Loading...
HomeMy WebLinkAboutHellas Construction, Inc_Purchase Agreement_12-13-2022L/UUU,.)1y. II CI IVCIupgv IU. rUVCG•+M I-f U%,M-+0CU-0 I u%,-kkLJLJ ILGUJI CY INFORMAL COOPERATIVE PURCHASE AGREEMENT This Agreement is made and entered into effective on 12/13/2022 by and between CITY OF FRESNO, a California municipal corporation (City), and Hellas Construction, Inc., a Texas Corporation (Vendor). AGREEMENT NOW, THEREFORE, in consideration of the foregoing and of the covenants, conditions, and promises hereinafter contained to be kept and performed by the respective parties, it is mutually agreed as follows: 1. The Charter for the City allows for cooperative purchase agreements for materials, supplies, equipment, and public work of improvement. The City may use another government agency's agreement, as long as the amount is under the formal bid limit. The Parties agree that the Vendor has entered a contract with Sourcewell (Original Government Contract). The solicitation for the Original Government Contract is attached as Exhibit A. 2. Vendor's Obligation. Vendor shall provide those services and carry out that work described in the Original Government Contract, which is attached hereto as Exhibit B and is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 3. City's Obligation. City shall make to the Vendor those payments described in Exhibits A and B, subject to all the terms and condition contained or incorporated herein 4. Notwithstanding the requirements that the Original Government Contract is fully binding on the Parties, the parties have agreed to modify certain non -material provisions of the Original Government Contract as applied to this Agreement between the Vendor and the City, as follows: a) City's Insurance and Indemnity provisions attached as Exhibit C. b) Address change for the City: Notwithstanding the address and contract information for the government entity as set out in Exhibit B, the Vendor agrees that notices and invoices will be sent to: City of Fresno Attention: Craig Ricci 2101 G Street, Building C Fresno, CA 93705 Phone: (559) 960-2218 FAX: (559) 457-1455 E-mail: craig.ricci@fresno.gov c) Notwithstanding anything in Exhibits A and B to the contrary, this Agreement shall be governed by, and construed and enforced in accordance with , the laws of the State of California, excluding however, any conflict of laws rule which would apply the law of another jurisdiction. FIN-B Informal Product CPA - DPW (04-2022) -1- UUI:UJIIJ.I I CI IVCIUpw IU. rUUCL4M I-r:Jl'M-'FCCV-O IUIi-VIiUU I LLV.71 C•F Venue for purposes of the filing of any action regarding the enforcement or interpretation of this Agreement and any rights and duties hereunder shall be Fresno County, California. d) All other provisions in the Original Government Contract are fully binding on the parties and will represent the agreement between the City and the Vendor. 5. The City Manager, or designee, is hereby authorized and directed to execute and implement this Agreement. The previous sentence is not intended to delegate any authority to the City Manager to administer the Agreement, any delegation of authority must be expressly included in the Agreement. 6. The work hereunder constitutes a "public work" as defined in Chapter 1, Part 7, Division 2 of the California Labor Code, and Contractor shall cause the work to be performed as a "public work" in accordance with such Chapter of the California Labor Code. The Council of the City of Fresno has adopted Resolution No. 82 297 ascertaining the general prevailing rate of per diem wages and per diem wages for holidays and overtime in the Fresno area for each craft, classification, or type of worker needed in the execution of Contracts for the City. Information specific to the Work to be done under this Contract can be obtained by contacting the Contract Compliance Officer at the City of Fresno Public Works Department Street Maintenance Division, (559) 621-1492. Prevailing wage labor rate shall be in accordance with the general prevailing wage determination made by the Director of Industrial Relations. The classification shall be "Bob]." [Signatures follow on the next page.] FIN-B Informal Product CPA - DPW (04-2022) -2- UUUUJIIJ.II CIIVCIUp" IU. FULlCG'#M I-r U%,M-VDCU-O 1LAJ %.liUU ILLU�f C4 IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno, California, the day and year first above written. CITY OF FRESNO, a California municipal corporation ByFDocuSlgned by! t, tSSA. pwab s 12/13/2022 `��Perales Purchasing Manager APPROVED AS TO FORM: RINA M. GONZALES Interim City Attorney 1A Date Brandon M. Collet Supervising Deputy City Attorney ATTEST: TODDSrrT{{ERMER, CMC Clt l jpptlx gned by: By fi" G{bw 12/13/2022 Deputy Attachments: Exhibit A - Original Solicitation Exhibit B - Original Government Contract Exhibit C - City's Insurance and Indemnity FIN-B Informal Product CPA - DPW (04-2022) -3- Hellas Construction, Inc., A Texas Corporation DacuSigneiO by: St.ottoll 12/8/2022 By: i9e. Name: Reed Seaton Title: Reed ]. Seaton (If corporation or LLC., Board Chair, FS.q&,Xa yqe Pres.) By: 12/8/2022 n _ Frank Petrini Name. Title: secretary (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) VENDOR: Hellas Construction, Inc. Attention: Keny Patel 1200 West Parmer Lane Austin, TX 78613 Phone: (512) 250-2910 FAX: (512) 250-1960 E-mail: mkanouh@hellasconstruction.com UVI:UJIyii CIIVCIVf. tC IU, rJUC/--+m II4LVZ71 C'i Exhibit A Original Solicitation UUUUJIyI I CIIVCIUpu IU. r:)VCL'#M I-r LA t-.-'1DCU-O I:P -%,liUU IGLU.7l CIF `tptOIENTANC t 4 Sourcewell RFP #031622 REQUEST FOR PROPOSALS for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Proposal Due Date: March 16, 2022, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [htt s: ro ortal.sourcewell-E-nii. ov). Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published Pre -proposal Conference Question Submission Deadline: Proposal Due Date: Opening: January 27, 2022 February 23, 2022, 10:00 a.m., Central Time March 8, 2022, 4:30 p.m., Central Time March 16, 2022, 4:30 p.m., Central Time Late responses will not be considered. March 16, 2022, 6:30 p.m., Central Time See RFP Section V.G. "Opening" Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 1 LIUUU01 I I CI Ivtl upu IU. rJUCGYM I-F U%,H- *DCU-O IUI,-1,ULJL/ I44U.7! C'# I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements, and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: ■ Federal and state government entities; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly -funded academic, health, and social service entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; • Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 2 L/uuuollyll CIIvuluFJC IU. rJUCG41-% I-ruI.M-YDCu-O Iul.. L,%,LJL/ ILGuu/C'i • Members of the Rural Municipalities of Alberta (RMA) and their represented Associations: MASH (municipalities, academic institutions, schools and hospitals) and MUSH (municipalities, universities, schools and hospitals) sectors, and other governmental agencies eligible to use the Sourcewell contracts. MASH and MUSH sector refers to regional, local, district or other forms of municipal government, school boards, publicly -funded academic, health and social service entities, as well as any corporation or entity owned or controlled by one or more of the preceding entities, including but not limited to represented associations, Saskatchewan Association of Rural Municipalities ("SARM°), Association of Manitoba Municipalities ("AMM°), Local Authorities Services/Association of Municipalities Ontario ("LAS/AMO", excluding the cities of Toronto and Ottawa), Nova Scotia Federation of Municipalities ("NSFM"), Federation of Prince Edward Island Municipalities ("FPEIM"), Municipalities Newfoundland Labrador ("MNL"), Union of New Brunswick Municipalities ("UNBM"), North West Territories Association of Communities (IINWTACII) and their members. RMA Participants may include all not -for -profit agencies for Canadian provinces and territories. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note: there is a tab for each country): htt s: www.sourcewell-mn. ov sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In the United States each state -level procurement department receives notice for possible re -posting. