball synthetic sports surfaces products for outdoor use. UOM: Square Foot Price: $2.25 Total: $2.25 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sportmaster Page 13 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 1 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - BASEBALL SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for baseball synthetic sports surfaces products for outdoor use. UOM: Square Foot No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 14 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 2 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - TRACK SYNTHETIC OUTDOOR Sports Surfaces Products - price per square yard -(including installation) for track synthetic sports surfaces products for outdoor use. UOM: Square Yard No B►d Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response 2. Attribute deleted as part of an Addendum Page 15 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 3 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - TENNIS SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for tennis synthetic sports surfaces products for outdoor use. UOM: Square Foot Price: $2.25 Total: $2.25 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Sportmaster Page 16 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 4 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - SOCCER SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for soccer synthetic sports surfaces products for outdoor use. UOM: Square Foot No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 17 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 5 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - All OTHER SYNTHETIC OUTDOOR Sports Surfaces Products - price per square foot (including installation) for all other types of synthetic sports surfaces products for outdoor use. UOM: Square Foot No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 18 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 6 Section I: Sports Surfaces (Indoor and Outdoor) - PRODUCTS INCLUDING INSTALLATION - All -NATURAL GRASS OUTDOOR Sports Surfaces Products - price per square foot (including installation) for all types of natural grass sports surfaces products for outdoor use. UOM: Square Foot No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure No response Page 19 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 7 Section II: Wooden Gym and Stage Floors Refinishing - PRODUCTS INCLUDING INSTALLATION - Wooden Gym and Stage Floors Refinishing - per square foot price for all types of refinishing of wooden gymnasium and stage floors including all labor, materials, supplies and equipment. UOM: Square Foot Price: $1.50 Total: $1.50 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate" Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). • For manufacturer's that sell direct, the Cooperative will only consider proposal responses from the manufacturer. • For manufacturers that sell through a dealer network, the Cooperative will only consider proposal responses from dealers with written documentation from the manufacturer authorizing the dealer to submit on their behalf. • MANUFACTURERS RESPONDING TO THIS PROPOSAL INVITATION MUST PROVIDE LIST OF ALL APPROVED INSTALLERS. Item Attributes 1. List Name of Product(s) Proposed per Unit of Measure Bona Sport Seal/Poly Page 20 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 8 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Football Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 21 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 1 9 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Football Sport Surfaces, Non -Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 22 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2 0 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Football Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 23 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2 1 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Football Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 24 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 2 2 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Basketball Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient Repair Floor Damage Page 25 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 2 3 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Basketball Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.07 Total: $1.07 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient Repair Floor Damage Page 26 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 2 4 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Basketball Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient Grinding Repair 2. Attribute deleted as part of an Addendum Page 27 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 2 5 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Basketball Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.07 Total: $1.07 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient Grinding Repair 2. Attribute deleted as part of an Addendum Page 28 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2 6 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Baseball Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum Page 29 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 2 7 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Baseball Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum 2 8 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Baseball Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 30 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum 2 9 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Baseball Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum Page 31 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3 U Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Track Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum 3 1 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Track Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 32 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum 3 2 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Track Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 2. Attribute deleted as part of an Addendum Page 33 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3 3 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Track Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 3 4 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Tennis Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 34 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient Grinding, repair leveling 3 5 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Tennis Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.10 Total: $1.10 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient Grinding, repair leveling Page 35 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3 6 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Tennis Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient grinding repair leveling 3 7 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Tennis Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.10 Total: $1.10 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 36 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient grinding repair leveling 3 8 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Soccer Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 37 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 3 9 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Indoor Soccer Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 4 0 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Soccer Sport Surfaces, Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 38 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response d'%- Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of Outdoor Soccer Sport Surfaces, Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 39 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 4 2 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All Wooden Indoor Sports/Performances Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient repair install 4 3 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All -Natural Grass Outdoor Sports Surfaces as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 40 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response 4 4 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All Other Indoor Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient plastic tile vinyl Page 41 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 4 5 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All Other Indoor Sport Surfaces, Non -Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.10 Total: $1.10 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient plastic tile vinyl 4 6 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All Other Outdoor Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 42 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response 4 7 Section III: Sports Surfaces (Indoor and Outdoor) - Coefficient for Repair/Renovation Work of All Other Outdoor Sport Surfaces, Non -Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response Page 43 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 4 8 Section IV: Site Work - Coefficient for Site Work, including but not limited to drainage, site prep work, and related site work Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient No response 4 9 Section IV: Site Work - Coefficient for Site Work, including but not limited to drainage, site prep work, and related site work Non -Standard Hours as listed in RSMeans Cost Data Book. UOM: Coefficient No Bid Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 44 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient No response 5 0 Section V: Artificial/Synthetic Turf Testing, Evaluation and Related Services - Discount (%) off catalog/pricelist for Artificial/ Synthetic Turf Testing Services. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response 5 1 Section V: Artificial/Synthetic Turf Testing. Evaluation and Related Services - Discount (%) off catalog/pricelist for Artificial/ Synthetic Turf Evaluation Services. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response Page 45 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 5 2 Section V: Artificial/Synthetic Turf Testing, Evaluation and Related Services - Discount (%) off catalog/pricelist for Artificial/ Synthetic Turf Repair Services. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response 5 3 Section V: Artificial/Synthetic Turf Testing. Evaluation and Related Services - Discount (%) off catalog/pricelist for Clean, Groom, and Disinfect Services of Artificial/Synthetic Turf. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response Page 46 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 5 4 Section V: Artificial/Synthetic Turf Testing, Evaluation and Related Services - Discount (%) off catalog/pricelist for G -Max Testing Services. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response 5 5 Section V: Artificial/Synthetic Turf Testing, Evaluation and Related Services - Discount (%) off catalog/pricelist for All Other Artificial/Synthetic Turf Related Services. Catalog/Pricelist MUST be included or proposal will not be considered. (Line excluded from response total) No Bid Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist No response Page 47 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 5 6 Section VI: Site Work - Coefficient for Non -Pre -Priced Work of Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $0.92 Total: $0.92 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Item Attributes 1. Detailed Information on Coefficient repair install demo 5 7 Section VI: Site Work - Coefficient for Non -Pre -Priced Work of Sport Surfaces, Non -Standard Hours, as listed in RSMeans Cost Data Book. UOM: Coefficient Price: $1.10 Total: $1.10 Item Notes: COEFFICIENT FOR REPAIR AND RENOVATION OF SPORTS SURFACES for Standard and Non - Standard Hours A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non -Standard Hours"). Page 48 of 49 pages Vendor: Jelco 641-21 Addendum 2 ocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Item Attributes 1. Detailed Information on Coefficient repair install demo Response Total: $77.13 Page 49 of 49 pages Vendor: Jelco 641-21 Addendum 2 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 804-211-5454 • www.buvboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM No. 1 Proposal Invitation No. 641-21 Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing orts Surfaces, The following addenda are efinishin ssued to and shall hall become a permanent part of the Proposaosal Invitation 641-21, Indoor and l Invitation t tion document: epair and Renovation, and Gym Floor 9, 1. ADDENDA TO GENERAL INFORMATION: The following items, Unit Price Book and Proposer's Coefficient and Non - Pre -Priced Work, are added to the General Information section of the Proposal Invitation. UNIT PRICE BOOK AND PROPOSER'S COEFFICIENT For this Proposal Invitation, the unit price book will be the current calendar year issue of the RSMeans Facilities Construction Cost Data Book with updates as applicable ("Unit Price Book"). The Proposer's Coefficient is the price multiplier that the Vendor proposes to be applied to the Unit Price Book ("Proposer's Coefficient"). Much of the work may be performed during normal operating hours. However, as is typical with educational or other public facilities work, other work hours may be necessary. Vendors submitting a Proposal are required to submit Proposer's Coefficients for both Standard and Non -Standard Hours as defined in this Proposal Invitation. A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book(s). Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the unit price book. Coefficient factors are to be carried no further than two (2) decimal places. If Vendor proposes different coefficient(s) for different Texas regions or other states, Vendor must clearly specify coefficient(s) per region(s)/state(s) to which each coefficient applies either in the Proposal specifications or as an attachment to the Proposal Specification Form. Vendors shall propose a Proposer's Coefficient that is a net decrease from or increase to the "Total Including O&P" costs column in the Unit Price Book, and not the "Bare Total" column. If necessary, the "Total Including O&P" shall also be adjusted for the nearest city, and not the national average listed in the Unit Price Book. Proposer's Coefficient shall be carried to two (2) decimal places only. NON -PRE -PRICED WORK For work to be performed based on a Proposer's Coefficient, work items that are not listed or materially differ from line items in the Unit Price Book shall be considered "Non -Pre -Priced Work." Vendors shah address Non -Pre -Priced Work as follows: (1) For tasks that are not specifically included in the Unit Price Book (but are within the basic intent and general scope of the Contract), Vendor shall calculate the price by applying Proposer's Coefficient to the nearest fair and reasonable Unit Price Book description and cost which can be agreed to by the Vendor and the Cooperative member which satisfies the fit, form and function philosophy of the work to be performed. (2) For tasks which are included in the Unit Price Book but differ materially from those ordinarily encountered, a Vendor seeking to make an adjustment to the cost from the Unit Price Book must submit cost documentation tothe Cooperative member prior to issuance of the final quote including justification and descriptive and supportive documentation. Unless otherwise agreed by the Cooperative member in writing in advance, a minimum of three quotes shall be provided. Written approval must be received from the Cooperative member to exercise this option. Addendum No. 1, Proposal Invitation No. 641-21 Page 1 of 3 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Board" Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 ' www.buvboard.com (3) If materials specified for a specific task exceed the unit material bare cost in the Unit Price Book by more than 1.5 times, the Vendor may request adjustments of the bare cost. In these instances, copies of at least three competitive materials vendor quotations must be submitted to the Cooperative member to substantiate material costs in excess of the Unit Price Book. (If approved by the Cooperative member in writing in advance, Vendor may propose only two such quotes.) The Vendor shall be required to provide copies of invoices and proof of payment when requested by the Cooperative member. These negotiations must precede the authorization for the work and will not be allowed on a change order basis. In these instances, the Vendor shall be reimbursed at 10% above the invoice cost unless a different reimbursement value is agreed upon in writing by Vendor and Cooperative Member. Ail such exceptions for Non -Pre - Priced Work require the written approval of the Cooperative member before any work is performed. An asterisk shall precede any modified task description for Non -Pre -Priced Work. Justification, descriptive and supportive documentation must be provided by the Vendor for all Non -Pre -Priced work. 2. ADDENDA TO PROPOSAL SPECIFICATIONS: Line items 1-49 have been updated in the electronic proposal submission system. This update provides required data/text fields that are associated with the required pricing information