Loading...
HomeMy WebLinkAboutAgenda_GGAF_10.24.2018Notice of Meeting for the General Gov ernment and Finance Adv isory Board of the City of Georgetown October 24, 2018 at 4:30 PM at Library: Friends Room 218 located at 402 West 8th Georgetown, Tx The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City Sec retary's Office, at leas t three (3) days prior to the sc hed uled meeting d ate, at (512) 930-3652 o r City Hall at 113 Eas t 8th Street fo r add itional info rmation; TTY us ers ro ute through Relay Texas at 711. Legislativ e Regular Agenda A Review draft minutes fro m the Oct 3, 2018 General Go vernment and Financ e Advis o ry Bo ard meeting- Amy Janec ka B Co nsideration and possible actio n fo r the approval to purchas e vehic les and eq uipment in the amount o f $2,372,945. Stan Hohman, F leet Services Manager C Co nsideration and possible actio n to approve an agreement for the sale of retired Cisc o brand ed telep hones to Curvature LLC -Chris Bryc e, IT Directo r; James Davis , IT Op erations Manager D Co nsideration and possible actio n to approve an Interloc al Agreement to p urc has e IT sec urity s ervic es through the Texas Department of Information R es o urc es (DIR). Chris Bryc e, IT Direc tor E Co nsideration and possible actio n to approve an award of a Blanket Agreement with Gulf Coast Pap er Co mp any to p ro vide cus todial s upplies and equip ment through the BuyBoard Contrac t #569-18 in an amount not to exceed $110,000, and to ratify $95,345 of p revious exp end itures for s imilar purchas es fro m Gulf Co as t P ap er Co mp any purs uant to the BuyBo ard c o ntract #490-15 - Ros emary Led es ma, Purc hasing Manager. CERTIFICATE OF POSTING I, Shelley No wling, C ity S ecretary fo r the C ity of Geo rgeto wn, Texas , d o hereby c ertify that this Notice of Meeting was p o s ted at City Hall, 113 E. 8th Street, a p lace read ily acc es s ible to the general p ublic at all times , on the ______ d ay o f __________________, 2018, at __________, and remained so p o s ted fo r at leas t 72 c o ntinuo us ho urs p receding the sc heduled time o f s aid meeting. ____________________________________ S helley No wling, City Sec retary Page 1 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 24, 2018 SUBJECT: Review d raft minutes from the Oc t 3, 2018 General Government and Financ e Ad vis ory Board meeting- Amy Janec ka ITEM SUMMARY: FINANCIAL IMPACT: N/A SUBMITTED BY: Amy Janec ka, Bo ard Liais o n ATTACHMENTS: Description Type DRAFT meeting minutes , Oct 3 2018 Backup Material Page 2 of 80 Minutes of Meeting of the GENERAL GOVERNMENT AND FINANCE ADVISORY BOARD (GGAF) City of Georgetown, Texas October 3, 2018 The General Government and Finance Advisory Board met on Wednesday, Oct 3, 2018 at 4:30 PM in Friends Room 218 of the Library, located at 402 West 8th Street, Georgetown, Texas. The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the City Secretary’s Office, at least three (3) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711. Board Members Present: City Staff Present: Tommy Gonzalez, Chair Kevin Pitts David Morgan, City Manager Laurie Brewer, Assistant City Manager Chere’ Heintzmann, Secretary Stu McLennan Leigh Wallace, Finance Director Elaine Wilson, Controller Chris Bryce, IT Director Greg Berglund, Assistant IT Director James Davis, IT Operations Coordinator Tadd Phillips, HR Director Laura Maloy, Assistant HR Director Skye Masson, Assistant City Attorney Joan Kiefer, Business System Analyst Rosemary Ledesma, Purchasing Manager Danella Elliott, Executive Assistant Amy Janecka, Finance Admin Others present: Mike Riffel, representative from Plante Moran Phone conferencing in for item E: Jack Kristan, representative from Plante Moran Bryan O’Neil, representative from Plante Moran Legislative Regular Agenda A Call to Order Tommy Gonzalez, Chair called the meeting to order at 4:30 p.m. B Review minutes from the August 29, 2018 General Government and Finance Advisory Board Meeting - Amy Janecka, Board Liaison The Board did not have any comments regarding the minutes from the August 29, 2018 General Government and Finance Advisory Board meeting. Motion to approve the minutes by Kevin Pitts, second by Chere’ Heintzmann. Approved 4-0 Page 3 of 80 C Discussion and possible recommendation to approve agreements with Workday and Sierra Cedar for the acquisition, implementation, licensing, training, customer success and delivery assurance of an Enterprise Resource Planning system in the amount of $6,101,317 -Leigh Wallace, Finance Director Leigh Wallace, Chris Bryce, and Tadd Phillips gave a recap presentation on the process that has taken place to vet and select a vendor, the results of contract negotiations, and the next steps that need to be taken for implementation. It was also noted that the IT fund had some one time savings from FY2018 specifically for this project that were not used. With Council approval, Leigh plans to move the one time savings to the FY2019 capital projects line to have it available for project contingency. Positive feedback was given from Tommy Gonzalez on the work that has been done in preparing to move to an ERP system and he is very comfortable moving forward. Tommy stated it would be nice to see the resume of the ERP Project Manager who was selected and he recommended including it in presentations going forward. Tommy also brought up the point that people may use both the old and new system in the beginning due to lack of trust for the new system and suggested incentives for fully transitioning to the new ERP system. Stu McLennan also had positive feedback on the process used to prepare for this change and the future plans for implementation, particularly the plans to hire an ERP Project Manager. He asked about other groups being included in the system such as Municipal Court and PD. Laurie Brewer clarified that Municipal Court is not in need of moving to a new system and Chris Bryce clarified that PD is included. Stu also asked about the ERP staff working remotely to reduce travel costs. Chris verified that they will be working remotely when they are able to. Other questions from the board included backwards data capability for all the old data and asset management. Leigh informed the group of the plan to move all data that is needed and store everything else that does not need to be in Workday in order to reduce the costs. Currently, the city has a separate vendor for asset management and that system will integrate with the ERP system general ledger. Chere’ had minimal comments on 2 areas of the contract wording and will get with the Assistant City Attorney on the specific wording she has comments on. It was agreed that since the edits would be very minor, the motion would not be contingent upon the edits. Any edits resulting from Chere’s comments that are approved by legal will be considered acceptable. Motion to approve these agreements with Workday and Sierra Cedar was made by Tommy Gonzalez, with flexibility for minor changes from the legal department as long as they are approved by staff. Second by Kevin Pitts. Approved 4-0. D Consideration Discussion and possible recommendation to approve hiring an ERP Project Manager utilizing the Texas Department of Information Resources (DIR) Information Technology Staff Augmentation Contract (ITSAC) with GTS Technology Solutions in the amount of $390,000 - Leigh Wallace, Finance Director This item was discussed in conjunction with item C above. No further questions or comments were made. Kevin Pitts motioned to approve, second by Stu McLennan. Approved 4-0. E Review and discussion of the citywide risk assessment report – Laurie Brewer, Assistant City Manager Jack Kristan and Bryan O’Neil conferenced into the meeting via phone. Laurie Brewer gave a presentation on why the City conducted a risk assessment, the methodology and the results. Tommy Gonzalez asked about the number of credit cards that are issued and the need for an audit to possibly reduce that number. David Morgan let everyone know that this has been an ongoing process. Questions were also asked about petty cash use, which Laurie Brewer verified is still needed on a small scale. Tommy suggested checking in on our goals at least semiannually to ensure we are not falling behind on goals. Laurie let everyone know that this report will be incorporated into the annual budget process. Page 4 of 80 Tommy Gonzales suggested to add it to the unfunded liabilities list as well since they are similar in nature. Motion to adjourn by Stu McLennan at 6:00pm, second by Chere’ Heintzmann, approved 4-0. __________________________________ ____________ Tommy Gonzalez Date Board Chair __________________________________ ____________ Chere’ Heintzman Date Board Secretary __________________________________ ____________ Amy Janecka Date Board Liaison Page 5 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 24, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion for the ap p ro val to p urc hase vehicles and equip ment in the amo unt o f $2,372,945. S tan Ho hman, Fleet S ervic es Manager ITEM SUMMARY: These vehicles will be p urc hased thro ugh a p ublic bid and cooperative p urc has ing agreements . They have b een inc luded in the 2018/19 Annual Budget as b eing either rep lacement o f exis ting vehic les within the Fleet o r as new add itions . The vehicles and equip ment to be p urc hased in this item inc lude: 12 P ickups, two of which have gaseous engine p rep pac kages for the ability to c o nvert to p ro p ane. 1 Animal Contro l P ickup 1 Hyb rid sedan 2 Utility bed truc ks 1 Dump bed truc k 3 Und ercover Polic e Utility Vehicles 7 Marked Polic e Utility Vehic le 1 Und ercover Polic e P ickup 1 Elec tric Department Bucket Truck 1 Truck Mounted Sewer Cleaner 1 Wo o d /Brus h C hipper 1 Water Valve Exercis er 1 Trac tor and Bat Wing Mower 1 Street Sweeper 1 Street Crac k S ealing Mac hine 1 Mechanic al Sweep er 1 As p halt Roller Out of the 37 units reques ting p urc hase ap proval, 24 of thes e are rep lacements and 13 are new ad d itions . FINANCIAL IMPACT: These vehicles were approved and bud geted fo r in the 2018/19 Fleet Bud get. Fund Imp acts : Fleet Rep lacement IS F $682,566.94 Pub lic Safety $648,934.05 General Fund $32,619.47 Joint Services $26,539.00 Sto rm Water $328,233.94 Street Maintenanc e $413,154.97 Water $215,201.18 Informatio n Tec hnology $25,695.00 Page 6 of 80 SUBMITTED BY: Stan Hohman, Fleet S ervic es Manager ATTACHMENTS: Description Type Tabulation Sheet Backup Material Summary Backup Material Page 7 of 80 201845 2019 City Vehicles Fleet 12-Oct-18 ITEM#Silsbee Ford Ext. Cost Red McCombs Ext. Cost V e n d o r C BlueBonnet Ford Ext. Cost 1 1/2 ton 4x4 Ext cab short bed $26,539.00 $53,078.00 $29,546.00 $59,092.00 $30,099.00 $60,198.00 W/tool box (2 each) 2 1/2 ton ext cab short bed $24,374.00 $48,748.00 $26,738.00 $53,476.00 $27,839.00 $55,678.00 w/tool box (2 each) 3 1/2 ton ext cab short bed $23,805.00 $47,610.00 $26,063.00 $52,126.00 $26,989.00 $53,978.00 (2 each) 4 1/2 ton ext cab short bed $26,343.00 $26,343.00 $27,027.00 $27,027.00 $29,964.00 $29,964.00 w/gaseous prep and tool box 5 1/2 tone reg cab long bed $25,576.00 $25,576.00 $25,233.00 $25,233.00 $28,681.00 $28,681.00 W/gaseous prep and tool box Total:Silsbee:$201,355.00 Red Mcombs:$216,954.00 Bluebonnet:$228,499.00 FOR REFERENCE ONLY - This document summarizes responses received and information noted after a brief examination and is not intended to replace a complete detailed evaluation of each response Bid Invitation/RFP/RFQ No.: Division: Bid Opening/Due Date: Page 8 of 80 10/19/2018 2019 Vehicle/Equipment Purchase Vendor Description Unit Replacing Department Purchasing Contract Budgeted Price Fund Account line Disposition Silsbee 112-05 Water Services Public Bid $28,500.00 $26,539.00 Fleet ISF 520-5-0351-52-700 Auction $1,500 Silsbee Additional Engineering Public Bid $28,000.00 $26,539.00 Joint Services 520-5-0351-52-714 New Addition Silsbee Additional Water Services Public Bid $25,000.00 $24,374.00 Water 520-5-0351-52-717 New Addition Silsbee Additional Water Services Public Bid $25,000.00 $24,374.00 Water 520-5-0351-52-717 New Addition Silsbee 115-52 Metering Services Public Bid $26,500.00 $23,805.00 Fleet ISF 520-5-0351-52-700 Totaled Silsbee 115-54 Metering Services Public Bid $26,500.00 $23,805.00 Fleet ISF 520-5-0351-52-700 Auction $2,000 Silsbee Additional Water Services Public Bid $25,000.00 $26,343.00 Water 520-5-0351-52-717 New Addition Silsbee 110-02 Water Services Public Bid $25,000.00 $25,576.00 Fleet ISF 520-5-0351-52-700 Auction $2,000 Silsbee 106-32 Electric Services HGAC VE-11 $55,000.00 $51,644.60 Fleet ISF 520-5-0351-52-700 Auction $2,500 Silsbee Additional Animal Services HGAC VE-11 $40,500.00 $32,619.47 General 520-5-0351-52-713 New Addition Silsbee Additional Water Services HGAC VE-11 $65,000.00 $61,235.18 Water 520-5-0351-52-717 New Addition Silsbee Additional IT BuyBoard 521-16 $26,500.00 $25,695.00 IT 520-5-0351-52-718 New Addition Caldwell Country 550-33 Fire Tarrant County 2018-22 $45,000.00 $42,844.78 Fleet ISF 520-5-0351-52-700 Totaled Caldwell Country 550-40 Fire Tarrant County 2018-22 $45,000.00 $42,844.78 Fleet ISF 520-5-0351-52-700 Auction $1,200 Caldwell Country 550-41 Fire Tarrant County 2018-22 $45,000.00 $42,844.78 Fleet ISF 520-5-0351-52-700 Auction $1,200 Caldwell Country Additional Fire Tarrant County 2018-22 $25,500.00 $31,917.00 Bond 520-5-0351-52-705 New Addition Half ton, 4 door cab, short bed pickup Half ton, 4 door cab, short bed pickup Half ton, 4 door cab, short bed pickup Half ton, 4 door cab, short bed pickup Half ton, ext. cab, short bed pickup w/gaseous engine prep package Half ton, regular cab, long bed pickup w/gaseous engine prep package One ton diesel, ext cab, utility bed, single rear wheels truck w/cab window guard Three quarter ton, gas pickup w/animal control bed One ton diesel, single rear wheel truck w/cab window guard and crane Ford Fusion Hybrid sedan Half ton, ext. cab, short bed pickup 4WD Half ton, ext. cab, short bed pickup 4WD Half ton, ext. cab, short bed pickup w/tool box Half ton, ext. cab, short bed pickup w/tool box Half ton, ext. cab, short bed pickup Half ton, ext. cab, short bed pickup Page 9 of 80 Vendor Description Unit Replacing Department Purchasing Contract Budgeted Price Fund Account line Disposition Caldwell Country Police Interceptor utility marked vehicles Additional Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Additional (7) units 864-10 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool 864-17 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool 864-19 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool 864-30 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool 864-66 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool 864-67 Police BuyBoard 521-16 $57,500.00 $63,546.74 Bond 520-5-0351-52-705 Auction/Pool $1,500 Caldwell Country Police Interceptor utility undercover vehicles 864-113 Police BuyBoard 521-16 $39,000.00 $44,081.29 Bond 520-5-0351-52-705 Auction/Pool (3) units 864-114 Police BuyBoard 521-16 $39,000.00 $44,081.29 Bond 520-5-0351-52-705 Auction/Pool 864-129 Police BuyBoard 521-16 $39,000.00 $44,081.29 Bond 520-5-0351-52-705 Auction/Pool $2,000 Caldwell Country Police unmarked half ton pickup 864-128 Police Tarrant County 2018-22 $39,000.00 $39,946.00 Bond 520-5-0351-52-705 Auction/Pool $2,000 Altec AN55E-OC Bucket Truck 106-37 Electric Sourcewell 012418-ALT $181,000.00 $181,765.00 Fleet ISF 520-5-0351-52-700 Auction $7,500 Rush/CLS Isuzu/John Bean Sewer Cleaner 110-15 Water Services HGAC-521-16 $200,000.00 $154,698.00 Fleet ISF 520-5-0351-52-700 Auction $10,000 Vermeer Vermeer BC1800XL Wood Chipper 114-22 Streets BuyBoard 515-16 $67,000.00 $66,200.00 Fleet ISF 520-5-0351-52-700 Auction/Pool $5,000 Vermeer Vactron LP573 Valve Exerciser/hydroexcavator Additional Water Services BuyBoard 515-16 $78,000.00 $78,875.00 Water 520-5-0351-52-717 New Addition Unted Ag & Turf John Deere 5100 tractor andCX-15 bat wing mower Additional Storm Water BuyBoard 529-17 $76,000.00 $71,972.44 Storm Water 520-5-0351-52-715 New Addition Tymco International 4300/Tymco 600 Street Sweeper 114-05 Storm Water BuyBoard 515-16 $280,000.00 $256,261.50 Storm Water 520-5-0351-52-715 Auction $8,000 Crafco Crafco SS125DC street crack sealing machine 134-50 Streets BuyBoard 515-16 $75,000.00 $69,296.52 Street Maint.520-5-0351-52-716 Auction $2,000 Cooper Equipment Broce RCT-350 Rear engine mechanical sweeper 134-35 Streets BuyBoard 515-16 $75,000.00 $60,478.45 Street Maint.520-5-0351-52-716 Auction $1,500 Holt Cat CB10 - 10 ton asphalt roller Additional Streets BuyBoard 515-16 $152,000.00 $149,315.00 Street Maint.520-5-0351-52-716 New Addition Freightliner of Austin Freightliner 114SD with OX 15' dump body Additional Streets BuyBoard 521-16 $137,000.00 $134,065.00 Street Maint.520-5-0351-52-716 New Addition Account Totals Budgeted Budgeted Cost Difference Fleet ISF 520-5-0351-52-700 $944,897.00 Fleet ISF $744,500.00 $682,566.94 $61,933.06 Public Safety 520-5-0351-52-705 $1,609,000.00 Public Safety $584,000.00 $648,934.05 -$64,934.05 Electric 520-5-0351-52-712 $391,500.00 General Fund $40,500.00 $32,619.47 $7,880.53 General Fund 520-5-0351-52-713 $40,500.00 Joint Services $28,000.00 $26,539.00 $1,461.00 Joint Services 520-5-0351-52-714 $56,000.00 Storm Water $356,000.00 $328,233.94 $27,766.06 Storm Water 520-5-0351-52-715 $356,000.00 Street Maint.$439,000.00 $413,154.97 $25,845.03 Street Maint.520-5-0351-52-716 $463,800.00 Water $218,000.00 $215,201.18 $2,798.82 Water 520-5-0351-52-717 $233,000.00 IT $26,500.00 $25,695.00 $805.00 IT 520-5-0351-52-718 $26,500.00 Totals $2,436,500.00 $2,372,944.55 $63,555.45 $4,121,197.00 ON THIS SHEET Page 10 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 24, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion to approve an agreement fo r the s ale of retired C is co b randed telepho nes to C urvature LLC -Chris Bryc e, IT Direc tor; James Davis, IT Operatio ns Manager ITEM SUMMARY: This item is to req ues t approval of an agreement for the sale o f retired Cis c o brand ed telep hones to Curvature LLC . It would allow the City to s ell a c urrent lo t o f 194 Cis co Vo IP pho nes that have been retired fro m us e. C urvature LLC wo uld p ay the City $4,195.00 either as a c redit with Curvature or in the fo rm of a c hec k to the City. This is for approval to s ell the c urrent b atc h of p hones only. Any future equipment s ales wo uld b e brought b efo re GGAF and C ity Co uncil fo r approvals . IT staff c o ntac ted multip le c o mp anies fo r the s ale o f the p hones and Curvature p ro vided the best value: Company Trade-in Amount Offered Op tus Inc dec lined to bid CXTec $1,030 SHI dec lined to bid NetEquity dec lined to bid Curvature $4,195 Cisc o will take bac k, but no cred it o ffered The City’s Legal d ep artment has reviewed and ap p ro ved the attac hed As s et R ec overy Agreement. Purchas ing has reviewed the informal b id pro c es s and ap p ro ved the award to Curvature LLC. FINANCIAL IMPACT: A c red it o f $4,195 will be ap p lied to GL# 570-5-0641-51-151; or, the same amount will be credited to ward the purchas e o f new Cis c o pho nes fro m Curvature LLC. SUBMITTED BY: Chris Bryce, IT Directo r; James Davis , IT O p erations Manager ATTACHMENTS: Description Type COG As s et Recovery Agreement Backup Material Page 11 of 80 1 RevD 01.04.2018 ASSET RECOVERY AGREEMENT This Asset Recovery Agreement (this “Agreement”) is made this 8th day of October, 2018 by and between The City of Georgetown, Texas, a home rule municipal corporation, with an address at PO Box 409, Georgetown TX 78627 (the “Seller”), and Curvature LLC, with an address at 6500 Hollister Avenue, Santa Barbara, California 93117 (“Curvature”). WHEREAS, Curvature desires to purchase from Seller, and Seller desires to sell to Curvature the Equipment (as defined below) upon the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the foregoing recitals and of the mutual representations, warranties, covenants and obligations contained herein, and for other good and valuable consi deration, the receipt and sufficiency of which are hereby acknowledged, the parties hereby agree as follows: 1. Sale of Equipment. Seller hereby agrees to sell to Curvature, and Curvature hereby agrees to purchase from Seller, all right, title and interest, in and to, the equipment identified on Exhibit A (the “Equipment”). If Seller sends additional equipment beyond that identified on Exhibit A, and if Curvature agrees in writing to purchase that equipment as well, then such equipment shall also be considered “Equipment” for purposes of this Agreement. 2. Purchase Price. The itemized pricing for the Equipment is set forth on Exhibit A and may include different options depending upon whether the purchase price is to be paid in cash or in the form of a credit applicable to future purchases by Seller of goods and services sold by Curvature. Seller shall submit an invoice for the total purchase price for the Equipment that is accepted by Curvature per Section 6. The invoice shall specify the type of equipment, part numbers, serial numbers and purchase price for each individual item. If payment is to be made in cash, Curvature shall pay the total purchase price to Seller within thirty (30) days of receipt of a proper invoice for the Equipment accepted by Curvature. If payment is to be made as a credit, Curvature shall promptly issue a credit to Seller upon receipt of a proper invoice for the Equipment accepted by Curvature. 3. Taxes. Any applicable state, federal, or local taxes imposed on the sale of Equipment (exc ept for any such taxes based on Seller’s income) shall be added to the purchase price and paid by Curvature. Notwithstanding the foregoing, Curvature is a reseller of equipment and has a valid resale certificate (a copy of which will be provided upon request) and thus sales tax should not be collected by Seller. 4. Packing of Equipment. Curvature shall send a team to Seller’s facility to pack the Equipment for shipment. Curvature shall provide all materials necessary for such packing. Seller shall ensure that all of the Equipment is grouped together and easily accessible and ready to be packed on a date to be mutually agreed upon by the parties. Curvature’s team shall comply with any applicable rules and polices made known by Seller while at Seller’s facility. The fee for the packing services is set forth on Exhibit A and will be deducted from the purchase price. 5. Delivery; Title and Risk of Loss. Curvature will be responsible for shipping t he Equipment from Seller’s facility to Curvature’s facility. Curvature shall be responsible for all freight, shipping and handling costs for shipment of the Equipment. Title and risk of loss to the Equipment shall pass from Seller to Curvature when the Equipment is collected by Curvature from Seller’s facility. 6. Inspection. Curvature shall have a period of thirty (30) days following receipt of the Equipment at Curvature’s facility in which to test the Equipment to determine if it is in good working condition and free from damage. Curvature will not be required to purchase any Equipment that is not in good working condition or free from damage, and, at Seller’s option, Curvature will either (a) return such Equipment to Seller, at Seller’s cost and expense, or (b) properly destroy or recyc le such Equipment and provide Seller with a certificate of destruction evidencing the same. 7. Representations and Warranties. (a) Seller’s Representations and Warranties. Seller represents and warrants that (i) it has all right, title and interest in and to the Equipment, free and clear of all liens, claims and encumbrances, and will convey the same to Curvature; (ii) it acquired the Equipment legally; (iii) the Equipment is genuine product of the applicable Page 12 of 80 2 RevD 01.04.2018 manufacturer and is not counterfeit; (iv) the Equipment is properly available for import into and sale within the country identified in the Ship To address on the Purchase Order; and (v) it has made no misrepresentations to any manufacturer, partner or other third party in connection with its acquisition of the Equipment . (b) Curvature’s Representations and Warranties. Curvature represents and warrants that the packing services will be performed in a professional manner consistent with industry standards. (c) Mutual Representations and Warranties. Each party represents and warrants to the other party that (i) it has the full authority and power to enter into the Agreement, (ii) the execution and performance by it of this Agreement will not violate any of its obligations to any third parties or any applicable laws, and (iii) when executed, the Agreement will be binding on it. 8. Indemnity. Curvature will indemnify, defend and hold Seller harmless from and against any and all losses, claims, demands, costs, damages, expenses (including attorneys’ fees) and causes of action, arising out of Curvature’s breach of any of its obligations, representations or warranties under this Agr eement. To the extent permitted by Texas law, Seller will indemnify, defend and hold Curvature harmless from and against any and all losses, claims, demands, costs, damages, expenses (including attorneys’ fees) and causes of action, arising out of Seller’s breach of any of its obligations, representations or warranties under this Agreement 9. Limitation of Liability. NEITHER PARTY MAKES ANY RESPRESENTATIONS OR WARRANTIES EXCEPT AS SPECIFICALLY SET FORTH ELSEWHERE IN THIS AGREEMENT. EXCEPT WITH RESPECT TO ITS INDEMNIFICATION OBLIGATIONS FOR THIRD PARTY CLAIMS UNDER SECTION 8, IN NO EVENT SHALL EITHER PARTY BE LIABLE TO THE OTHER PARTY FOR ANY INDIRECT, CONSEQUENTIAL, INCIDENTAL, SPECIAL OR EXEMPLARY DAMAGES OF ANY KIND ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT AND/OR THE SUBJECT MATTER OF THIS AGREEMENT. 10. Customs-Trade Partnership Against Terrorism (C-TPAT). Seller recognizes that Curvature is a certified member of the Customs-Trade Partnership Against Terrorism (“C-TPAT”) program of the U.S. Bureau of Customs and Border Protection. Curvature is required to ensure that its suppliers comply with certain C-TPAT security requirements. Accordingly, Seller will comply with any shipping and packaging instructions given by Curvature in connection with its C-TPAT compliance program. Seller understands that it may be required to complete and sign a Foreign Supplier Security Questionnaire and/or C -TPAT Business Partner Cover Letter and Acknowledgment Form prior to doing business with Curvature. 11. Governing Law; Jurisdiction and Venue. This Agreement shall be governed by, and construed in accordance with, the laws of the State of California, exclusive of any conflicts of law provisions. Any litigation based on, or arising out of, under, or in connection with this Agreement, shall be brought and maintained exclusively in the courts of the State of California or in the United States District Court for the Central District of California. 12. Force Majeure. If any party fails to perform its obligations because of strikes, lockouts, labor disputes, embargoes, acts of God, inability to obtain labor or materials or reasonable substitutes for labor or materials, enemy or hostile governmental action, civil commotion, fire or other casualty, or other causes beyond the reasonable control of the party obligated to perform, then that party’s performance shall be excused; provided, however, that if such a force majeure event prevents Seller from delivering the Equipment to Curvature within thirty (30) days of the date of this Agreement, Curvature shall be permitted to terminate the Agreement and will not be required to purchase the Equipment. 13. Attorneys’ Fees. If either party prevails in any action, suit, arbitrat ion or proceeding arising from or based upon this Agreement, such prevailing party shall be entitled to recover its attorneys’ fees from the other party. 