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS -BASED SOLICITATION This RFP and contract award process is a solutions -based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 3 UVliu Jlly. I I CI IvvluptC IU. r V V CG4M I-r VI.M-'4OCV-O I u%--%,. V UU I GLVU! C'F B. REQUESTED EQUIPMENT, PRODUCTS OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies including, but not to be limited to: a. Indoor and outdoor athletic and recreational artificial turf and running track surfaces and ,sub -surfaces; b. Equipment, options, accessories, technology, materials, and supplies complementary or incidental to the purchase of a turnkey or complete solution of the types described in Section 1. a. above; c. Services related to the offering of the solutions described in Sections 1. a. and b. above, including installation, removal, disposal, refurbishment, inspection, repair, maintenance, training, and support. 2. The primary focus of this solicitation is on Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies. This solicitation should NOT be construed to include "services only" solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in contracts currently maintained by Sourcewell: a. Scoreboards, Digital Displays, and Video Boards with Related Design Build Technology Integration, Installation, Supplies, and Services (RFP #050819); b. Sports Lighting with Related Supplies and Services (RFP #071619); c. Athletic and Physical Education Equipment and Supplies with Related Accessories (RFP #071819), except for an incidental offering of solutions identified in subsection 1. a. or b. above; d. Flooring Materials, with Related Supplies and Services (RFP #080819); e. Event Seating and Staging Solutions with Related Accessories and Services (RFP #091719); f. Fitness Equipment with Related Accessories and Services (RFP #081120), except for an incidental offering of solutions identified in subsection 1. a. or b. above; g. Skatepark, Bike Park, and Pump Track Solutions with Related Equipment, Accessories and Services (RFP #112420); h. Ice Rink and Arena Equipment with Related Supplies and Services (RFP #120320); i. Playground and Water Play Equipment with Related Accessories and Services (RFP #010521), except for an incidental offering of solutions identified in subsection 1. a. above; j. Outdoor Fitness Equipment with Related Accessories and Services (RFP #010721), except for an incidental offering of solutions identified in subsection 1. a. or b. above. Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 4 L)UL;Uolly.lI CIIVCIUFIC IU. rULJCL'#M I-r ULiM-+DCU-O IUk. -%,-+Ll L/ I44U.71 C4 k. Athletic Surfaces with Installation, Related Equipment, Materials, and Services (RFP #031022), except for an incidental offering of solutions identified in subsection 1. a. above. Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Participating Entities are turn -key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment or products only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third - party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell desires the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 5 LJUUU01 II CIIVCIupzC ILJ. r:1UCL'#M I-r JI.M-'#DCU-O IUI,-\,L..LJLJ ILLU.7l C'# 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four years, with an optional one year extension that may be offered based on the best interests of Sourcewell and its Participating Entities. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $150 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 3. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 4. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 6 uuuu Jlyii CI Ivuiupu mi. ruLjr_z-4M ILLuu, C'4 All proposed pricing must be: 1. Either Line -Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line -item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP: 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in the proposal being disqualified from further review and evaluation. Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 7 UUUU01YII CIIv"lujiv IV. rUUCL'#M I-r UIJM-VOCU-O IUI..-lil,UV IGLV�I C'# To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE -PROPOSAL CONFERENCE Sourcewell will hold an optional, non -mandatory pre -proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Supplier Account. Pre -proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 8 UUUUJIylI CIIvulupt! IU. rJL./CL'4/1 I-r Jl,/1W0CU-0 IUI.-%,l,LJL/ ILGUVI C'F Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE. The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account. The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Supplier Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re -submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@ bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 9 Uuk;UJIIJ.II CI Ivuluyv IU. rJume--+1I-r:JIJM-'4DCV-O I:JI,.-1,.t.UV IZe UUI CN proposer to create a Sourcewell Procurement Portal Supplier Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed." The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 10 UUI:U01 II CI Ivvluyt: IU. ruume m I-r Ul,/1WOCU-0 IU%, %.A,UL/ ILLvur C'+ necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: p The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Participating Entities' use. o A proposer's sales and service network to assure availability of product supply and coverage to meet Participating Entities' anticipated needs. Total evaluation scores. The attributes of proposers, and their equipment, products, or services, to assist Participating Entities achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received no later than 10 calendar days' following Sourcewell's notice of contract award(s) or non -award and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 11 L/UUU01 II CI IVCIUp" ILI. rJL/CL'#111-r:JIJMWOCV-O I:J I..-l..l.. LlU IGLVy/ Cff protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; ■ Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of $20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 12 UUUUJIIy. II CI IVCIUpt: IU. rUL/C4-+tA I-r Ul,tA-'YOCU-O I:JI+-1,il.. L/U IGLUS! C4 All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev. 3/2021 Sourcewell RFP #031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Page 13 L uL;uoiyti r-i mijupv IU. r:1UCL'4M 14LUUI CY Sourcewell o2o�47&� 3/8/2022 Addendum No. 1 Solicitation Number: RFP 031622 Solicitation Name: Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Consider the following Questions and Answers to be part of the above -titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is your willingness to award a contract to a company that does not currently have a national presence? Answer 1: A proposer is not required to cover every geographic region to be considered for award. Each proposal is evaluated based on the criteria stated in the RFP. Question 2: With respect to Table 5, line item 25 of the proposer questionnaire, what is meant by Size of Transaction? Answer 2: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine the information that they are willing to include and that is necessary to best demonstrate their marketplace success. Proposals are evaluated based on the criteria stated in the RFP. Question 3: There is language in the RFP regarding a process to request price changes during the term of an awarded contract. Is there any additional information or insight that can be provided on this process? UUUUJIIYI I CIIvtnupC IU. rJL/CLNF11-r JliH-+OCU-O I:11.-1.l..ULI IGLUO! C'# Answer 3: Refer to Sourcewell template contract Section 4. — Product and Pricing Change Requests, for a description of the process to request a change in contract pricing during the term. Question 4: How do we handle state sales and use taxes in our pricing? Each state is different in the applicability of sales and use taxes. Answer 4: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to articulate and propose the pricing approach that aligns with their business methods and satisfies the requirements of RFP Section III. — Pricing. Proposals are evaluated based on the criteria stated in the RFP. Also refer to Sourcewell Template contract Section 3. B. — Sales Tax, "Each Participating Entity is responsible for supplying the Supplier with valid tax -exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-exempt entity." End of Addendum Acknowledgement of this Addendum to RFP 031622 posted to the Sourcewell Procurement Portal on 3/8/2022, is required at the time of proposal submittal. VuuuoiyI mIVCIVF tC IL). IL/-vzlI C'# The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together This document printed Wednesday, 01/26/2022 * * * This ad has not been published. It has been reviewed and pending publication. * * * Title: Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Agency: Sourcewell Division: Procurement Department Contract Number: 031622 Contract Term: 4 years with potential 1 year extension Date of Issue: 01/27/2022 Due Date/Time: 03/16/2022 4:30 PM Central Time County(ies): All NYS counties Classification: Agriculture, Forestry, Gardening, Landscaping, Lawn Maintenance & Snow Removal - Commodities Opportunity Type: General Entered By: Chris Robinson Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal .sourceweii-mn.govl. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. Service -Disabled Veteran -Owned Set Aside: No 1 of 2 UUUU01 II CIIVCIUFIC ILI. f JL/CL'#M I-r:7l.M-YO CU-O IJI.-%'L'L/U ILGUUI C•F Contact Information Primary contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfpesourcewell-mn.gov Submit to contact: Sourcewell Procurement Department Chris Robinson Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-895-4168 rfposourcewell-mn.gov © 2022, Empire State Development http://www.esd.ny.gov/ 2 of 2 wuuu JllJ.lI CI IvviuptC IU. rJL/CL'#P1 I-rut'M--FOCV-O Ij%'-U%'L/L/ IGGVSf C'# AFFIDAVIT OF PUBLICATION :�..u�f _ OFFICUL ->, r'^:-;tare 16•=' 4''a` 2 -E-( DJ C) R o URN% 11 NE Martin Luther King Jr. Blvd. Suite 201 / Portland, OR 97232-3579 (503) 226-1311 STATE OF OREGON, COUNTY OF MULTNOMAH--ss. I, Nick Bjork , being first duly sworn, depose and say that I am a Publisher of the Daily Journal of Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Case Number: NOT PROVIDED ARTIFICIAL TURF AND TRACKS WITH INSTALLATION, RELATED EQUIPMENT, MATERIALS, AND SUPPLIE Sourcewell; Bid Location Staples, MN, Todd County; Due 03/16/2022 at 04:30 PM a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the following issues: 1 /28/2022 State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON THE 28th DAY OF January, 2022 r Nick Bjork r Notary Public -State of Oregon OFFICIAL STAMP MICHELLEANNE ROPP i NOTARY PUBLIC • OREGON j �fY COMMISSION COMMISSION NO.96't091 EXPIRES NOVEMBER 05, 2022 Carol Jackson Sourcewell 202 12th St NE Staples, MN 56479-2438 SOURCEWELL ARTIFICIAL TURF AND TRACKS WITH INSTALLATION, RELATED EQUIPMENT, MATERIALS, AND SUPPLIES Proposals due 4:30 pm, March 16, 2022 REQUEST FOR PROPOSALS Sourcewell, a Slate of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment. Materials, and Supplies to result in a contracting solution for use by its Participating Entitles. Sourcewell Participating Entities include thousands of governmental, higher educatlon, K-12 education, nonprofit, tribal government, and other public agencies located in the United Stales and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https iproAartal.snurcevrell-mn.nov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered Proposals are due no later than March 16. 2022, at 4.30 p.m. Central Time, and late proposals will not be considered. Published Jan 28, 2022. 12072907 Order No.: 12072907 Client Reference No: UUUUJIIY.II CIIVCIUPW lu. rUL./CL'#M IIGGU.'7I C•# Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https:Hproportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central s�fipTime, and late proposals will not be considered. STATE OF OKLAHOMA, SS. COUNTY OF OKLAHOMA Affidavit of Publication Bryan Miller, of lawful age, being first duly sworn, upon oath deposes and says that she/he is the Classified Legal Notice Admin, of GateHouse Media Oklahoma Holdings, Inc, a corporation, which is the publisher of The Oklahoman which is daily newspaper of general circulation in the State of Oklahoma, and which is a daily newspaper published in Oklahoma County and having paid general circulation therein; that said newspaper has been continuously and uninterruptedly published in said county and state for a period of more than one hundred and four consecutive weeks next prior to the first publication of the notice attached hereto, and that said notice was published in the following issues of said newspaper, namely: SOURCEWELL 103734 AdNumber Publication Page Date 0000682358-01 OC- The Oklahoman B13 01/27/2022 0000682358-01 OC- The Oklahoman B12 02/03/2022 Agent: Bu-a�A Miller Date: 02/08/2022 Subscribed and sworn to be me before this date : 02/08/2022 Notary: Terri Roberts Date: 02/08/2022 PO BOX 219, STAPLES, MN 56479, USA 0000682358 UuuU01 II CIIvuluF/l7 IU, rJUCL•+M I-f'JIiM-'#�CV-O I:JIi-liliUU IGLUy! CIF AFFIDAVIT OF PUBLICATION Account # Order Number Identification Order PO Amount Cols Depth 34474 206780 Print Legal Ad - IPL0057654 $137.40 1 19 L Attention: Carol Jackson SOURCEWELL PO BOX 219 STAPLES, MN 56479 REQUEST FOR PROPOSALS Sourcewell, a State of Minnesota local gov- ernment unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Parlic- ipating Entities include thousands of gov- ernmental, higher education, K-12 educa- tion, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Source - well Procurement Portal [httpsl/proportal, sourcewell-mn.gov]- Only proposals sub- mitted Through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. IPL0057654 Jan 27 2022 State of South Carolina County of Richland I, Tara Pennington, makes oath that the advertisment, was published in The State, a newspaper published in the City of Columbia, State and County aforesaid, in the issue(s) of No. of Insertions: 1 Beginning Issue of: 01/27/2022 Ending Issue of: 01/27/2022 r Tara Pennington Sworn to and subscribed before me this 27th day of January in the year of 2022 �7& I?W `a Notary Public in and for the state of Texas, residing in Dallas County SWAN 31W KARD EA" Oldft A 2022 ti Errors- thelrabilily ofthepublaheronaccountoferrorsin or omissions fromanyadvertisemenl willin no way exceed the amount ofthe charge for the space occupied bytheitemin error, and then only for the first incorrect insertion. " Extra diarge for lost or duplicate affidavits. Legal document please do not destroy! L/ul:u Jiyi CIIv"iupti IU. rJLJCG'#M I'r JI,M-'iDCU-O IJI,-1,UL LJ I44U.'7l C'T SPORTS USA TODAY 2 Medvedev saves match poi*in John Pye The Associated Press MELBOURNE, Australia - He lost the first two sets, was low on confidence and was one point from a quarterfinal exit at the Australian Open, so Daniil Medvedev asked himself the question: What would Novak do? Fair question. Top -ranked Novak Djokovic is a nine -time Australian Open champion who finished one win short of a calendar -year Grand Slam in tennis in 2021. Modeling himself after the 20-time Grand Slam champion, Medvedev told himself late Wednesday to make Felix Auger-Aliassime fight for every point. More than one hour after saving a match point on his serve in the fourth set, the US Open champion finished off a 6-7 (4-7), 3-6, 7-6 (7-2), 7-5, 6-4 come- back victory almost a half-hour after midnight. "He was playing insane, like better than I have ever seen him play. It was unreal," Medvedev said. "So third set I had zero confidence in myself and in the outcome of the match" Medvedev mentioned his thoughts about Djokovic during his on -court TV interview and in a later news confer- ence. He wasn't joking. "I was not playing my best, and Felix €ai. �} 19 ti the Sir mi ME _F the J1 be; FrE -•. fea (7- + An Ke- pla _... r Daniil Medvedev reacts after winning the fourth set against Felix Auger-Aliassime during their quarterfinal match. WILLIAM WEST/AFP VIA GETTY IMAGES ... was all over me," Medvedev said. "I didn't know what to do so I (asked) my- self, `What would Novak do?' "And I just thought, OK, I'm going to make him work. If he wants to win it, he has to ... fight to the last point" Medvedev will have to recover quick- ly to play Friday against French Open runner-up Stefanos Tsitsipas in a re- match of last year's semifinals at Mel- bourne Park. Medvedev won at the same stage last year but lost in the final to Djokovic, who wasn't allowed to de- fend the title this month because he UIE fin tof an, on wa of: in we on the US men play El Salvador in Cup Jacob Myers The Columbus Dispatch I USA TODAY Network COLUMBUS, Ohio - The United States men's national team is in good position to secure one of three guaran- teed berths from CONCACAF