to be submitted by vendors. New Section VI and Line items 56 and 57 below are added to the Proposal Specifications for this Proposal Invitation. Vendors must review and complete the Proposal Specification information in the electronic proposal submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely request and complete the Proposal Specification Form in accordance with the Instructions to Proposers). Section VI: Sports Surfaces (Indoor and Outdoor) COEFFICIENT FOR NON -PRE -PRICED WORK FOR SPORTS SURFACES, Standard and Non -Standard Hours - A coefficient proposed should be the price multiplier that vendor proposes to be applied to the Unit Price Book as defined in this Proposal Invitation and listed in the Proposal Specifications. Coefficients shall be "net" (e.g. 1.0) or a percentage "decrease from" (e.g. 0.95) or "increase from" (e.g. 1.21) the unit prices listed in the Unit Price Book. Coefficient factors are to be carried no further than two (2) decimal places. If Vendor proposes different coefficient(s) for different Texas regions (1-20) or other states, Vendor must clearly specify the coefficients) and region(s)/state(s) to which each coefficient applies. • Vendors shall be prepared to pursue the contracted tasks during the standard working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday ("Standard Hours"). Hours other than Standard hours shall be considered non-standard hours ("Non - Standard Hours"). 56. Coefficient for Non -Pre -Priced Work of Sport Surfaces, Standard Hours, as listed in RSMeans Cost Data Book. 57. Coefficient for Non -Pre -Priced Work of Sport Surfaces, Non -Standard Hours, as listed in RSMeans Cost Data Book. Addendum No. 1, Proposal Invitation No. 641-21 Page 2 of 3 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 Board@ Cooperative Purchasing 12007 Research Boulevard ' Austin, Texas 78759-2439 PH: 800-695-2919 ' FAX: 800-211-5454 ' www.buvboard.com Please sign and return one copy of this Addendum with your proposal as verification of your receipt and compliance with the information contained in this Addendum. Company Name: Jellison Inc. dba Jelco Address: PO Box 151085 Austin, TX 78715 Signature of Authorized Company Official: / Title: President Telephone Number: 512-282-5256 Date: 11/12/2020 Addendum No. 1, Proposal Invitation No. 641-21 Page 3 of 3 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Boards Cooperative Purchasing 12007 Research Boulevard • Austin, Texas 78759-2439 PH: 800-695-2919 ' FAX: 800-211-5454 ' www.buvboard.com THE LOCAL GOVERNMENT PURCHASING COOPERATIVE ADDENDUM No. 2 Proposal Invitation No. 641-21 Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing The following addenda are issued to Proposal Invitation 641-21, Indoor and Outdoor Sports Surfaces, Repair and Renovation, and Gym Floor Refinishing, and shall become a permanent part of the Proposal Invitation document: ADDENDA TO PROPOSAL SPECIFICATIONS; 1. Line item 9 has been updated in the electronic proposal submission system to align with the information provided in the Proposal Specification Summary. Please sign and return one copy of this Addendum with your proposal as verification of your receipt and compliance with the information contained in this Addendum. Company Name: Jellison Inc. dba Jelco Address: PO Box 151085 Signature of Authorized Company Official: Title: President Telephone Number: 512-282-5256 Date: 11/12/2020 Addendum No. 2, Proposal Invitation No. 641-21 Page 1 of 1 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 AUTHORIZED INSTALLER SPORT SURFACES iip Ala SponMaster° PO Box 2271 Sandusky, Oho 44870 Phone: 419 6264375 Toll Free 80x395 -73251U S FAX. 419-626-5477 Jelco — Austin, TX Factory Authorized Installers of SportMaster Sport Surfacing Systems SportMaster' Sport Surfaces are 100% acrylic and available throughout the world at SealMaster• locations and select distributors. SportMaster' has been the choice of surfacing professionals and players for over 30 years. A full range of surfacing systems from standard tennis & basketball, in -line skate, multi -purpose, track, and cushioned surfaces make up the SportMaster product line. The International Tennis Federation (ITF) has classified SportMaster` Sport Surfaces under their pace rating system for multiple speeds of play, and the United States Professional Tennis Association (USPTA) recognizes SportMaster" as their official surface. SportMaster" is equal to or better than all mainstream, 100% acrylic coating systems on the market. Jeff Gearheart — Director of SportMaster Sport Surfaces Leff@sportmaster.net • www.sportmaster.net SpartMatter- 5PORT SURFACES DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 SPORTURF To Whom It May Concern: Controlled Products, LLC manufactures Jelco Gyms synthetic grass systems. This is to certify that Jelco Gyms is authorized to sell these and any of the synthetic turf products manufactured by Controlled Products, LLC to the end consumer. Sincerely, Scott Lowrie President and CEO Controlled Products, LLC 200 Howell Drive, Dalton, GA 30721 (706) 277-1800 TOLL FREE 800-562-4492 FAX (706)277-1842 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 AACER November 17, 2020 Mr. Jared Jellison Jelco Gym Floors 11405 Conroy Lane Manchaca, TX 78652 RE: Aacer Certified Installer Jelco Gym Floors, Manchaca, TX Dear Jared: This letter certifies Jelco Gym Floors of Manchaca, Texas is an approved authorized and qualified sport floor contractor dealer/installer with Aacer sport flooring systems of Aacer Flooring of Peshtigo, Wisconsin. They are also an approved MFMA (Maple Flooring Manufacturer's Association) and certified floor installer with Aacer Flooring and have passed the following criteria for certification for the state of Texas. This letter also certifies the sport flooring materials will meet and exceed in compliance with