14. Miscellaneous. Except as may be set forth in a written agreement signed between Curvature and Seller, this Agreement constitutes the final, complete, and exclusive statement of the terms of the purchase and sale of the Equipment between the parties and supersedes all prior and contemporaneous understandings or agreements of the parties. If any provision of this Agreement is invalid, illegal, or unenforceable in any jurisdiction, for any reason, the invalidity, illegality or unenforceability of that provision will not affect any other provisions in this Agreement, but the invalid provision will be substituted with a valid provision which most closely approximates the Page 13 of 80 3 RevD 01.04.2018 intent and the economic effect of the invalid provision and which would be enforceable to the maximum extent permitted in the jurisdiction. This Agreement may be executed in any number of counterparts, each of which when so executed shall constitute an original copy hereof, but all of which together shall constitute one agreement. The parties hereto agree that the delivery of this Agreement by facsimile or e-mailed .pdf files of scanned copies bearing their respective signatures shall be sufficient and binding upon them as if such document were delivered with original signatures. IN WITNESS WHEREOF, the parties hereto have executed this Asset Recovery Agreement as of the date set forth above. Curvature LLC Signature: Name: Title: Seller Signature: Name: Title: Page 14 of 80 4 RevD 01.04.2018 EXHIBIT A – THE EQUIPMENT Item QTY Bid Price Ext. Bid CP-7911G 5 $10 $50 CP-7921G 1 - - CP-7940G 1 $20 $20 CP-7942G 1 $30 $30 CP-7945G 129 $35 $4,515 CP-7960G 39 - - CP-7961G 1 $20 $20 CP-7962G 7 $10 $70 CP-7965G 9 $50 $450 VG202 1 $40 $40 Packaging -$1,000 Total $4,195 Page 15 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 24, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion to approve an Interlo cal Agreement to purc has e IT s ecurity services thro ugh the Texas Dep artment o f Info rmation Res ources (DIR). Chris Bryc e, IT Directo r ITEM SUMMARY: The GGAF b o ard originally c o nsidered this req ues t at its Augus t 29, 2018 meeting. The item was continued to obtain ad d itional info rmation on s p ec ific ques tions from the Bo ard . T hose q uestio ns and res p o nses are lis ted at the end of this item. This req uest is for cons id eration and approval o f an Interloc al agreement to authorize the City to purchas e IT managed s ervic es thro ugh the Texas Department o f Info rmation Res o urc es (DIR ) S hared Services p ro gram. DIR offers s everal s ervic es through this program includ ing managed s ec urity s ervic es , Cloud s o ftware applic atio ns , IT infrastruc ture, and IT o p erations sup p o rt. All s ervic es are provid ed by third p arties via contrac ts pre-negotiated b y DIR. Thes e c o ntracts , called Shared Services Mas ter Service Agreements , are b etween DIR and the third p arties . When the City selec ts a p ro vider, the provid er will s ubmit a p ropos al, s ub ject to the contrac t between DIR and that p ro vider. The C ity will then review and nego tiate terms in the proposal p ro vided that the terms d o no t conflict with the terms of the Interloc al or the c o ntract b etween DIR and the p ro vider. The third p arties are referred to as “S ervic e Co mp o nent Provid ers ”, or SC Ps , in the Interlo cal Agreement. The Interlo cal agreement only authorizes the City to p artic ip ate in the Shared S ervic es program and lays o ut terms and c ond itions between the Texas Department of Informatio n Res o urc es (DIR) and the City. It d o es no t commit the C ity to purchas e servic es . Us ing s p ecific services from the S hared Services catalo g will req uire additio nal agreements b etween DIR, the City o f Georgetown, and the third p arties that p ro vide the services. If we dec id e to p urc has e a service, the p ro ces s to proc ure the service contains s everal s teps: 1. Interloc al Agreement is executed b etween DIR and the City of Geo rgetown (this item). 2. City determines whic h Shared S ervic e it intends to use. We o nly intend to us e managed sec urity s ervic es at this time. 3. City rec eives and evaluates and Servic e Pac kage P ro p o s al (S PP) and Servic e Management Manual (SMM) fro m DIR and the third party vend or. T his p ro p o s al may be changed b y the City as lo ng as it d oes not c o ntrad ict the terms of the DIR contrac t. 4. The propos al between the City, DIR, and the third party is executed. 5. S ervic es are then proc ured and managed thro ugh DIR’s online p o rtal. At this time, the C ity is p rimarily interes ted in doing a limited pilot of the managed s ec urity s ervic es p ro vided b y AT&T. Approximately 95 Cities and Counties leverage thes e s hared s ervic es through DIR and there is general c ons ens us that the s ervic es are s ub s tantially less expens ive. However, the City will c o mp are costs to ens ure that c o s ts are, in fact, cheaper. T he complexity and time c os ts of p ro curing these s ervic es thro ugh DIR will als o be evaluated. The p rimary benefit o f leveraging Shared Servic es is the p o tential fo r c o s t reduc tio n. Due to the likely time invo lved in reviewing the S PP s and SMMs , us ing DIR will not reduce time c o s ts o f proc urement. The Shared Servic es o ffer s ome ris k that will need to be weighed agains t the benefit of cost savings when the Page 16 of 80 agreements with the third parties are reviewed. S o me of this risk will be mitigated by c arefully reviewing the SP Ps and SMMs and by limiting the cost and term o f the contrac ts. Examp les of the c os t s avings that may be obtained thro ugh DIR Shared Servic es are inc luded in the tab le b elo w: Service DIR Direct Third Party External vulnerab ility s c an $1,400/yr (unlimited IP address es ) $9,150/yr (64 IP address limit) Incident res pons e retainer $0/yr $30,800/yr The Bo ard had s everal ad d itional ques tions ab o ut this p ro p o s al: 1. Do es the C ity intend to leverage DIR c o ntrac t #DIR-MSS -SCP-001? Yes. Initially, it is our intent to use the Managed S ecurity S ervic es provid ed b y AT &T. T hese s ervic es would be p roc ured b y leveraging DIR contrac t DIR-MS S-S CP -001. That c o ntract is b etween DIR and AT&T and pro vides managed sec urity s ervic es . The c o ntract term end s Aug. 31s t, 2021. In c o ntras t, the Interlo cal agreement between the City o f Geo rgeto wn and DIR has no terminatio n d ate b ecaus e the Interlo cal itself does not c o mmit the City to p ro c ure any s ervic es . 2. The Interlo c al agreement refers to a Third P arty in vario us p aragraphs of S ec tio n I-1; “Cond itions for Provid ing Sec urity;” who is our Third Party? The City d o es not employ a third party to co ntro l primary netwo rk acc es s . Ac c es s is c o ntro lled by City IT s taff. In the event we leverage a DIR s ervic e that req uires the service p ro vid er to have p rivileges to a City web ap p lication or o ur Internet S ervic e Provid er (S uddenlink), City s taff wo uld c oordinate and mo nito r that acc es s . 3. S ectio n I, 1.5 of the Interloc al agreement refers to s ervice interruptio ns c aus ed b y DIR or o ne o f its Service Providers . What p ro visions are there fo r no tifying the City o f problems ? Are they req uired to p ro vide notific ation in writing within 30 d ays ? Are there provis io ns fo r providing the City with a Correc tive Ac tion Plan (C AP ) and “CAP no tic e”? The Interlo cal only s tates that parties will notify each other ’s emergenc y co ntac ts . It d o es no t s tate a timeframe. However, the S MM will dic tate pro c es s es aro und any activities that o cc ur o n the City’s IT infrastruc ture. Thes e proc es s will be reviewed to ens ure that they provid e any s ufficient notificatio n. The Shared Servic es contrac t with AT&T provid es for a CAP. DIR states that any CAP wo uld b e p ro vided to the City. DIR go es on to state that they have multip le proc es s es in p lace fo r esc alation issues and p ro b lems . Thes e proc es s es are laid out in the individ ual contrac ts, SPPs , and S MMs whic h the City would review when s ervices are purchas ed 4. S ectio n I, 1.6 in the Interlo cal agreement refers to “Terminatio n o f Servic es .” What ab o ut terminatio n for caus e? What is the no tific ation period? There is s o me c o nc ern ab o ut the las t s entence - "DIR Cus tomer und ers tand s that it may not be ab le to terminate s ervic es or receive any refund o f a p re-p ayment after ap p ro ving the relevant financial s o lutio n." If the City is terminating for caus e - then we sho uld receive the ap p ro p riate refund. The language as stated does n't ad d res s this. Ac cording to DIR, the Interlo cal agreement has no terminatio n b ecaus e it d o es no t commit City to us ing s ervic es . In regards to terminating any agreements with third p arties fo r c ause, the terms wo uld b e c o ntained in any s ubsequent agreements with tho s e provid ers . Thes e agreements , b y d efinition, inc o rp o rate the terms of b o th the Interloc al and the contrac t b etween DIR and the third p arty. There may b e variations in the terms d ep ending o n ho w the City is p urc hasing s ervic es ; for example, whether or not the City is pre-paying for s ervic es . Page 17 of 80 Also acc o rd ing to DIR , DIR has ins tituted multip le proc es s es for d ealing with p ro b lems between the cus tomer and third p arty. The proc ed ures around es calating issues are contained in the S MMs . 5. S ectio n I, 2.1 of the Interloc al agreement refers to a Sub ject Matter Expert (S ME). Who is o ur SME? James Davis and o ther members o f the City of Geo rgeto wn’s IT Op erations Team would be o ur SME(s ) fo r these contrac ts . 6. S ectio n I, 2.1(j) of the Interloc al agreement refers to spec ific content o n Texas Cyb ers ecurity Assessments. It lays o ut what is not includ ed in the Texas Cyb ers ecurity Framewo rk as s es s ment. However, what does it d o ? Need to understand as s es s ment d eliverables. Ac cording to DIR, the Texas Cybersec urity As s es s ment inc ludes a kick-off meeting, and ons ite interviews to gather information on forty (40) different s ec urity control o b jectives within the Texas Cyb ers ecurity Framewo rk. The C ity will rec eive a final rep o rt that s hows a b as eline maturity level s coring fo r eac h o b jective. The rep o rt will als o includ e rec o mmend ations to help the City addres s gaps alo ng with a s uggested road map to help implement tho s e rec ommend ations . 7. S ectio n I, 2.2.3 of the Interloc al agreement c ontains “Notes on Vulnerability S canners”. Who provid es the vulnerab ility s c ans and what are the c o mponents ? Ac cording to DIR, the vulnerability s cans will b e c arried out b y AT&T using a tool p latform p ro vided b y Qualys , Inc . The C ity also has the optio n of us ing the to o l to c o nduct its own s c ans . Ac cording to Qualys , this tools continuous ly monitors s ystems for malware, virus es , hardware vulnerabilities , or s us pic io us activity. It lo gs vulnerab ilities, assists with prio ritizing remed iation ac tivities, and p ro vides alerts to IT s taff. 8. S ectio n II, 2.1 of the Interloc al agreement titled “Effec t o f ILC and General P ro ces s” s tates that “DIR s hall keep DIR c us tomer generally informed of s uc h amendments…” This is vague and left to interp retatio n. Ac cording to DIR, amend ments are p ro vided to c us to mers through its Contrac ts and Financ e S o lutio n Gro up meeting and no tific ations to Custo mer rep res entatives . Amendments are als o provid ed on the Shared Servic es p o rtal. 9. S ectio n II, 2.2 of the Interloc al agreement s tates that “termination of a Servic e o r s olution after an o riginal appro val o r any p re-p ayment may res ult in ad d itional c o s t to the DIR C us to mer and may no t allow fo r any refund o f payments already made."... What ab o ut terminatio n fo r c aus e? DIR’s reply s imp ly s tated that it wo uld d epend on what services the City purc has es and how we order them. This language was p rimarily inc luded in the Interlo cal fo r c usto mers who c hoos e to enter into p rep aid agreements fo r Clo ud infrastruc ture s ervic es where early terminatio n might res ult in losing s ervic e credits . 10. Sec tion III, 3.2 titled “DIR Custo mer and SC P Interac tion and Issue Es c alation” refers to p ro cesses aro und esc alating an is s ue. It notes the es calation proc es s but no timeline to ad d res s / fix issue. What is the timeline for es c alations / resolutions ? Ac cording to DIR, the Service Management Manuals that are p art o f our agreement fo r spec ific s ervic es will contain timelines . The City als o reviewed DIR p ro cesses fo r es c alating c o ntract problems through DIR. There are timelines in thes e proc es s es , ho wever, they are unfo rtunately vague. 11. Are servic e level c red it & d eliverable cred its p as s ed down to the DIR C us to mer? S p ecific ally, Service Level c red its and Deliverable Credits ? Ac cording to DIR, they wo uld p as s any cred its o n to cus tomer. Page 18 of 80 12. What are the d etermining fac tors that wo uld d rive terminating s ervic es ? The contrac t for managed sec urity s ervic es inc ludes s ervic e level agreements as well as s p ecific services to b e provid ed . If, after taking all reasonab le meas ures to cure a p ro b lem through DIR proc es s es , an is s ue with the servic e s till c anno t b e resolved , we wo uld terminate the service. Again, the City will attempt to partially mitigate thes e ris ks b y entering into c o ntracts with relative s mall amo unts fo r limited p erio d s of time. 13. In regards to “Attac hment A: Es timated Spend F o rm”, who from the City s igns this? We intend to leave this form b lank on the Interloc al agreement and negotiate thes e amo unts when we receive an SP P from third parties for the servic es we c hoose. We will treat the SP Ps like we would a contrac t. T he amo unt will d etermine who c an s ign the agreement. Contrac ts for les s than $10,000 may be s igned a Directo r, $10,000 to $50,000 are s igned b y City Managers , and $50,000+ must be ap p ro ved by GGAF/City Counc il and signed by the Mayor. The City o f G eo rgeto wn Legal d ep artment has reviewed the Interloc al agreement. FINANCIAL IMPACT: There is no c os t as s oc iated with this Interloc al agreement. IT will s ubmit any future purchas es utilizing this Interlo cal agreement in ac cordance with the ap p ro p riate b udgeting and p roc urement p ro cesses. SUBMITTED BY: Chris Bryce, IT Directo r ATTACHMENTS: Description Type DIR Shared Services Backup Material Page 19 of 80 DIR Contract No. DIR-SS-ILC0001_ INTERLOCAL CONTRACT BETWEEN THE DEPARTMENT OF INFORMATION RESOURCES AND CITY OF GEORGETOWN RELATING TO THE USE OF THE DIR SHARED SERVICES MASTER SERVICE AGREEMENTS This Interlocal Contract (“ILC” or “Contract”) is entered into by the governmental entities shown above as contracting parties (referred to individually as a “Party” and collectively as the “Parties”) pursuant to the provisions of the Interlocal Cooperation Act, Chapter 791, Texas Government Code. This ILC is created to give effect to the intent and purpose of Subchapter L, Chapter 2054, Texas Government Code, concerning statewide technology centers, specifically sections 2054.376(a)(3), 2054.3771, and 2054.3851. The entity receiving services under the DIR Shared Services Contracts through this ILC is hereinafter referred to as the “Receiving Entity” or the “DIR Customer.” This ILC authorizes DIR Customer to participate in the Department of Information Resources (“DIR” or “Performing Agency”) Shared Services Program. The DIR Shared Services Program includes contracts that have been competitively procured by DIR. All specific services and products are purchased through the DIR Shared Services Program contracts and subject to the processes and terms therein. DIR’s Shared Services Program provides for a Multisourcing Service Integrator (MSI) service provider (“MSI SCP”) and various Service Component Providers (“SCP”). The Shared Services Master Service Agreements, as amended, are defined on the Shared Services web page on the DIR website (“DIR Shared Services Contracts”) and are incorporated herein. Unless otherwise referenced, the references to Exhibits and Attachments herein are references to Exhibits and Attachments of the DIR Shared Services Contracts. DIR Customer acknowledges and agrees that this ILC is with DIR and, therefore, DIR Customer does not have privity of contract with the SCPs. Capitalized terms not defined herein shall have the meaning set forth in the relevant DIR Shared Services Contract. SECTION I CONTRACTING PARTIES DIR CUSTOMER: City of Georgetown PERFORMING AGENCY: Department of Information Resources City of Georgetown Contract # 18-0081-ILA Page 20 of 80 MANAGED SECURITY SERVICES TERMS AND CONDITIONS This agreement is part of and incorporated within the Interagency/Interlocal Contract (“Contract”) that has been entered into by the contracting parties. DIR Customer acknowledges and agrees that this Contract is with DIR and, therefore, DIR Customer does not have privity of contract with the SCPs. Capitalized terms not defined herein shall have the meaning set forth in the relevant DIR Shared Services Contract. 