to the 2022 FIFA World Cup in Qatar entering the home stretch of qualifying. But the stakes of Thursday's qualifier against El Salvador at Lower.com Field are signifi- cant. With two winnable home games, be- ginning in Columbus on Thursday night (7 ET, ESPN2), and a crucial away game at Canada on Sunday, the USMNT may as well be looking at this penultimate aualifvine window as the opportunity to U.S. coach Gregg Berhalter's group will finish this window on Feb. 2 in St. Paul, Minnesota, against Honduras. The U.S. knocked off Honduras on the road earlier in qualifying. The bare minimum for the U.S. this window will be six out of nine points, though at least a draw against Canada for seven points would be exponentially better. That would put the U.S. in opti- mal position ahead of the challenging fi- nal three games. USMNT qualifying to this point, starting with a draw against El Salvador This vouna U.S. team beean its w� �y � ? Y S � g$ seta m N E E�€� b�gE� CD c a m 'N c A 'F� Q qdQ v (d +_+ w H Y Y wyn " °E E� Ezco3 '3 _� a ¢ a a a v .Na -b V y�7 a N wa' °o n-'. ca coow �� O V W 4y1 a o N ^a n� \ zv LL dog rE'��r�>& LV fj L C N N =C1 r-I d W W Ol o Z 'C u y'Q E Lm U Hy a o 8 a s o0 00 0o z o a o tia -� �x ,-&��e c cu f0 d E d o N -• ' E _ agate n 7 c L u v �Ns m nmi zs Ab Q Z f' o ya E c c 2 F T w~ u oLLma Km o= c c f E o o dQn�wo y I- id is U•p `o= d O O 1 e E ti c e $ c c q m ., 5c a� N f0 c m ` = = ti a a g E�.n� Hv uE 'o°� am�gaSg OQ►=�IZ' O O o a° "1 u°t A. u f z CC o u°zzz..Zz <o as ®ao� go Wir i § o WE f}\ _ y 06to �.!\ ) o. k k4 £ a.�Z § � \ � e o ) (' E $�§^;! j ) \ § } & o ! k m ■ ! ua� ; k)j � ! - ! . . i } , � , f . ! § � ! \�\ k$k �\) LL , • 10 a ! )) C_ Q' p O O U) +a r J C N � c -0 y E c 0• - +r ' - 0 a W 0 o N C o ° cL ;2 E a Zl- a L m c Vf W L �. c in c W U N 0 0 io O C N tn' C Ornp"��U 0= c O IM C pl t!'f cn O-7 cn O uCr d^p Q r U. OC 00 0 0 ;t3to aL+ C C o N M a aL-+ O 0�1 Vf ra p O -0 N -p o C r N Q O u .0 m ILL d= to N 0 a 0 0 O O Utjn vi p d L C O �n 0 0�] �j J C V n3 -D Q u 0 m` C 0.0 O N 0 W C � vi a E W N Q o 1 -0 E 0 ° � v��V _ ua O Cyjw[V C N � W O 0 C C I-- OJ U O VI a' '10C :g ++ L7 "O +L+ L on LL OC C NM C IV L 0 N > H Zj u 0 O Cl ICa I L Q1 -0 0 N :E o U� L u t O fa w o _0 p= - Q3 O cri 0� C O U�(�' 'g L+�;L,d b" f O 04' L V" O Uj Y C O C N= fa � a � a� L O V 0 C j 3t to CO 2 •O o a y C c i 0 :N c rca 0 o w w w :c 7- ~ �i o o N v0i + 0 m E EE Q) w� rn—uL Wu;�0 -0 N -o -0� O O —� �� U +r� c C �' 16- f jjj 7 L cn N O 4l 47 N t2 �~JO- �' C c 0 E y �� 0 w-0 w- �cv`C .DN o o a� a"�i E E ro 0 = u c �! �"�'= 0� Q) N: ,-1 L L L ' O� Ln i L Y N D —, L CO 0. 0. 0. 0 0 0 N V O L -0 p of C p N� 0 Cu NCL -0 In � CD v� � � � � � C L N N w t � w � — � L a � i = Cj a a` O N Q Mn c C � 5 2 N i 0 —1 g��� a a m o �'� c o o L c o? ��� 0 c7�oc V H C2CTZw00zv1 0- = o o.� m o v �cr, L f6 � t w a••� C µ- aJ 0 E c 0 0 12 a- :3 aL.+ 0 rrL C � 0 p 0 -- �- `� w a " Ln cn tn u C aj C� a7 m 0� ICU U #� E p 4-F — L 0.a ' M -�5 p7 4 �ry Y Ira 0 H L L H Q C W U L p1❑ O C co cu Lo Q— C C C C U oaiccE ocu�o0n0 a) Ea��p� �oc�c�`v3` 00_ L t U�—ZZcnU a��; OAP 0 ,� Y m ����'av _E c QQc C c-0-0-0 vi cofg�, v miBmm CoFa8Y-- U ZUW_0jV)V) d� m U (� U 0 3 a z v W VUUU0l II CIIvulupt: IV. rJVCG'fFv I-r-Jr.JM-YC2CU-O I:l l..-l.lrVV IGLUyI C4 Bidding Publish NerifyContents Solicitation Setting Invite Bidders No Evaluate Response online No Internal Approval No N Enable Collaboration with other Users No A home I li911e-1 Ii..4• ::15;s:a. Bid Notice Only Solicitation Details A Mandatory Inforrrlation Solicitation Type RFP Solicitation Number 031622 Sollcitadon Name Artificial Turt and Tracks with Installation, Related Equipment, Procurement Type Goods Materials, and5upplies Country & Province/State Canada/Ontario Published By Sourcewell Accept Questions Not Applicable Internal Information (For Internal Use Only) Procurement Tltle/Project Name 031622 Artificial Turf and Tracks Advertisement A Basic Settings Solicitation Type Open to all suppliers Estimated Contract $600,000,000,00 Amount Publish Date 01/27/2022 Closing Date&Time 03/16/202216:30.00 CT Publish Option Value Range for this 10,000,001 over Solicitation Selected Categories Construction QQ Building Construction, Concrete Work Sidewalks, Steel, Aluminum Metal Fabrication, u Mortar Renovation, Stone Cladding, Flooring Supplies And Services, Carpentry And Building Projects/ Renovation/ Demolition Projects Wood Services, Demolition Civil Works, Earth Moving, Site Preparation, Masonry o000 Works, Underground Storage, Fences, Pallet Racking. Millwork Waterproofing, Parking Lots, Modular Homes, etc Solicitation Overview Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies 031622 Closing Date: 03/16/2022 04:30:00 PM CT Detail: Sourcewell, a State of Minnesota local government unit and service cooperative, ls-4q assmg prapesah fw A> ffi el Tvrt —d hacks with I—rlallon, Retatad liquipawm, Meterialy and Supplies to result In a contracting solution !or use by Its Participating I:ntidee. Saumevell Participating Entitles include thousands of govemmentel, higher education, K-12 educatlan, rwnprof t, tribal govemmen% and other public species located in the United States and Canada. Afull ropy of the Request for Proposals can be found on the Sourcewell Pmcurenrent Portal [htt ps://propwtal.3ourcmell•mn.gm]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Prapcmis are due no laterthen Msreh 26, 2022, at 4:30 p.m. Central Tlrne, and late proposals will not be considered. LJUQU. III I CI IVCIUpt- ILI. rUL/CG•i/"� I-r Jl../'1-°FOCU-O I JI,-1, I+LJU IGGU.7l C'i Notice Basic Information Estimated Contract Value (CAD) Reference Number Issuing Organization Owner Organization Solicitation Type Solicitation Number Title Source ID Details Location Purchase Type Description $600,000,000.00 (Not shown to suppliers) 0000216608 Sourcewell RFP - Request for Proposal (Formal) 031622 Artificial Turf and Tracks with Installation, Related Equipment, Materials, Supp PP.CO. USA.868485.C88455 Dates Publication Question Acceptance Deadline Questions are submitted online Bid Intent Closing Date Prebid Conference Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Pre -Bidding Events Event Type Attendance Event date Location Event Note Bid Submission Process Bid Submission Type Pricing Pricing Bid Documents List All of Canada, All of Canada Duration:4 years Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. 2022/01 /27 09:09:56 AM EST 2022/03/08 05:30:00 PM EST No Not Available 2022/03/16 05:30:00 PM EDT 2022/02/23 11:00:00 AM EST Prebid Conference Recommended 2022/02/23 11:00:00 AM EST Online Conference Login information will be emailed two business days prior to the event. Electronic Bid Submission In attached document In attached document Item Name Bid Documents Description Documents defining the proposal Mandatory Yes 2022/01/27 09:10:04 AM EST Page 1 of 2 VUl:U01U1I CIIVCIVUC IV. rVVCG'#MII:JI.i-l.il.iVV I44V.7/Cff Categories Selected Categories GSIN Categories (2) G Goods Goods N78 Recreational And Athletic Equipment Recreational And Athletic Equipment N7810 ATHLETIC AND SPORTING EQUIPMENT ATHLETIC AND SPORTING EQUIPMENT C Construction Construction 513 Construction work for civil engineering Construction work for civil engineering 5137A CONSTRUCTION FOR SPORT AND RECREATION Construction for Sport and Recreation MERX Category (1) G Goods Goods G6 Construction Products Construction Products UNSPSC Categories (4) 49000000 Sports and Recreational Equipment and Supplies and Accessories 49160000 Field and court sports equipment 49161500 Field sports equipment 49161600 Racquet and court sports equipment 49161700 Track sports equipment 30000000 Structures and Building and Construction and Manufacturing Components and Supplies 30220000 Permanent structures 30222600 Sports and health structures 2022/01/27 09:10:04 AM EST Page 2 of 2 CN cn IL AR / ! n ;; @ ;;E, / \ iz m >J - (k 0 ; ,. . .... a. 0 k ( 7 cn {lo � \ \ { ] LU { � u \ Lill k \ § \ k/3k(�ik))\ m ! ! Em= ] \\ � \\AE� a! n ) �$ }` � \ UUUUJIYII CI IV"Iupt: IU. rJUC/-.