specification. Aacer Flooring is a certified mill member of the Maple Flooring Manufacturer's Association (MFMA,) and is in good standing and has fulfilled all inspection requirements since our initial petition for membership in 1998. Our MFMA mill number is #97. The certified number is engraved on the back of every maple strip flooring board. If you have any questions or need further information, please feel free to call me. Sincerely, Rose M. Pagel Southern Reg. Sales Manager P.O. BOX 151 970 OGDEN ROAD PE5HTIGO, WI 54157 PHONE: 877.582.1181 FAX: 715.582.1182 AACERFLOORING.COM DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836C28 Pearland Parks & Recreation Purchase Order Request Form All purchases orders should be submitted 3 -weeks prior to the date needed Fill out this form front and back, if you do not have relevant information, write NA. Requested By: Mychal Mitchell Date PO Submitted: Vendor Name or Contractor: Cooperative Group: Jelco BuyBoard Contract #: 641-21 Vendor #: 2.3.23 8753 Resolution #: Description of Purchase (what is it, what is it for; any special instructions if needed): Removal of damaged hardwood floors as a result of the December 2022 winter freeze and installation of new maple hardwood floors P/ease ensure that the math is totaled correctly and reflects the quote. Quantity Unit of Measure Description Price per Unit Total 3,882.00 remove/dispose existing maple flooring I $1.6500 $ 6,405.3000 3,882.00 Installation $12.6500 $ 49,107.3000 $ 0.0000 $ 0.0000 $ 0.0000 $ 0.0000 $ 0.0000 $ 0.0000 Freight $0.0000 Total $ 6,405.3000 Charge to Account Number: Project Code: 700-150-100.5410.200 DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 PO Request Checklist Please review the checklist below and click the check the acknowledgement box and digitally sign at the bottom. Basic Preparation • Is there funding available? • Will a transfer be required? • If yes, provide account numbers. o Account From o Account To ■ Did I submit my PO three -weeks prior to date needed? Obtaining Quotes and Supporting Documents ■ Is the purchase under $3,000? • Have you researched and looked for the best price? • Have you included your 1 quote or more? • Is the purchase over $3,000? • If yes, are three quotes included? • Is a HUB form included? (Pearnet>Self Service>Forms>Purchasing>Hub Form - Fillable) • Is it $25K-$49,999? • If yes, did you go through the bidding process? • Have you provided backup documentation? ■ Is it $50K or More? • If yes, did you go through the bidding process? • Did Council approve it? • Do you have a resolution number? • Have you provided backup documentation? • Is it a cooperative purchase? Click here to see list. • If so, is the cooperative group listed? • Is the contract # listed? • Is the contract included? • Is work being performed in a City facility or property? • If so, is there a general service contract? Insurance? • If it's a contract (non -general service), has it been reviewed by legal? • Is this a single -source or a sole -source? • If yes, have you provided the vendor letter? ri I acknowledge that I have read through the checklist and provided all documentation required per the City of Pearland's Purchasing Policies and Procedures and have followed the deadlines. Signature 2.3.23 Date Submitted DocuSign Envelope ID: 3A3FD4F6-A4AF-4591-B7D3-799648836O28 CITY OF PEARLAND HUB COMPLIANCE AND QUOTATION FORM Section I - General Information (Section Required) (A) Date: I 2/3/2023 (B) Department: I Parks & Recreation (C) Requested By: Mychal Mitchell (D) Description of Goods] Removal and installation of floor (E) Total Amount of Purchase:I $55,512.60 (F) G/L Account #: 1700-150-100.5410.200 Jelco #8753 (G) Name of vendor or contractor recommended: ❑ (H) The following Brazoria County Historically Underutilized Businesses were purchase: identified and contacted concerning this HUB #1 HUB #2 ❑(I) No applicable Brazoria County HUB's were identified from the Texas Comptroller website; therefore, the City is exempt from HUB contact requirements for this purchase. Section II - HUB Contact Documentation- Sole Source Only (Section Required) In compliance with Chapter 252.0215 of the Texas Local Government Code, the department originating this purchase requisition certifies that: ❑ (J)This purchase is exempt from HUB contact requirements because it is covered under General Exemption letter (Refer to the instructions for a list of the General Exemptions) Section III. - Documentation (Section Required) Competitive quotations are required for single source purchases. Justification must be included for sole source purchases. Cooperative purchase must include Cooperative Contract and approval by Purchasing. (K) (L) (M) Cooperative Purchase? Sole Source? (Letter) Single Source? (Quotes) Yes Cooperative Group: ❑ Yes ❑ Yes BuyBoard Contract#: 641-21 Quotation #1 Quotation #2 Quotation #3 Quotation #4 (N) Name of Company Jellison Inc dba Jelco QHF Sports Pilot Roofing (O) Telephone Number 512.826.1241 512.754.9077 832.814.1878 (P) Contact Person Jared Jellison Craig Phillips Nick Verlinden (Q) Total Price Quoted $55,512.60 $88,300 NO BID (R) Delivery N/A N/A N/A (S) Justification for sole source or recommendation of vendor other than low quote (attach additional sheets if necessary). After meeting with all vendors onsite, Jellison Inc dba Jelco met all requirements for maple hardwood floor replacement/repair at the lowest cost to the City. Jelco was also the original vendor to install the hardwood floors. QHF Sports quote far exceeded Jelco and Pilot Roofing failed to submit a bid for repairs. Does local vendor seek local bidder preference for price comparison as allowed in section 2.25 of the Purchasing Policy and Procedures manual? No If yes, attach completed local preference claim form to this HUB document. Signature 2/3/2023 Date Revised 01/28/2022