1. Conditions for Providing Security Services 1 .1 Access DIR and/or Service Component Provider (SCP) shall use the Internet for primary access to DIR Customer’s systems unless otherwise noted and agreed upon. DIR Customer shall not employ special access restrictions against DIR and/or Service Component Provider that it does not apply to the rest of the public network over the course of regular business. 1 .2 Network Control DIR Customer must inform DIR if DIR Customer does not control its network access and/or its Internet service is provided via a third party. DIR Customer is responsible for obtaining all necessary approvals. DIR Customer shall provide all necessary contact information for the third parties that control its network access, Internet service, and/or web applications. DIR Customer’s emergency contact list shall include primary and secondary staff capable of administering DIR Custome r computer systems specific to the type of services being requested or required. 1 .3 Disclosure of Objectionable Material In conducting the services authorized by DIR Customer, DIR may inadvertently uncover obscene, excessively violent, harassing, or otherwise objectionable material that may violate State or Federal law, including material that may infringe the intellectual property of a third party on DIR Customer devices or networks. DIR shall notify DIR Customer’s Executive Director or highest level executive of the existence of all such objectionable and/or potentially illicit material so that DIR Customer may deal with the objectionable and/or potentially illicit material as it deems appropriate. If DIR accesses child pornography, as defined in the Child Sexual Exploitation and Pornography Act, 18 U.S.C., Chapter 110, in conducting approved Services, DIR shall report such to DIR Customer’s Executive Director or highest level executive and an appropriate law enfo rcement agency and provide the law enforcement agency access to the visual depictions of child pornography. If DIR accesses information that they perceive as a serious threat to human life or safety in conducting the approved Services, DIR shall report such threat to an appropriate law enforcement agency and DIR Customer’s Executive Director or highest-level executive. 1.4 No Warranties and Limitation of Liability DIR makes no representation or warranty that its security services will disclose , identify, or prevent all vulnerabilities. DIR hereby disclaims all warranties, both express and implied, including without limitation, the implied warranties of merchantability and fitness for a particular purpose. In no event shall DIR be liable for damages of any kind or nature that may arise from the services provided by DIR or DIR’s Service Component Provider or Service Provider. City of Georgetown Contract # 18-0081-ILA Page 21 of 80 1.5 Service Interruption DIR will endeavor not to disrupt DIR Customer services and to adhere to best practices for all work performed. However, tools or services may affect the serviceability of poorly configured or overextended systems or services. It is possible that control of DIR Customer’s system may be lost. For any testing that DIR may be conducting, DIR endeavors to use the safest methods to compromise DIR Customer’s systems; however, DIR Customer should be prepared to restore a damaged system from a recent, acceptable backup within an acceptable time as determined by DIR Customer. During any testing DIR may conduct, DIR will NOT conduct any deliberate Denial-of-Service attack. DIR Customer agrees not to hold DIR liable in the event of any service interruption(s) that may arise as a result of performance of any Services. If either party becomes aware of a service interruption, that party will notify the other party’s emergency contact. 1.6 Termination of Services If DIR Customer terminates certain Services, that it requested and approved, for convenience, DIR Customer shall pay the remaining requisite unrecovered costs that have already been incurred prior to the notice of termination, such unrecovered costs will be calculated in accordance with the relevant DIR Shared Services Contract, SMM, or other DIR Customer approved terms. DIR Customer understands that it may not be able to terminate services or receive any refund of a pre-payment after approving the relevant financial solution. 2. DIR and DIR Customer Responsibilities 2.1 DIR Customer agrees as follows to the extent assessment Services are requested or required: a) DIR Customer responses to information requests and artifacts gathering pertinent to this security and risk assessment will be timely; b) The artifacts data are reasonably available via interviews and documents review; c) DIR Customer will make available the necessary Subject Matter Expert (SME) with required expertise to work with the SCP Assessment Team and will remain available thru the duration of the assessment; d) DIR Customer SME will be available when required for interaction with the SCP Assessment Team and that all the interviews will be conducted over the number of consecutive days as established during the project planning and scheduling phase; e) DIR Customer is responsible for the coordination and scheduling of resources and providing meeting facilities as necessary; f) Deliverables will be complete when DIR Customer has approved in writing that the deliverable meets the acceptance criteria; g) All document deliverables must be in formats (hard copy and/or electronic) as specified by DIR Customer. At a minimum, the formats must be in industry-accepted standards (e.g., MS Word, MS PowerPoint MS Project); h) DIR Customer will assist with meeting coordination for meetings between DIR Customer Key Personnel and DIR and the Service Provider and other staff to gather requirements and other activities; i) The SCP Assessment Team will be responsible for scheduling and conducting deliverables review meetings with DIR Customer to ensure understanding of recommendations and specific deliverable details; City of Georgetown Contract # 18-0081-ILA Page 22 of 80 j) A Texas cybersecurity framework assessment: 1) does not include technical vulnerability scanning or penetration testing; 2) is not a formalized attestation to be used to show compliance to any regulatory body; and, 3) is not a hands-on security configuration review. k) DIR may receive final copies of reports if DIR is paying for the assessment. 2.2 Penetration Testing 2.2.1 DIR Customer agrees as follows to the extent penetration testing (“PT”) is requested or required: a) For white box penetration testing, DIR Customer shall add SCP’s IP ranges, which shall be provided by SCP prior to test initiation, to DIR Customer’s non-shun list (whitelist) within DIR Customer’s IDS/IPS. b) SCP may conduct a passive scan to determine the number of live IPs within the Customer designated IP range. c) DIR Customer shall not intentionally place an unsecured system or device in the test scope. d) If DIR Customer detects SCP testing activities, DIR Customer technical staff shall follow standard operating procedures and policies. e) DIR Customer shall complete the provided Remediation Survey and return it to DIR within 60 days after DIR Customer receives the deliverables. If DIR Customer requests a Remediation Verification Test after the initial 60 days has expired, then DIR Customer shall submit the requisite Request for Services (“RFS”) and will be responsible for any related costs. f) If DIR Customer has purposely placed an unsecured system in the test scope that DIR subsequently compromises during the PT, it would be erroneous to conclude that DIR Customer can be compromised via that system, since the unsecured system would not normally be present. g) If DIR Customer knowingly deploys additional resources or increases monitoring activities during the PT, it would be erroneous to conclude that DIR Customer is secure, since those resour ces would not normally be present. 2 .2.2 DIR shall ensure that Service Provider : a) Provides DIR Customer with the source IP addresses associated with testing activities if DIR Customer detects SCP testing activities and requests confirmation if detected source IP addresses are associated with SCP testing activity. b) Notifies DIR Customer if anomalies such as system failure, inappropriate use of resources, or actual malicious attack are discovered during the PT. c) Notifies DIR’s Communications Technology Services Division and/or Network and Security Operations Center (NSOC) if vulnerabilities are discovered during the PT on network equipment owned or maintained by the Communications Technology Services Di vision after SCP informs DIR Customer. d) Provides analysis, descriptions of, and recommendations for protecting against confirmed vulnerabilities and, if applicable, exploits used during the PT. e) Provides DIR Customer reports for all other vulnerabilities discovered during the PT. City of Georgetown Contract # 18-0081-ILA Page 23 of 80 2.2.3 Notes on Vulnerability Scanners a) No ‘known vulnerability’ scanner is perfect. It is possible that an existing vulnerability may not have been found or that a vulnerability found may not actually be present. DIR uses vulnerability scanners that consistently perform at the top of their class. Verify and understand the vulnerability before deciding to remediate/mitigate it. In many cases, remediating/mitigating the vulnerability entails upgrading software. b) A vulnerability for “Agency A” may not be a vulnerability for “Agency B”. Organizations have their own specific business plans and needs. Each organization must evaluate the need to provide a service with the risk that the service may be abused. For example, file transf er protocol (FTP) may be listed as a vulnerability; if the organization intends to provide the FTP services, there is no need to remediate/mitigate. However, if the business does not need to provide FTP services, it may decide to discontinue that service. Evaluate the risk of providing the service and accepting the risk versus not providing the service. This is a management decision. c) Vulnerability scanning tools attempt to identify the vendors of services and operating systems. This identification is not always accurate. SCP will use various tools to produce vulnerability reports for the agency. DIR Customer should review the vulnerability reports and verify the existence of the vulnerability and then follow the vendor’s instruction for remediating/mitigatin g it. d) New vulnerabilities are discovered every day. SCP updates its tools before every PT- vulnerability scan to ensure that the highest number of known vulnerabilities is identified at the time the test is performed. City of Georgetown Contract # 18-0081-ILA Page 24 of 80 DIR Contract No. DIR-SS-ILC0001_ SECTION II STATEMENT OF SERVICES TO BE PERFORMED 2.1 Effect of ILC and General Process The DIR Shared Services Program offers a variety of services and related support and products. The list of such services is provided through the DIR Shared Services Catalog and the DIR Shared Services portal. Further, SCPs may work with third-party vendors to provide additional services or products within the requirements of the relevant DIR Shared Services Contract. This ILC describes the rights and responsibilities of the Parties relating to implementation, operation, maintenance, use, payment, and other associated issues by and between DIR Customer and DIR related to the Services to be provided through the DIR Shared Services Contracts. DIR Customer shall receive the Services described in the DIR Shared Services Contracts, subject to the terms of the relevant DIR Shared Services Contracts and this ILC. DIR Customer is only subject to those specific terms to the extent DIR Customer requests services or products through those specific DIR Shared Services Contracts. The details of specific processes and procedures are contained in the relevant Service Management Manual (“SMM”), developed by the MSI and/or SCPs and approved by DIR. The DIR Shared Services Contracts require the MSI and SCPs to develop appropriately documented policies, processes, and procedures and to provide training to DIR Customer personnel where required to ensure effective service interfaces, before approval and adoption of the SMM. The terms of the relevant DIR Shared Services Contracts will apply to this ILC and will remain in full force and effect except as may be expressly modified by any amendment to the specific DIR Shared Services Contract. Such amendments will automatically apply to this ILC with no further action by the Parties. DIR shall keep DIR Customer generally informed of such amendments and provide the opportunity to provide input to DIR through the Shared Services portal as well as the DIR Shared Services Program Governance structure described below. 2.2 DIR Shared Services Program Process To obtain Services, DIR Customer shall either order services directly through the MSI Marketplace portal where certain services and pricing are established or request certain services and products through the Request for Services process. This process is detailed in the relevant SMM for each SCP. SCP(s) will respond with a proposal, including the proposed solution or service, estimated cost or other financial obligations, if any, and any other relevant program-specific terms and conditions related to the services provided for in response to the Request for Service. DIR Customer may accept or decline those terms and services at that time. The final DIR Customer approved technical solution, financial solution, and related terms are contractually binding terms that incorporate the terms of City of Georgetown Contract # 18-0081-ILA Page 25 of 80 DIR Contract No. DIR-SS-ILC0001_ this ILC and the relevant Shared Services Contract(s). Later termination of a Service or solution after an original approval or any pre-payment, may result in additional cost to the DIR Customer and may not allow for any refund of payments already made. 2.3 Change Orders and Change Control In accordance with the relevant SMM and Shared Services Contract requirements, DIR Customer will coordinate with the MSI and/or SCP for all change requests. Change Control processes and authority may vary between DIR Shared Services Contracts as it relates to the rights of Customers to request changes. Further, Change Control does not allow DIR Customers to alter terms and conditions of the DIR Shared Services Contracts. SECTION III DIR CUSTOMER PARTICIPATION 3.1 General Governance Governance of the DIR Shared Services Program is based on an owner-operator approach in which DIR Customers, in the role of operator, actively work with all SCPs to resolve local operational issues and participate in committees to address enterprise matters. Enterprise-level decisions, DIR Customer issues, and resolution of escalated DIR Customer-specific issues are carried out by standing governance committees, organized by subject area and comprised of representatives from DIR Customers, DIR management, SCP management, MSI management, and subject-matter experts. DIR Customers are structured into partner groups that select representatives to participate in these committees. DIR Customer shall participate within this Governance structure as described above and within the relevant SMM(s). 