+M IILLUUI C'i L�aNMENTq,yO 2�' r9a v O ti 1- Sourcewell 01 Proposal Opening Record Date of opening: March 16, 2022 Sourcewell posted Request for Proposal #031622, for the procurement of Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies, on the Sourcewell Procurement Portal [proportal.sourcewell-mn.gov] on Thursday, January 27, 2022, and the solicitation remained in an open status within the portal until March 16, 2022, at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on March 16, 2022, the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal #031622 were submitted through the Sourcewell Procurement Portal, and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: AstroTurf Corporation - Submitted 3/16/22 at 4:28:47 PM A -Turf, Inc. - Submitted 3/16/22 at 4:02:24 PM Controlled Products, LLC - Submitted 3/15/22 at 9:27:30 PM Covermaster, Inc. - Submitted 3/16/22 at 11:15:31 AM Crafco, Inc. - Submitted 3/15/22 at 9:55:02 AM FieldTurf USA, Inc. (Tarkett Sports and Beynon Sports Surfaces) - Submitted 3/11/22 at 1:28:09 PM Fisher Tracks, Inc. - Submitted 3/16/22 at 2:11:55 PM ForeverLawn, Inc. - Submitted 3/16/22 at 2:22:57 PM H21 Group - Submitted 3/16/22 at 12:11:13 PM Hellas Construction, Inc. - Submitted 3/16/22 at 9:56:29 AM ICP Construction, Inc. - Submitted 3/16/22 at 3:59:07 PM KYA Services, LLC - Submitted 3/14/22 at 4:31:06 PM Midwest Sport and Turf Systems, LLC (MWSTS) - Submitted 3/16/22 at 3:50:42 PM Mondo USA, Inc. - Submitted 3/15/22 at 3:37:16 PM Perfect Turf, LLC - Submitted 3/16/22 at 3:02:19 PM Robertson Industries, Inc. - Submitted 3/16/22 at 3:02:38 PM Rubber Flooring Systems, Inc. dba RFS Sports and dba Fitness Finishes - Submitted 3/16/22 at 4:02:19 PM Shaw Contract Flooring Services, Inc. - Submitted 3/16/22 at 2:02:27 PM UUUU'Dly]I CIIVCIUE t: IU. ruuIzz .,I-r Ul"-%-+OCU-O IUI..-l..Ii LJU ILLUO!C'F Sprinturf, LLC - Submitted 3/16/22 at 3:55:12 PM STOCKMEIER Urethanes USA, Inc. (Stobitan) - Submitted 3/15/22 at 4:19:32 PM The LandTek Group, Inc. - Submitted 3/16/22 at 4:01:25 PM Turf Nation, Inc. - Submitted 3/15/22 at 6:53:29 PM The Proposals were opened electronically, and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal, on March 16, 2022, at 4:31:22 PM CT. All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. OacuSfgncd by: 6930543C583Aai}1... E aasuS--Edn^nedby: 6EE63AEDED5F46E . Kim Austin, MBA, CPPB, Procurement Lead Analyst Carol Jackson, Procurement Analyst L/UUUJILyI I CI IVC upt: IL/. rJUCG'4/11-r VlJh-'4DCU-0 I ILLVZII CY Exhibit B Original Government Contract L./0000IIJ.II CI Iwdlu J17 IL/. rUL/CL'4F1 IIGGUUI C-F 031622-HLC Sourcewell �-. Solicitation Number: RFP #031622 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Hellas Construction, Inc., 12000 West Parmer Lane, Austin, TX 78613 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires May 26, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Rev. 3/2021 UUUU01YI I CIIV"1UPU IL-J. f JL/CG4/1 I-rul,M 4OCU-0 I:JIi-IJI,UU ILGUV! C4 031622-HLC Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be Rev. 3/2021 UUUUJIYI I CI IVCIUYt; IU. U%'-'k LJU I44uV r m'4 031622-HLC returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; Rev. 3/2021 3 UUI:U01yII r-I IVCIUFIC IU. rUUCL'4F1 I-r u%+M-+OCV-O I:JI.-1,.I,.VL/ ILLVur C'# 031622-HLC a Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier's employees maybe required to perform work at government - owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell Rev. 3/2021 uuuuolyII GI IV CIu� t1 ILJ. rJL1CG4M I-r U1. M-+DCV-O I--k-AIL/U ILLuy! CH 031622-HLC contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Rev. 3/2021 VuuU01YI I CI Ivuluptl IU. rJL./C1-'4M I-r:JI.M-'4OCU-O II LLu.7! CH 031622-HLC • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); ® Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased Rev. 3/2021 Uuuuoll�f. II CI IVCIuyu IU. r:JUCL4M I'f Jl../1WOCV-O IJIJ-li l,UU ILGVSI C4 031622-HLC by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. Rev. 3/2021 UUUU,D1y1I CI I VWUpt: IU. rJUC4'+mI-rJliM-4DCU-0 IILLUV! C'# 031622-HLC E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty -free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, Rev. 3/2021 Uuuu Jlyii CIIvCiuyJ w. r:jur-G'#M I-r JI..M-4DCu-O I LK­%,IJUL/ IGLuVf C'F 031622-HLC resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use, Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. Rev. 3/2021 UUUU01 II C11vulup" IU. rULJCL'4M I-r U%,NWOCU-O IILLUSI CY 031622-HLC 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Rev. 3/2021 10 L)uL:uJiyi CIIVCIupti IU. rJUCL'4M I-r JI,M--+DCu-O lu;, 1,%,L/L/ ILLVSI r-+ 031622-HLC The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: Exercise any remedy provided by law or equity, or Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products -Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms Rev. 3/2021 11 UUI:U01 I I CIIvulupu IU. r:1Ur_L'fM II:11,-V I,UU ILLU�! C'4 031622-HLC no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data — including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is Rev. 3/2021 12 LJUUU'DlylI CIIv CIUFJC ILJ. r:J L/CL'#M I-r LA M-YDCU-O I J%,-l_ALJLJ IL4U.7/C'f 031622-HLC primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self -insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. Rev. 3/2021 13 L/UUU01YI I CI Ivulu. IL/, F0LJC_/_- % I-r:llrh-4CCV-O I Vl,.-l.I,UU ILLVU! C'4 031622-HLC 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FIR 12319, 1293S, 3 C.F.R. §, 1964-196S Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 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. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis -Bacon Act provisions. Rev. 3/2021 14 L/UUU01yjI CIIVCIUF t: IU. rJL./CG'iM I-r UIiM-+0F_U-0 Iu%,-l_%,LlU IGLUV! C4 031622-HLC C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be 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 U.S.C. § 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. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 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 of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 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. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 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 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names Rev. 3/2021 15 VUI:U,D1yII CI IVVIUPW IU. rUL/CLHH I144UVI C'F 031622-HLC 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. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have 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 U.S.C. § 1352. Suppliers must 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. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation Rev. 3/2021 16 Uuuu JIIJ.II alivuluyt, IU. rJVCL'4MI-ruut-%-+DCu-O IGGuu/C'i 031622-HLC and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 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. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre -approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. 0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non -delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. Rev.3/2021 17 Uuuuollyl I CI IVulupt: IU. f JUCL'4/11-r Jl.,M-4OCV-0 I144UUI CY 031622-HLC T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell DocuSignned{b-y, By; co oan+fs�D��a[� ayff Jeremy Schwartz Title: Chief Procurement Officer 5/23/2022 1 2:17 PM CDT Date: Approved: By: E❑ocu5ignedA,by1;, . F817AUCC.. Chad Coauette Title: Executive Director/CEO 5/23/2022 1 9:14 PM CDT Date: Hellas Construction, Inc. / DocuSigned by: L7[7G/9 B y : 4e�G3 B 62fi7394d41.. Saulo Hernandez Title: Director of Estimating 5/23/2022 1 5:48 PM PDT Date: Rev. 3/2021 18 VUUU01 II CIIVCIuyt1 IV. rJVCG4M I-r U'-,M-4DCU-0 IUI+-liliVV IGGUV(=:4 RFP 031622 - Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies Vendor Details Company Name: Hellas Construction, Inc. 12000 West Parmer Lane Address: Austin, TX 78613 Contact: Ruth Hawley Email: rhawley@hellasconstruction.com Phone: 512-809-9509 HST#: 270074538 Submission Details Created On: Thursday January 27, 2022 08:41:46 Submitted On: Wednesday March 16, 2022 09:56:29 Submitted By: Ruth Hawley Email: rhawley@hellasconstruction.com Transaction #: 58215a4f-2d5f-45fe-b332-921 dc91 b975d Submitter's IP Address: 47.223.32.125 Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. Liuwa II,I I CI Ivuluptl IL). FULICG'+M I-r U%,M--+OCV-O I Vli-lili L/V I LLVy! C'+ Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Line Item Question Response' 1 Proposer Legal Name (one legal entity only): Hellas Construction, Inc. (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer N/A whose equipment, products, or services are included in the Proposal. 3 Identify all applicable assumed names or DBA N/A names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 jProvide your CAGE code or DUNS number: 146018887 - 5 Proposer Physical Address: 12000 West Parmer Lane Austin, TX 78613 6 Proposer website address (or addresses): www.hellasconstruction.com 7 Proposer's Authorized Representative (name, Saulo Hernandez, Director of Estimating, 12000 West Parmer Lane, Austin, TX title, address, email address & phone) (The 78613, shernandez@hellasconstruction.com, (512) 250-2910. representative must have authority to sign the "Proposer's Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 8 Proposer's primary contact for this proposal Ruth Hawley, Cooperative Contracts Manager, 12000 West Parmer Lane, Austin, TX (name, title, address, email address & phone): 78613, rhawley@hellasconstruction.com, (512) 809-9509. None. 9 Proposer's other contacts for this proposal, if any (name, title, address, email address & phone): Table 2: Company Information and Financial Strength Line Question Item TResponse Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUU01 II CIIVCIupa IU. rJUCG'#/11-r:Jl'M-4DCV-O IJU-L ULJLJ I1-1-V7/ C'# 10 Provide a brief history of your company, Hellas Construction, Inc. began operations in January 2004. The Company was including your company's core values, formed by Mr. Reed J. Seaton who has approximately thirty years of senior business philosophy, and industry longevity management experience in the artificial turf, running track and sports construction related to the requested equipment, products business. Mr. Seaton continues as President of the company and is very active in or services. day-to-day operations. The Company's core competencies revolve around the construction, design, manufacture, sale and installation of high -quality synthetic sports playing surfaces. Hellas offers customers "one -stop shopping" by providing complete project services Including the manufacturing of an exclusive line of artificial turf systems, running tracks and courts, in-house design services, installation of the sports surface and any necessary construction services as we own over 1,000 pieces of construction equipment and employ our own installation and construction crews. Our overall mission is to satisfy the market segment we serve with integrity, quality construction, and on -time delivery. Hellas has maintained a steady growth in sales volumes by becoming the recommended company of choice by ensuring on -time delivery of all projects. Equally important is that each project is managed with great care and to the highest standards of the industry. Our company philosophy and market strategy are to consistently out -perform in terms of quality products and installation delivery of our projects on time! We focus on project solutions and quality to exceed our customers' expectations every time, and we differentiate ourselves in the marketplace accordingly. We never miss a kickoff! Our longevity is attributed to our commitment to our customers. satisfaction. 11 What are your company's expectations in the It has been our privilege to be a part of Sourcewell and offer our Sourcewell event of an award? contract as an option to our customers and potential customers. We have seen a tremendous growth in our Sourcewell contract sales during our most recent contract term. We feel that as we continue to expand our collective footprint, we can expect an even stronger contract term with a continued momentum in increased sales. Hellas has a strong relationship with our Sourcewell support team and expect this will not change should we be awarded a new contract. We expect our relationship will continue to grow as we remain in constant contact with the Sourcewell team particularly our Supplier Development Administrator, Nick Trout who has been instrumental in the growth of our current Sourcewell contract. Further. Hellas' market share continues to grow geographically outside of the Southwest and expanding more into the higher education and professional arenas. We feel that Sourcewell will help further launch Hellas into the north and northeastern U.S. and continue to gain trust in other markets such as higher education. This is not to say that Hellas does not intend to promote Sourcewell in the Southwest, as proven by our recent Hellas' Sourcewell sales in Texas which have been in the millions of dollars. 12 Demonstrate your financial strength and Please see the documents entitled Reference Letters and Financial Stability in the stability with meaningful data. This could FINANCIAL STABILITY zip file which contains the following: include such items as financial statements, SEC filings, credit and bond ratings, letters Bonding capacity letter of credit, and detailed reference letters. Letter of credit Upload supporting documents (as applicable) Certificate of Insurance in the document upload section of your 2020 audited financials statements response. 13 What is your US market share for the Hellas Construction, Inc. has a greater than 50% U.S. market share in the Specialty solutions that you are proposing? Sports Construction and Surfacing marketplace and continues to gain market share with approximately 30% revenue growth year over year since inception. The strategy to continue our market share growth includes a focus on maintaining our strong reputation in the Sports Surfacing Industry by continuing to promote the education of our staff and encouraging certifications in the areas of sports surfaces design, manufacturing and construction all of which ensure Hellas remains the most trusted sports surfaces provider in the U.S. 14 What is your Canadian market share for the We do not currently have a market share in Canada. solutions that you are proposing? 15 Has your business ever petitioned for No. bankruptcy protection? If so, explain in detail. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUI:U01y1I CIIVCIUPU IU. rUUC4'4M I-r UlrM-4DCU-0 IUIi L UUU ILLUVI M-F 16 How is your organization best described: is Hellas is a nationwide, single -source construction company that manufactures its own it a manufacturer, a distributor/dealer/reseller, sports playing surfaces, sells them with our own salesforce (Business Development or a service provider? Answer whichever Managers) and installs with our own employee crews and construction equipment. question (either a) or b) just below) best We manufacture our own fibers, textiles and polymers that go into our products applies to your organization. which ensures quality control from the very beginning. a) If your company is best described as a distributor/dealer/reseller (or similar entity), Our salesforce is over 1,250 strong as our President, Reed Seaton, has always provide your written authorization to act as a emphasized that every person employed by Hellas is a direct representation of our distributor/dealer/reseller for the manufacturer company to our customers and our communities, and as such, we are all part of of the products proposed in this RFP. If the sales process. applicable, is your dealer network independent or company owned? Our dedicated "boots on the ground" salesforce that comprises our Sales b) If your company is best described as Department is comprised of our Director of Sales, twenty-one dedicated Business a manufacturer or service provider, describe Development Managers (BDMs) and six Sales Process Specialists that support our your relationship with your sales and service BDMs. Our BDMS are strategically located throughout the U.S. and each covers force and with your dealer network in their own respective territory. Our Sales Team gathers once a month for training, delivering the products and services team building and strategic planning and are led by our President, Reed. J. Seaton proposed in this RFP. Are these individuals and Director of Sales, Sydney Stahlbaum. your employees, or the employees of a third party? 