3.2 DIR Customer and SCP Interaction and Issue Escalation In accordance with the relevant SMM(s), DIR Customer shall interface with SCPs on the performance of “day-to-day” operations, including work practices requiring SCP and DIR Customer interaction, issues resolution, training, planning/coordination, and “sign-off.” All issues are intended to be resolved at the lowest level possible. In those instances where it becomes necessary, the following escalation path is utilized. If DIR Customer is not able to resolve an issue directly with SCP staff, DIR customer escalates the issue to SCP management. If the issue cannot be resolved by SCP management, DIR Customer escalates to DIR. If the issue cannot be resolved by DIR, DIR Customer escalates to the appropriate DIR Shared Services Program Governance committee. 3.3 DIR Customer Specific Laws Per the Compliance with Laws section of the DIR Shared Services Contracts, DIR Customer shall notify DIR, in writing, of all DIR Customer-specific laws (“DIR Customer- Specific Laws”), other than SCP Laws, that pertain to any part of DIR Customer’s business that is supported by SCPs under the DIR Shared Services Contracts, and DIR City of Georgetown Contract # 18-0081-ILA Page 26 of 80 DIR Contract No. DIR-SS-ILC0001_ will notify SCPs, in writing, of such DIR Customer-Specific Laws. The Parties intend that such DIR Customer-Specific Laws will be identified and included in the portion of the SMM specific to DIR Customer. DIR Customer shall use commercially reasonable efforts to notify DIR, in writing, of any changes to DIR Customer-Specific Laws that may, in any way, impact the performance, provision, receipt and use of Services under the DIR Shared Services Contracts. DIR shall advise SCPs of such change and require that any changes to DIR Customer-Specific Laws are identified and included in the SMM. If necessary to facilitate DIR compliance with the requirements of the DIR Shared Services Contracts, DIR Customer shall provide written interpretation to DIR of any DIR Customer- Specific Law. 3.4 DIR Customer responsibilities Where appropriate, DIR Customer shall support the following: (a) Software currency standards are established for the Shared Services environment through the owner operator governance model. DIR Customers will be engaged in approval of these standards and the development of technology roadmaps that employ these software currency standards. DIR Customers are expected to remediate applications in order to comply with the standards (b) Technology standards (e.g. server naming standards, reference hardware architectures, operating system platforms) are established through Shared Services Governance. DIR Customers will adhere to these standards. Any exceptions will follow governance request processes. (c) DIR Customer shall ensure network connectivity and sufficient bandwidth to meet DIR Customer’s needs. (d) DIR Customers will collaborate with SCPs to establish and leverage standard, regular change windows to support changes to enterprise systems. These change windows will be constructed to support varying degrees of service impact, from planned down-time to no service impact. Standard enterprise changes during these windows may affect all systems in one or more of the consolidated data centers simultaneously. (e) DIR Customers will support the consolidation of commodity services into shared enterprise solutions that leverage common management and configuration practices delivered by the service providers. Examples of such commodity services are SMTP mail relay and DNS management. (f) DIR Customers will support and align with standard enterprise Service Responsibilities Matrixes and associated processes for obtaining an exception or making improvements to the standard enterprise Service Responsibility Matrixes. City of Georgetown Contract # 18-0081-ILA Page 27 of 80 DIR Contract No. DIR-SS-ILC0001_ 3.5 DIR Customer Equipment and Facilities Any use by SCPs of DIR Customer Equipment and/or Facilities shall be limited to the purpose of fulfilling the requirements of this ILC or the DIR Shared Services Contracts. DIR Customer will retain ownership of DIR Customer Equipment. DIR Customer shall comply with DIR refresh policies, as amended from time to time by DIR. 3.6 DIR Customer Contracts, Leases, and Software with Third Parties DIR Customer will make available for use or use its best efforts to cause to be made available for use by DIR and SCPs the DIR Customer Contracts and Leases with third parties (“DIR Customer Third Party Contracts and Leases”) and DIR Customer third party software (“DIR Customer-Licensed Third Party Software”) that pertain to the Shared Services. Any use by SCPs of DIR Customer Third Party Contracts and Leases and/or DIR Customer-Licensed Third Party Software shall be limited to fulfilling the requirements of this ILC or the DIR Shared Services Contracts. SCPs shall obtain all Required Consents in accordance with DIR Shared Services Contracts. DIR Customer will use its best efforts to assist SCPs to obtain from each Third Party Software licensor the right to use the DIR Customer-Licensed Third Party Software for Services provided under the DIR Shared Services Contracts. Except to the extent expressly provided otherwise and in accordance with the DIR Shared Services Contracts, SCPs shall pay all transfer, re-licensing, termination charges and other costs or expenses associated with obtaining any Required Consents or obtaining any licenses or agreements as to which SCPs are unable to obtain such Required Consents. If requested by DIR, DIR Customer shall cooperate with SCPs in obtaining the Required Consents by executing appropriate DIR approved written communications and other documents prepared or provided by SCPs. 3.9 Security DIR Customer shall comply with recommended relevant security standards and relevant SCP security guides, as amended from time to time by DIR, the MSI, or the SCP. DIR Customer shall inform DIR as to any DIR Customer specific security considerations. DIR Customer acknowledges that any failure on its part to follow recommended security standards, policies, and procedures may place its own data and operations at risk as well as those of SCP(s) and other governmental entities. DIR Customer accepts the related potential risks and liabilities that are created by DIR Customer’s failure to comply with the recommendations if it is determined such recommendations would have prevented an issue. DIR accepts no responsibility for the risk or liability incurred due to a DIR Customer’s decision to not follow DIR’s recommendations. SCP will not be liable for violations of security policies and procedures by DIR Customer. Additionally, failure to comply with security standards, policies, and procedures may lead to the suspension or City of Georgetown Contract # 18-0081-ILA Page 28 of 80 DIR Contract No. DIR-SS-ILC0001_ termination of the availability of certain Applications and services. SCP will give DIR and the DIR Customer notification of non-compliance. SECTION IV CONTRACT AMOUNT In accordance with terms of the DIR Shared Services Contracts, including all relevant pricing and accepted Request for Services proposals, and this ILC, DIR Customer shall be responsible for and agrees to pay DIR the applicable Charges for Services received from the SCPs and the MSI, Services DIR Customer agrees to pre-pay, the DIR recovery fees, any allocated charges, and any Pass Through Expenses incurred by DIR or SCPs on behalf of DIR Customer. The applicable fees are set out in the relevant DIR Shared Services Contracts as incorporated herein and, if applicable, specifically addressed in response to any Request for Services. Certain pricing is based upon DIR Customer’s specific consumption; therefore, DIR Customer controls the amounts and duration of the contract amounts. It is understood and agreed that amounts are subject to change depending upon Services required and/or requested and approved and further dependent upon legislative direction and appropriations available for such Services. Attachment A provides the estimated spend for services as approved by DIR Customer. This form may be revised and updated by DIR Customer as needed without a formal amendment from DIR by DIR Customer submitting to DIR an updated form. DIR Customer must adhere to its own policies and processes for authorizing an adjustment to such amounts internally. DIR Customer is solely responsible for monitoring compliance with Attachment A and to communicate any changes to Attachment A to DIR. DIR shall not be responsible for monitoring or ensuring such compliance. SECTION V PAYMENT FOR SERVICES DIR shall electronically invoice DIR Customer for Services on a monthly basis. Each invoice shall include the applicable monthly charges for Services received from the SCPs, the DIR recovery fees, all allocated charges, and any Pass-Through Expenses incurred by DIR or SCPs on behalf of DIR Customer in accordance with the DIR Shared Services Contracts. The DIR recovery fees shall be reviewed at least annually in accordance with the requirements for billed statewide central services as set forth in OMB Circular A-87, Cost Principles for State, Local and Indian Tribal Governments (as updated, revised or restated) and other applicable statutes, rules, regulations and guidelines. DIR shall retain documentation for the DIR recovery fees. DIR fees are also determined and reported in accordance with DIR processes and sections 2054.0345-0346 of the Texas Government Code. City of Georgetown Contract # 18-0081-ILA Page 29 of 80 DIR Contract No. DIR-SS-ILC0001_ Each invoice shall include sufficient detail for DIR Customer to allocate costs to all federal and state programs in accordance with the relative benefits received and to make federal claims according to the federal cost plan of DIR Customer. In order to allow DIR to meet the statutory payment requirements in Chapter 2251, Texas Government Code, DIR Customer shall make monthly payments by check or Electronic Funds Transfer (EFT) within twenty (20) days following receipt of each invoice from DIR. For purposes of determination of the payment due date, DIR and DIR Customer shall use the date when the invoice is electronically transmitted by DIR to DIR Customer and posted on the chargeback system along with reports that substantiate the service volumes and associated charges. Although cash flow considerations require timely payments as required herein, the rights of DIR Customer and DIR to dispute charges shall be consistent with Texas law. The MSI SCP is required to develop and maintain a chargeback system. DIR shall coordinate requirements and functionality for the chargeback system with DIR Customer needs and requirements under federal and state requirements for invoiced charges generated through the system. DIR Customer shall utilize this chargeback system to link the designated measurable activity indicators (such as applications or print jobs) with the appropriate financial coding streams. DIR Customer shall update this information monthly, or at such other intervals as are necessary, to enable the MSI SCP to generate accurate invoices reflecting the appropriate distribution of costs as designated by DIR Customer. DIR Customer is liable for all costs and expenses associated with providing Services under the ILC to the extent such costs and expenses have been incurred by DIR and such Services have been provided to DIR Customer or DIR Customer agrees to pay for such Services prior to receiving them. Except as allowed in Texas Government Code, Chapter 2251, DIR Customer shall have no right to set off, withhold or otherwise reduce payment on an invoice. In accordance with Texas Government Code, Section 791.015, to ensure enforceability of payment obligations, DIR Customer consents to DIR presenting this ILC and all unpaid invoices to the alternate dispute resolution process, as set forth in Chapter 2009, Texas Government Code. Provided, however, that such consent shall not constitute an agreement or stipulation that Services have been provided or that the invoices are correct. DIR Customer expressly retains all rights to which it is entitled under Texas Government Code, Chapter 2251, in the event of a disagreement with DIR as to whether Services have been provided and accepted or an invoice contains an error. If DIR Customer disputes an invoice, it shall present the billing dispute in writing directly to the MSI through the Service Catalog within four (4) invoice cycles after the date DIR Customer receives the invoice and reports that substantiate the service volumes and associated Charges from DIR. DIR Customer will provide to the MSI all relevant documentation to justify the billing dispute. City of Georgetown Contract # 18-0081-ILA Page 30 of 80 DIR Contract No. DIR-SS-ILC0001_ SECTION VI TERM AND TERMINATION OF CONTRACT AND SERVICES 6.1 Term and Termination of ILC The term of this ILC shall commence upon start of services or execution of this ILC, whichever shall come earlier, and shall terminate upon mutual agreement of the Parties. This ILC is contingent on the continued appropriation of sufficient funds to pay the amounts specified in DIR Customer’s Requests for Services, including the continued availability of sufficient relevant federal funds if applicable. Continuation of the ILC is also contingent on the continued statutory authority of the Parties to contract for the Services. If this ILC is terminated for any reason other than lack of sufficient funds, lack of statutory authority, or material breach by DIR, DIR Customer shall pay DIR an amount sufficient to reimburse DIR for any termination charges and any termination assistance charges incurred under the DIR Shared Services Contracts and this ILC as a result of such termination by DIR Customer. DIR Customer shall provide at least ninety (90) days’ written notice to DIR prior to termination. Payment of such compensation by DIR Customer to DIR shall be a condition precedent to DIR Customer’s termination. DIR and DIR Customer acknowledge and agree that compliance with federal law and ongoing cooperation with federal authorities concerning the expenditure of federal funds in connection with the DIR Shared Services Contracts and this ILC are essential to the continued receipt of any relevant federal funds. 