17 If applicable, provide a detailed explanation Hellas holds a Certificate of Authority to do business in all fifty states, maintains our outlining the licenses and certifications that good standing by filing our annual reports and taxes each year. Hellas further holds are both required to be held, and actually the required contractor's licenses to perform our services in all jurisdictions requiring held, by your organization (including third Iicensure. Hellas also has employees on staff that hold American Sports Builders parties and subcontractors that you use) in Association (ASBA) certifications in track, turf and tennis court construction. All can pursuit of the business contemplated by this be verified at the various state licensing websites and Secretaries of State RFP. websites. Also, please see uploaded document entitled ASBA Certificates under FINANCIAL STABILITY zip file. 18 Provide all "Suspension or Debarment' Hellas has not been suspended or debarred from performing work. information that has applied to your organization during the past ten years. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. L/UUUolylI CIIVCIupt: IL/, r:JUCL4/11-r:JlrM-4OCV-O IL)%, I,k L LJ IGLuVI C'4 Table 3: Industry Recognition & Marketplace Success Item Question Response* — 19 Describe any relevant industry awards or 2020 recognition that your company has received INC. 5000 List of America's Fastest Growing Companies in the past five years AUSTIN BUSINESS JOURNAL -Austin Area Commercial Construction Companies — Ranked Number Nine ERNST & YOUNG — Entrepreneur of the Year, Reed J. Seaton, CEO ENGINEERING NEWS- Top 600 Specialty Contractors — Ranked 102 SYNTHETIC TURF COUNCIL -Sports Project of the Year Award — Multi -Field Berl Huffman Champion Soccer Fields, City of Lubbock 2019 Engineering News Record Top 600 Specialty Contractors — Ranked 143 2018 ERNST & YOUNG — Entrepreneur of the Year, Reed J. Seaton, CEO SYNTHETIC TURF COUNCIL -Sports Project of the Year Award — Municipal Park & Sports Complex, City of Portland AMERICAN SPORTS BUILDERS ASSOCATION — Multi -Field Facility Award Winner, Municipal Park & Sports Complex, City of Portland 2017 INC. 5000 list of America's Fastest Growing Companies 20 What percentage of your sales are to the 2021— 5% governmental sector in the past three years 2020 — 2% 2019 — 6% 21 What percentage of your sales are to the 2021 — 95% education sector in the past three years 2020 — 98% 2019 — 94% 22 List any state, provincial, or cooperative purchasing contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? 23 List any GSA contracts or Standing Offers and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Isle oeluw die dNNlunulldic. 2019 1GPA - $30MM AEPA - $20 MM Allied States Cooperative - $5MM BuyBoard- $14MM CMAS- 0 GSA - $1MM Sourcewell - $650,000 TIPS USA - $4 MM 2020 1GPA - $25MM AEPA - $16 MM Allied States Cooperative - $8MM BuyBoard- $6MM CMAS- 0 GSA - 0 Sourcewell - $12 MM TIPS USA - $7 MM 2021 1GPA - $35MM AEPA - $33 MM Allied States Cooperative - $3MM BuyBoard- $20 MM CMAS- $2 MM GSA-0 Sourcewell - $30 MM TIPS USA - $2 MM Contract No. GS03FO227W — Schedule 078 — Sports, Promotional, Outdoor, Recreational, Trophies and Signs (Sports). Sales volume last three years: $971,450. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. LJUL;U01y II CIlvwu u IU. r JL/CG4M II j%.i t,%,UU IeeumI C4 Table 4: References/Testimonials Line Item 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name * Contact Name" Phone Number' Wichita State University Brad Pittman 316-978-5556 Keller Independent School District Eric Persyn 817-744-1066 Lindale Independent School District Jamie Holder 903-881-4001 Fayetteville Public Schools Steve Janski 479-287-5631 Table 5: Top Five Government or Education Customers Line Item 25. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type * State 1 * Province Scope of Work * Size of Transactions * Dollar Volume Past Three Years City of Portland Government Texas -TX Two sports complexes with $8.7 million and $8.5 $17 million multiple fields, sidewalks, fencing, million etc. Cypress Education Texas -TX Artificial turf, tracks, lighting at $14 million and $14 million $28 million Fairbanks ISD multiple sites Big Foot Education Wisconsin - WI Athletic complex with multiple $8 million $8 million Union HS fields District City of Eagle Government Texas -TX Athletic Park with turf fields, $15 million $15 million Pass tennis courts, lighting, sidewalks, fencing, etc Fort Bend ISD Education Texas -TX Athletic Park with turf fields, $16 million $16 million tennis courts, sidewalks, fencing, etc Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item 26 Question Response* Sales force. Hellas has a team of local Business Development Managers and Regional Vice Presidents of twenty-one individuals. Each live/work in a designated market area covering over 75% of the US sports construction market. We have sales staff in the following locations: Austin, TX Frisco, TX Houston, TX San Antonio, TX El Paso, TX Phoenix, AZ San Marcos, CA Wichita, KS St. Gabriel FL St. Louis, MO Las Vegas, NV Chapel Hill, NC Pittsburgh, PA Youngstown, OH Oklahoma City, OK Nashville, TN Seattle, WA Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. L/UUUJII-f. II CI IV CIUFIC IU. rUUCL,F/11-r JliM-'+DCU-O IL)% -%.A L/U ILLUU! C4 27 Dealer network or other distribution Hellas does not have a dealer network. Sourcewell members will work directly with methods. Hellas. 28 Service force. Hellas Construction, Inc. has a team of over 1,250 employees which give us the ability to handle more than 100+ projects around the nation concurrently; focusing on construction, turf, track, and tennis installation, design, surveying, and after -the -sale service and maintenance. Hellas also owns more than 1000 pieces of heavy construction equipment, operated by highly qualified staff with decades of unique skill and knowledge in sports construction under their belts. Please see MARKETING PLAN zip file for document entitled MARKETING BROCHURES which contains our "About Hellas Construction, Inc" brochure. LOCATIONS All service calls should go to our corporate headquarters location. Company Headquarters 12000 West Parmer Lane Austin, TX 78613 P: (512) 250-2910 1 F: (512) 368-2972 Our Manufacturing Facilities are located: Hellas Polymers 3511 County Road 200 Liberty Hill, TX 78642 Phone: 512-778-9922 Fax: 512-778-9956 Hellas Fibers 146 Industrial Park Drive Dadeville, AL 36853 256-786-0854 Hellas Textiles 75 Lowy Drive Chatsworth, GA 30705 Fax: 706-517-0853 Contact: Angie Stamey, Plant Manager astamey@hellasconstruction.com We have staffed personnel in the following locations that are able to visit and assess project sites. Austwl TX Frisco, TX Houston, TX San Antonio, TX El Paso, TX Phoenix, AZ San Marcos, CA Wichita, KS St. Gabriel FL St. Louis, MO Las Vegas, NV Chapel Hill, NC Pittsburgh, PA Youngstown, OH Oklahoma City, OK Nashville, TN Seattle, WA Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. Vul;uoiyii CIIVCIuptJ IU.ILLVV I C'4 29 Describe the ordering process. If orders Hellas' proposal process begins with the direct relationship between our customers will be handled by distributors, dealers or and our Hellas -employed Business Development Managers (BDMs) in which BDMs others, explain the respective roles of the strive to gain a solid understanding of our customer's needs to provide a solution Proposer and others. which best delivers. Once our BDM has personally met with the customer and visited the project site, the BDM communicates all of the relevant information to the Sales Process Specialist in our corporate office to start a file, assign an estimator and calendar the deadline for the proposal. A proposal is generated by our Estimating Team to include a color rendering produced by our Design Team for the customer to visualize its field or track. Our proposal includes Hellas' Sourcewell contract information and not to exceed pricing. Hellas strives to further discount its Sourcewell pricing to be as competitive as possible. Once the customer approves the proposal, Hellas works closely to coordinate schedules, draft contract, and bring the customer's project to fruition using our Hellas' trained and employed crews. 