6.2 Termination of Services If DIR Customer terminates certain Services, that it requested and approved, for convenience, DIR Customer shall pay the remaining requisite unrecovered costs that have already been incurred prior to the notice of termination, such unrecovered costs will be calculated in accordance with the relevant Shared Services Contract, SMM, or the approved services proposal and related terms. DIR Customer understands that it may not be able to terminate services or receive any refund of a pre-payment after approving the relevant financial solution. SECTION VII MISCELLANEOUS PROVISIONS 7.1 Public Information Act Requests Under Chapter 552, Texas Government Code (the Public Information Act), information held by SCPs in connection with the DIR Shared Services Contracts is information collected, assembled, and maintained for DIR. DIR shall respond to Public Information Act requests for SCP information. If DIR Customer receives a Public Information Act request for SCP information that DIR Customer possesses, DIR Customer shall respond City of Georgetown Contract # 18-0081-ILA Page 31 of 80 DIR Contract No. DIR-SS-ILC0001_ to the request as it relates to the information held by DIR Customer. Responses to requests for confidential information shall be handled in accordance with the provisions of the Public Information Act relating to Attorney General Decisions. Neither Party is authorized to receive or respond to Public Information Act requests on behalf of the other. If SCP or DIR receives a Public Information Act request for information or data owned by DIR Customer, DIR or SCP will refer the requestor to DIR Customer. 7.2 Inventory Control DIR shall coordinate financial accounting and control processes between DIR Customer and SCPs and ensure inclusion of reasonable control and reporting mechanisms, including any control and reporting mechanisms specifically required by DIR Customer, in the Service Management Manual. Such procedures shall specifically recognize DIR Customer requirements for inventory control and accounting for state owned and leased equipment and facilities, including hardware, software, contracts, and other items of value that may be utilized by, or authorized for use under the direction and control of SCPs. 7.3 Confidential Information DIR shall require SCPs to maintain the confidentiality of DIR Customer information to the same extent that DIR Customer is required to maintain the confidentiality of the information, and with the same degree of care SCPs use to protect their own confidential information. DIR acknowledges that DIR Customer may be legally prohibited from disclosing or allowing access to certain confidential data in its possession to any third party, including DIR and SCPs. The relevant SMM shall document detailed confidentiality procedures, including the process DIR Customer shall follow to identify confidential information it is legally prohibited from disclosing or allowing access to by DIR and SCPs and including confidentiality procedures required that are specific to DIR Customer. The DIR Shared Services Contracts sets forth the confidentiality obligations of SCPs. DIR Customer shall notify DIR, in writing, (1) if DIR Customer is a covered entity subject to the Health Insurance Portability and Accountability Act (HIPAA) privacy regulations at 45 Code of Federal Regulations Parts 160 and 164, that is required to enter into a business associate agreement with DIR or SCPs; (2) if DIR Customer receives Federal tax returns or return information; and (3) if DIR Customer is subject to any other requirements specific to the provision of Services. If DIR Customer receives federal tax returns or return information, then DIR Customer must comply with the requirement of IRS Publication 1075 and Exhibit 7 to IRS Publication 1075. In the event a DIR customer is subject to additional requirement as mentioned in this section, DIR shall require SCPs to maintain the confidentiality of DIR Customer information in accordance with language included in Attachment B of this agreement. Such additional requirements as is included in Attachment B of this agreement shall be included in the relevant SMM. 7.4 Notification Information Contact information for purposes of notification for each Party is set forth below. City of Georgetown Contract # 18-0081-ILA Page 32 of 80 DIR Contract No. DIR-SS-ILC0001_ DIR Customer’s Primary Contact Name:_Chris Bryce________________________________ Title:__Director of Information Technology______________ Address:_510 W. 9th St., Georgetown, TX 78726________ Telephone:_(512) 930-3579_________________________ Email:__Chris.bryce@georgetown.org _________________ DIR’s Primary Contact sharedservicescontractoffice@dir.texas.gov The DIR Billing Contact is listed in the DIR Contacts section of the monthly Shared Services Payment Guidance letter, which is provided to the DIR Customer with the monthly Shared Services invoice. 7.5 Binding Effect The Parties hereto bind themselves to the faithful performance of their respective obligations under this ILC. 7.6 Amendments This ILC may not be amended except by written document signed by the Parties hereto or as specified within this ILC or the attachment being amended. 7.7 Conflicts between Agreements If the terms of this Contract conflict with the terms of any other contract between the Parties, the most recent contract shall prevail. This Contract provides a general description of certain terms within the DIR Shared Services Contracts. If the terms of this Contract conflict with the terms of the DIR Shared Services Contracts, the DIR Shared Services Contracts’ terms shall prevail. If the terms of this Contract conflict with the terms of an accepted proposal or solution from a Request for Services, this Contract shall prevail. 7.8 Responsibilities of the Parties The Parties shall comply with all federal, state and local laws, statutes, ordinances, rules and regulations and with the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of the ILC. The parties do not intend to create a joint venture. Each Party acknowledges it is not an agent, servant or employee of the other. Each Party is responsible for its own acts and deeds and for those of its agents, servants and employees. Notwithstanding the foregoing, DIR will cooperate with DIR Customer in all reasonable respects to resolve any issues pertaining to federal funding in connection with this ILC or the DIR Shared Services Contracts. City of Georgetown Contract # 18-0081-ILA Page 33 of 80 DIR Contract No. DIR-SS-ILC0001_ DIR and DIR Customer agree that Services contemplated in this ILC shall be governed by provisions in the DIR Shared Services Contracts regarding individual responsibilities of the parties, including Services provided by the SCPs. In the event DIR Customer actions, failure to perform certain responsibilities, or Request for Services result in financial costs to DIR, including interest accrued, those costs shall be the responsibility of DIR Customer. DIR and DIR Customer shall coordinate and plan for situations where conflicts, failure to perform or meet timely deadlines, or competition for resources may occur during the term of this contract. Unless otherwise specifically addressed, the governance process, addressed above, for the DIR Shared Services Contracts shall be used for issue resolution between DIR Customers, DIR and DIR SCPs. 7.9 Audit Rights of the State Auditor’s Office In accordance with Section 2262.154, Texas Government Code and other applicable law, the Parties acknowledge and agree that: (1) the state auditor, the Parties’ internal auditors, and if applicable, the Office of Inspector General of DIR Customer or their designees may conduct audits or investigations of any entity receiving funds from the state directly under the Contract or the DIR Shared Services Contracts, or indirectly through a subcontract under the DIR Shared Services Contracts; (2) that the acceptance of funds directly through this Contract or indirectly through a subcontractor under the Contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, the Parties’ internal auditors, and if applicable, the Office of Inspector General of DIR Customer or their designees to conduct audits or investigations in connection with those funds; and (3) that the Parties shall provide such auditors or inspectors with access to any information considered relevant by such auditors or inspectors to their investigations or audits. 7.10 General Terms Except as expressly provided herein, no provision of this ILC will constitute or be construed as a waiver of any of the privileges, rights, defenses, remedies or immunities available to DIR Customer. The failure to enforce or any delay in the enforcement of any privileges, rights, defenses, remedies, or immunities available to DIR Customer by law will not constitute a waiver of said privileges, rights, defenses, remedies, or immunities or be considered as a basis for estoppel. Except as expressly provided herein, DIR Customer does not waive any privileges, rights, defenses, remedies or immunities available to DIR Customer. This Customer Agreement will be construed and governed by the laws of the State of Texas. Venue for any action relating to this Customer Agreement is in Texas state courts in Austin, Travis County, Texas, or, with respect to any matter in which the federal courts have exclusive jurisdiction, the federal courts for Travis County, Texas. If one or more provisions of this ILC, or the application of any provision to any Party or circumstance, is held invalid, unenforceable, or illegal in any respect, the remainder of this ILC and the application of the provision to other Parties or circumstances will remain valid and in full force and effect. City of Georgetown Contract # 18-0081-ILA Page 34 of 80 DIR Contract No. DIR-SS-ILC0001_ Signatory Warranty Each signatory warrants requisite authority to execute the ILC on behalf of the entity represented. SECTION VIII CERTIFICATIONS The undersigned Parties hereby certify that: (1) the matters specified above are necessary and essential for activities that are properly within the statutory functions and programs of the affected agencies of State Government; (2) this ILC serves the interest of efficient and economical administration of State Government; and (3) the Services, supplies or materials in this ILC are not required by Section 21, Article 16 of the Constitution of Texas to be supplied under contract given to the lowest responsible bidder. IN WITNESS WHEREOF, the Parties have signed this ILC effective on date of last signature below. RECEIVING ENTITY: CITY OF GEORGETOWN By: Printed Name: Dale Ross _______ Title: Mayor _____________________________ Date: _________________________________________________ PERFORMING AGENCY: DEPARTMENT OF INFORMATION RESOURCES By: Printed Name: Sally Ward Title: Director, Program Planning and Governance Date: _________________________________________________ Legal:_________________________________________________ City of Georgetown Contract # 18-0081-ILA Page 35 of 80 DIR Contract No. DIR-SS-ILC0001_ Attachments to ILC Attachment A Estimated Spend Form – (Customer may provide Attachment A to DIR if required by their processes.) Attachment B Additional Confidentially Requirements – (As necessary and described in Section 7.3, Confidential Information) City of Georgetown Contract # 18-0081-ILA Page 36 of 80 DIR Contract No. DIR-SS-ILC0001_ Attachment A Estimated Spend Form *This form is to be used as needed by the DIR Customer to capture spend within the Shared Services Program. This amount may be based upon the DIR Customer’s biennial budget(s). Below are the estimated spend amounts for certain DIR Shared Services received through this ILC and may change based upon DIR Customer consumption. This amount is to be managed and monitored solely by the DIR Customer. Amounts may be transferred by the DIR Customer that change this amount. Such increases or decreases are strictly within the control of the DIR Customer. DIR Customer is required to pay for any costs incurred in accordance with this ILC and the related DIR Shared Services Contracts regardless of the estimated spend amounts reflected herein. Updates to this form may be executed through written notice by the DIR Customer to DIR. Costs, such as incremental network expenses, which are billed directly to or paid by the DIR Customer, are not included in these amounts. For the period MONTH DAY, YEAR through MONTH DAY, YEAR the estimated spend is $XX,XXX as the spend applies to __________ Services. DIR Customer acknowledges and agrees that the responsibility to manage, monitor, and change the amounts contained in this form are the sole responsibility of the DIR Customer. Further, each signatory warrants requisite authority to execute any changes to this Attachment A in accordance with the DIR Customer’s applicable approval processes. By: Printed Name: Title: Date: _________________________________________________ City of Georgetown Contract # 18-0081-ILA Page 37 of 80 DIR Contract No. DIR-SS-ILC0001_ Attachment B Additional Confidentiality Requirements None City of Georgetown Contract # 18-0081-ILA Page 38 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 24, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion to approve an award o f a Blanket Agreement with Gulf Co as t Paper Company to provid e c usto d ial sup p lies and eq uipment thro ugh the BuyBoard C o ntract #569-18 in an amo unt not to exc eed $110,000, and to ratify $95,345 o f previo us expend itures fo r s imilar p urc hases fro m Gulf Coast Paper Company p ursuant to the BuyBoard contrac t #490-15 - R o s emary Ledesma, Purchas ing Manager. ITEM SUMMARY: Approval of this b lanket p urc hase o rd er agreement with Gulf Coast Pap er Company thro ugh the Buy Bo ard c o o p erative p ro gram will allo w the City o f Georgetown to take advantage of lo wer p rices fo r continuous supply of cus todial s upplies and equip ment. Items will be p rimarily ordered b y the Purc hasing Warehous e fo r C ity-wide use o n an as needed b as is . All b ulk item orders will be s toc ked in the City Warehous e. Gulf Coast Paper Company is the current supplier o f these items. These items are to b e ordered b y the City Warehous e and City d ep artments thro ugh the Buyb o ard Co ntract #569-18, for a c o ntract term of 10/1/2018 through 9/30/2019, with two possib le one-year renewals . This actio n reques ts ap p ro val fo r a not-to-exc eed amount of $110,000 fo r FY 2018-2019 to Gulf Co as t Paper Company and als o inc ludes ap p ro val of $95,345 p revious exp enditures for FY 2017-2018 for s imilar p urc hases from Gulf Coast P ap er Co mp any whic h were required and provided in acc o rd anc e with their p rio r c o o p erative c ontrac t with the BuyBoard . Ac cording to Texas Loc al Government Cod e 271.102 (c ), the City satis fies any s tate laws req uiring the lo cal government to s eek c o mp etitive b id s fo r the p urc hase o f go o d s and s ervic es when purchas ing under Sub chap ter F. Cooperative Purchas ing Pro gram. FINANCIAL IMPACT: The es timated total for this blanket agreement is $110,000. F und s for this expend iture are b udgeted in the individ ual d epartments . SUBMITTED BY: Rosemary Ledes ma, P urc hasing Manager. ATTACHMENTS: Description Type Cus todial Supplies Backup Material Page 39 of 80 July 19, 2018 Welcome to BuyBoard! Re:Notice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Custodial Supplies and Equipment, Proposal Number 569-18 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 10/1/2018 through 9/30/2019, with two possible one-year renewals. The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 569-18 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1.Vendor Quick Reference Sheet 2. Vendor Billing Procedures You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative. Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by fax (1-800-211-5454) any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800‐695‐2919. Sincerely, Arturo Salinas Department Director, Cooperative Procurement v.6.5 Page 40 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 P ROPOSER’S A GREEMENT AND S IGNATURE Proposal Name: Custodial Supplies and Equipment Proposal Due Date/Opening Date and Time: March 15, 2018 at 4:00 PM Proposal Number: 569-18 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: October 1, 2018 through September 30, 2019 with two (2) possible one-year renewals. July 2018 Name of Proposing Company Date _________________________________ Street Address Signature of Authorized Company Official City, State, Zip Printed Name of Authorized Company Official Telephone Number of Authorized Company Official Position or Title of Authorized Company Official _________________________________________ Fax Number of Authorized Company Official Federal ID Number Page 9 of 65Page 41 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 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 10 of 65Page 42 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 VENDOR CONTACT INFORMATION Company: ___________________________________________________________________________________________ Vendor Contact Name and Mailing Address for Notices: _______________________________________________________ Company Website: ____________________________________________________________________________________ Purchase Orders: Purchase orders from Cooperative members will be available through the Internet or by facsimile. Option 1: 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 that choose this option to assist them with retrieving their orders. Option 2: Fax. Vendors need a designated fax line available at all times to receive purchase orders. Please choose only one (1) of the following options for receipt of purchase orders and provide the requested information: I will use the INTERNET to receive purchase orders. E-mail Address: ________________________________________________________________________ Internet Contact: _____________________________________ Phone: ___________________________ Alternate E-mail Address: ________________________________________________________________ Alternate Internet Contact: ______________________________ Phone: __________________________ I will receive purchase orders via FAX. Fax Number: __________________________________________________________________________ Fax Contact: __________________________________________ Phone: __________________________ Purchase orders may be received by any Designated Dealer 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 (“RFQ”): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: E-mail Address: ________________________________________________________ Alternate E-mail Address: ________________________________________________ Page 11 of 65Page 43 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 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: Mailing address: ____________________________________ Department: ________________________ City: _____________________________ State: __________________ Zip Code: ___________________ Contact Name: _____________________________________ Phone: _____________________________ Fax: ________________ E-mail Address: ___________________________________________________ Alternative E-mail Address: ______________________________________________________________ In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent**: Mailing address: ____________________________________ Department: ________________________ City: _____________________________ State: __________________ Zip Code: ___________________ Contact Name: _____________________________________ Phone: _____________________________ Fax: ________________ E-mail Address: ___________________________________________________ Alternative E-mail Address: ______________________________________________________________ In lieu of my company, I request and authorize service fee invoices to be provided to the Designated Dealer(s) receiving the purchase order(s) to which the invoiced service fees relate at the address and contact information designated on my company’s Dealer Designation form as provided to the Cooperative administrator.** ** If Vendor authorizes a billing agent or Designated Dealer(s) to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Page 12 of 65Page 44 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 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 (√) 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. ________________________________________________ Company Name _________________________________________ ________________________________________ Signature of Authorized Company Official Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, “Debarment and Suspension,” as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ _______________________________________ Signature of Authorized Company Official Printed Name Page 13 of 65Page 45 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a “resident” proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A “nonresident” proposer is a person who is not a Texas resident. Please indicate the status of your company as a “resident” proposer or a “nonresident” proposer under these definitions. Please check (√) one of the following: I certify that my company is a Resident Proposer. I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company’s principal place of business is located): ______________________________________________ _______________________________________________ Company Name Address ______________________________________________ _____________ ___________________________ City State Zip Code A.Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? Yes No B.What is the prescribed amount or percentage? $_______________ or ______________% VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor’s ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (√) one of the following: Yes No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification) and 2 (Vendor Employment Certification) above is true, complete and accurate and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name Page 14 of 65Page 46 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 NO ISRAEL BOYCOTT CERTIFICATION Effective September 1, 2017, a Texas governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. GOV’T CODE Ch. 2270) “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. TEX. GOV’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. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Effective September 1, 2017, Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization – specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature below, I certify and verify that Vendor is not on the Texas Comptroller’s list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. ________________________________________ Company Name ________________________________________ ________________________________ Signature of Authorized Company Official Printed Name Page 15 of 65Page 47 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 H ISTORICALLY U NDERUTILIZED B USINESS C ERTIFICATION 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 (√) 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. ___________________________________________________________ Company Name ___________________________________________________________ Printed Name ___________________________________________________________ Signature of Authorized Company Official Page 16 of 65Page 48 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members (“Advisory”), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This BuyBoard contract does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. The Advisory, available at buyboard.com/Vendor/Resources.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. _______________________________________________ Company Name _______________________________________ ______________________________________ Signature of Authorized Company Official Printed Name ________________________________________ Date Page 17 of 65Page 49 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 D EVIATION AND C OMPLIANCE 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 (√) 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: 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: ________ARO 4.Vendor Reference/Quote Number: ___________________________ 5.State your return policy: _____________________________________________________________________________ ____________________________________________________________________________________________________ 6. Are electronic payments acceptable? Yes No 7. Are credit card payments acceptable? Yes No ______________________________________ Company Name ______________________________________ _____________________________________ Signature of Authorized Company Official Printed Name Page 18 of 65Page 50 of 80 Page 51 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 L OCATION/AUTHORIZED S ELLER L ISTINGS 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 19 of 65Page 52 of 80 Page 53 of 80 Page 54 of 80 Page 55 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 M ANUFACTURER D EALER D ESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers (“Designated Dealers”) to receive Cooperative member Purchase Orders on Vendor’s behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor’s convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor’s Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor’s Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor’s behalf under the Contract. Further, the Cooperative’s administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below and have this form signed by an official of your company authorized to make such designation. If you wish to designate multiple dealers, please duplicate this form as necessary. ____________________________________________________________________________________________________ Designated Dealer Name ____________________________________________________________________________________________________ Designated Dealer Address _____________________________________ _________________________ _________________ City State Zip _________________________________________ _______________________________________ Phone Number Fax Number _________________________________________ _____________________________________________________ Email address Designated Dealer Tax ID Number* (*attach W-9) ____________________________________________________________________________________________________ Designated Dealer Contact Person ________________________________________ ___________________________________________________ Your Company Name Signature of Authorized Company Official Page 20 of 65Page 56 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 T EXAS R EGIONAL S ERVICE D ESIGNATION 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 w hich 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. _____________________________________________________ Company Name _________________________________________________ Signature of Authorized Company Official _________________________________________________ Printed Name I will service Texas Cooperative members statewide. I will not service Texas Cooperative members statewide. I will only service members in the regions checked below: Region Headquarters 1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 El Paso 20 San Antonio I will not service members of the Texas Cooperative. Page 21 of 65Page 57 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 22 of 65Page 58 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 S TATE S ERVICE D ESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services included in your proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies in the space provided at the end of this form. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check (√) all that apply: I will service all states in the United States. I will not service all states in the United States. I will service only the states checked below: Alabama Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118 & 20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Montana Page 23 of 65Page 59 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 ___________________________________________________ Company Name ___________________________________________ ________________________________ Signature of Authorized Company Official Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: ________________________________________________________________________________________________ ________________________________________________________________________________________________ ________________________________________________________________________________________________ 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. Page 24 of 65Page 60 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be “piggy-backed” by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as “Vendor”) agrees as follows: 1.Vendor acknowledges that if The Local Government Purchasing Cooperative (“Texas Cooperative”) awards Vendor a contract under this Proposal Invitation (“Underlying Award”), the National Purchasing Cooperative (“National Cooperative”) may - but is not required to - “piggy-back” on or re-award all or a portion of that Underlying Award (“Piggy-Back Award”). By signing this National Cooperative Vendor Award Agreement (“Agreement”), Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2.In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator (“BuyBoard Administrator”) will notify Vendor in writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4.Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor’s records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. Page 25 of 65Page 61 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 7.This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria, Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy- Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. _______________________________________ ___________________________________________ Name of Vendor Proposal Invitation Number _______________________________________ ___________________________________________ Signature of Authorized Company Official Printed Name of Authorized Company Official __________________________________ Date Page 26 of 65Page 62 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1.Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $______________. (The period of the 12 month period is _________/_________). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2.By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3.Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. 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. U.S. Communities Purchasing Alliance 4.National IPA/TCPN 5.Houston-Galveston Area Council (HGAC) 6.National Joint Powers Alliance (NJPA) 7.E&I Cooperative 8.The Interlocal Purchasing System (TIPS) 9. Other MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%):_________________________ Proposed Discount (%):________________________ Explanation: _________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 27 of 65Page 63 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 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. ________________________________________________ Company Name _______________________________________ _____________________________________ Signature of Authorized Company Official Printed Name Page 28 of 65Page 64 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 G OVERNMENTAL R EFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume______ 1._________________________________________________________________________________________________ 2.__________________________________________________________________________________________________ 3.__________________________________________________________________________________________________ 4.__________________________________________________________________________________________________ 5.__________________________________________________________________________________________________ Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower prices) than indicated? YES NO If YES, please explain: _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ _______________________________________________________________________________________________________________ By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official ________________________________________________ Printed Name Page 29 of 65Page 65 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 M ARKETING S TRATEGY 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. _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ _____________________________________________________________________________________________________________ ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official ________________________________________________ Printed Name Page 30 of 65Page 66 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 CONFIDENTIAL/PROPRIETARY INFORMATION A.Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check (√) one of the following: NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded “YES”, you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer’s failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential / Proprietary Information: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ (Attach additional sheets if needed.) Page 31 of 65Page 67 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 B.Copyright Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? Please check (√) one of the following: NO, Proposal (including forms, documentation, or other materials submitted with the Proposal) does not contain copyright information. YES, Proposal (including forms, documentation, or other materials submitted with the Proposal) does contain copyright information. If you responded “YES”, identify below the specific documents or pages containing copyright information. Copyright Information: _________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ (Attach additional sheets 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 labor rate(s), or other specified pricing; and Vendor award or non-award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. _______________________________________ Company Name _______________________________________ Signature of Authorized Company Official _______________________________________ Printed Name _______________________________________ Date Page 32 of 65Page 68 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 V ENDOR B USINESS N AME 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: ____________________________________________________________ (List the legal name of the company seeking to contract with the Cooperative. Do NOT list an assumed name, dba, aka, etc. here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals.) Please check (√) one of the following: Type of Business: Individual/Sole Proprietor _____ Corporation _____ Limited Liability Company _____ Partnership _____ Other _____ If other, identify ________________________ ________________________ ________________________ State of Incorporation (if applicable): ___________________________ Federal Employer Identification Number: ___________________________ (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.) ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 33 of 65Page 69 of 80 Page 70 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the “Uniform Guidance” or new “EDGAR”). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor’s willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract’s general terms and conditions, to address the member’s specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor’s agreement and ability to comply, where applicable, by having Vendor’s authorized representative complete and initial the applicable boxes and sign the acknowledgment at the end of this form. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor’s response on the BuyBoard as “NO,” the Vendor is unable or unwilling to comply. A “NO” response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor’s return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member’s purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member’s provision shall control. Page 34 of 65Page 71 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR Part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor’s acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland “Anti-Kickback” Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member’s Federal award meets the definition of “funding agreement” under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Page 35 of 65Page 72 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended – Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) – A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment (31 USC 1352) -- Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of $150,000, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor’s Cooperative Contract. Page 36 of 65Page 73 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 12.General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification Item No. Vendor Certification: YES, I agree or NO, I do NOT agree Initial 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 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. __________________________________________ Company Name __________________________________________ Signature of Authorized Company Official __________________________________________ Printed Name Page 37 of 65Page 74 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 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. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 2.Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 3.Describe Proposer’s financial capability to perform the Contract. State or describe the firm’s financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm’s past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ Page 38 of 65Page 75 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 4.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. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 5.List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 6.List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm’s past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ 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. ________________________________________________ Company Name ________________________________________________ Signature of Authorized Company Official Page 39 of 65Page 76 of 80 12007 Research Boulevard · Austin, Texas 78759-2439 · PH: 800-695-2919 · FAX: 800-211-5454 · buyboard.com Proposal Forms COMM/SVCS v.01.12.2018 R EQUIRED F ORMS C HECKLIST (Please check (√) the following) Completed: Proposer’s Agreement and Signature Completed: Vendor Contact Information Completed: Felony Conviction Disclosure and Debarment Certification Completed: Resident/Nonresident Certification Completed: No Israel Boycott Certification Completed: No Excluded Nation or Foreign Terrorist Organization Certification Completed: Historically Underutilized Business (HUB) Certification) Completed: Construction Related Goods and Services Affirmation Completed: Deviation/Compliance Completed: Location/Authorized Seller Listings Completed: Manufacturer Dealer Designation Completed: Texas Regional Service Designation Completed: State Service Designation Completed: National Purchasing Cooperative Vendor Award Agreement Completed: Federal and State/Purchasing Cooperative Experience Completed: Governmental References Completed: Marketing Strategy Completed: Confidential/Proprietary Information Completed: Vendor Business Name with IRS Form W-9 Completed: EDGAR Vendor Certification Completed: Proposal Invitation Questionnaire Completed: Required Forms Checklist Completed: Proposal Specification Form with Catalogs/Pricelists *Catalogs/Pricelists must be submitted with proposal response or response will not be considered. Page 40 of 65Page 77 of 80 Proposal Invitation No. 569-18-Custodial Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered¹.) PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelist¹ State Name of Catalog/Pricelist¹ Exceptions to Discount 1 Discount (%) Off Catalog/Pricelist for Custodial Paper Products and Dispensers Please state the discount (%) off catalog/pricelist for Custodial Paper Products and Dispensers (Roll towels, multi-fold towels, tissue, similar related products). Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 2 Discount (%) Off Catalog/Pricelist for Custodial Chemicals Please state the discount (%) off catalog/pricelist for Custodial Chemicals. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 3 Discount (%) Off Catalog/Pricelist for Custodial Cleaning Supplies Please state the discount (%) off catalog/pricelist for Custodial Cleaning Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 4 Discount (%) Off Catalog/Pricelist for Custodial Chemical Dispensing Systems Please state the discount (%) off catalog/pricelist for Custodial Chemical Dispensing Systems. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 5 Discount (%) Off Catalog/Pricelist for Floor Maintenance and Custodial Equipment Please state the discount (%) off catalog/pricelist for Floor Maintenance and Custodial Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% Section I: Equipment, Products, and Supplies NOTE 1: Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered:  Manufacturers shall be listed in alphabetical order  Vendor’s must list one specific percentage discount for each Manufacturer listed. If a vendor’s response to Proposal Specification Form states “please see attachment sheet,” all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Form or Vendor’s proposal may not be considered. Page 43 of 65 Page 78 of 80 Proposal Invitation No. 569-18-Custodial Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered¹.) PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelist¹ State Name of Catalog/Pricelist¹ Exceptions to Discount 6 Discount (%) Off Catalog/Pricelist for Soap and Skincare Products Please state the discount (%) off catalog/pricelist for Soap and Skincare Products. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 7 Discount (%) Off Catalog/Pricelist for Trash Receptacles Please state the discount (%) off catalog/pricelist for Trash Receptacles. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 8 Discount (%) Off Catalog/Pricelist for Can Liners Please state the discount (%) off catalog/pricelist for Can Liners. Catalog/Pricelist MUST be included or proposal will not be considered.______________% 9 Discount (%) Off Catalog/Pricelist for Disposable Food Service and Breakroom Supplies Please state the discount (%) off catalog/pricelist for Disposable Food Service and Breakroom Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 10 Discount (%) Off Catalog/Pricelist for Custodial Safety Products Please state the discount (%) off catalog/pricelist for Custodial Safety Products. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% 11 Discount (%) Off Catalog/Pricelist for Floor Mats Please state the discount (%) off catalog/pricelist for Floor Mats. Catalog/Pricelist MUST be included or proposal will not be considered.______________% 12 Discount (%) Off Catalog/Pricelist for Repair Parts for Floor Maintenance and Custodial Equipment Please state the discount (%) off catalog/pricelist for Repair Parts for Floor Maintenance and Custodial Equipment. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% Page 44 of 65 Page 79 of 80 Proposal Invitation No. 569-18-Custodial Supplies and Equipment (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered¹.) PROPOSAL NOTE 1. Catalogs/Pricelists are required to be submitted with Proposal PROPOSAL SPECIFICATION FORM Item No. Short Description Full Description State Percent (%) of Discount off Catalog/Pricelist¹ State Name of Catalog/Pricelist¹ Exceptions to Discount 13 Discount (%) Off Catalog/Pricelist for All Other Custodial Products Please state the discount (%) off catalog/pricelist for All Other Custodial Products. Catalog/Pricelist MUST be included or proposal will not be considered. ______________% Not to Exceed Hourly Labor Rate Detailed Information on Hourly Labor Rate Exceptions to Hourly Labor Rate 14 Not to Exceed Hourly Labor Rate for Installation/Repair Service of Custodial Equipment and Products Hourly Labor Rate for Installation/Repair Service of Custodial Equipment and Products -- State the Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. $ ___________/Hour Section II: Installation and Repair Service Page 45 of 65 Page 80 of 80