30 Describe in detail the process and Our customer service support philosophy is to exceed our customer's expectations. procedure of your customer service We achieve this by striving to do the job right the first-time minimizing warranty program, if applicable. Include your issues, educating our customers on the proper maintenance of our products and response -time capabilities and quickly responding to any customer service issues. commitments, as well as any incentives Should the need arise, Hellas will be available to members with any questions or that help your providers meet your stated issues regarding the maintenance of their surfaces by calling our corporate offices at service goals or promises. (800) 233-5714 Monday through Friday, 7:30 am to 5:30 pm Central Time. As previously stated, Hellas has several locations throughout the U.S. Installation crews are working on projects throughout the country at any given time, and we can dispatch someone immediately if working in the area. Hellas can perform repairs and warranty work at any time including after hours, weekends and holidays should the need arise at Owner's request. Our commitment is to provide the best quality products, installation and post - installation services to our customers while ensuring the safety of our employees and the public that will be using our facilities and sports surfaces. Since Hellas installs and services its own products and installations, we are able to maintain quality control within our company. 31 Describe your ability and willingness to Hellas is able to service all areas of the United States and is not restricted by any provide your products and services to other contracts. Sourcewell participating entities in the United States. 32 Describe your ability and willingness to Hellas is able and willing to explore opportunities in Canada more specifically areas provide your products and services to nearest our offices in the Seattle, WA area. _ Sourcewell participating entities in Canada. Identify any geographic areas of the United Canada. 33 States or Canada that you will NOT be fully serving through the proposed contract. 34 Identify any Sourcewell participating entity None. sectors (i.e., government, education, not -for - profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 35 Define any specific contract requirements Hellas holds a Certificate of Authority and Contractor's licenses in all in fifty states or restrictions that would apply to our including Alaska and Hawaii. There are no restrictions of which we are currently participating entities in Hawaii and Alaska aware. and in US Territories. 11 Table 7: Marketing Plan Line Item 36 Question Describe your marketing strategy for promoting this contract opportunity. Upload representative samples of your marketing materials (if applicable) in the document upload section of your response. ,Response Please see document entitled Marketing Brochures in Marketing Plan zip file. Hellas can co -brand Hellas and our Sourcewell contract on any of our marketing materials for use at trade shows, e-mail blasts and distribution by our sales team. SALES MEETINGS Hellas' sales team meets several times per year where they are provided with updates and continuing education on our cooperative contract to include market trends and initiatives. Our sales force is in constant communication with our Estimators, Director of Sales and full time Cooperative Contract Manager who are very familiar with our Sourcewell pricing and facilitate proposals to our customers. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUUJIIJ. I I CI Ivt!1upC IU. rJL1C44M I -r JI..M-4D1=U-0 I JI.'l..liUU I GLVV I CH These Sales Meetings are integral to reinforcing the central focus of our sales efforts — which is to utilize cooperative purchasing as a sales tool. EMPLOYEE COMMUNICATIONS Emails and press releases will be sent to all key employees company -wide regarding our Sourcewell contract and projects. NEW EMPLOYEE TRAINING New employees are educated one-on-one on the benefits of our Sourcewell contract, and Hellas ensures they understand the cooperative purchasing process. IN-HOUSE MARKETING DEPARTMENT Hellas also has an in-house marketing department located at our corporate headquarters in Austin, Texas. It is here all marketing materials, collateral, and campaigns are created, developed and managed. Hellas has in-house printing capabilities allowing us to provide Sourcewell member agencies with print materials on demand. The following are dynamic, experienced, and competent individuals that comprise our marketing team -- a complete team committed to marketing this Contract. Sydney Stahlbaum — Director of Sales and Marketing. Sydney brings a decade of experience in the sports construction industry to her leadership of the Hellas Sales and Marketing teams. Her experience has shown that the Sourcewell contract is an invaluable selling tool that brings values to Hellas' clients and Hellas itself. As such, Ms. Stahlhaum will ensure that the sales team and marketing team are aligned in promoting use of the Sourcewell contract. Claudia Villegas - Graphic Design Specialist. Claudia has over 20 years in graphic design and is responsible for website graphic management, graphics development, logo development, designing cut sheets, brochures, pamphlets, signs, banners, advertisements, binders and other graphic projects as they arise. She also edits photography. presentations, video, audio, and commercials, as needed. She assists the sales team and construction crews with signage and banner ordering as needed. She is also fluent in Spanish. Brittany Longoria — Graphic Designer. Brittany assists Claudia in executing graphic design projects. She integrates a fresh eye for design into Hellas' established brand standards. Knute O'Donnell — Marketing Specialist. Knute is responsible for all tradeshow coordination, special events, marketing events, sales support, as well as ordering and maintaining promotional items, cut sheets, brochures, samples, and marketing materials. He is a key point of contact for our field sales team, providing them with the valuable support needed to excel in all sales efforts. Estefania Zuluaga — Marketing Coordinator, Estefania provides support to the entire Marketing and Sales Team. She assists with tradeshow coordination and ensures Hellas' sales team has all of the marketing materials and product samples needed to successfully market and present Hellas' products and services to current and prospective customers. Jeff Power — Photographer and Videographer. Jeff brings a career of sports reporting to Hellas as the company videographer and photographer, going on site for finished projects and special events. He writes speeches and articles for the company and employees as needed. Caroline Copeland — Special Projects Manager. Caroline Copeland is a seasoned professional with decades of experience in business -to -business marketing. Caroline tackles special projects and makes an impact in the business ensuring we have the highest visibility inside and outside of the company. She is responsible for writing press releases and articles, creating and editing copy for brochures, pamphlets, cut sheets, website, campaigns and advertisements. She creates taglines and sales slogans, as well as technical product description information for collateral. Hellas will collaborate on marketing efforts with Sourcewell members and future Sourcewell members in the following ways: • Multimedia public relation campaigns • Handouts and brochures • Partnering at trade shows • On -site support • Special event coordination Hellas exhibits at various venues including those that target School Boards, Administrators, Procurement Officials, Coaches, Athletic Directors, etc. at every level from K-12 through post -secondary education. Below is a list of shows, we are currently scheduled to attend for the 2022: SHOW DATES & LOCATIONS American Baseball Coaches Association 1/6/2022-1/9/2022 United Soccer Coaches 1/19/2022-1/23/2022 Sports Turf Managers Association 1/19/2022-1/20/2022 The School Superintendents Association 2/16/2022-2/18/2022 National Parks and Rec Association 9/20/2022-9/22/2022 National Athletic Directors Conference 12/9/2022-12/13/2022 American Sports Builders Association TBD National School Boards Association 4/2/2022-4/4/2022 Colorado Athletics Directors Association 5/1/2022-5/2/2022 Arizona Interscholastic Athletic Administrators Association Sep-22 Arizona School Boards Association Dec-22 Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. Lluuuolly.lI CI IvvluptC IU. rVLJCG'FM I-r U%..,M-'fOCV-O IL)% -%. LJLJ ILLVV1 C'F 37 Describe your use of technology and digital data (e.g., social media, metadata usage) to enhance marketing effectiveness. New Mexico School Board Association Dec-22 Utah AD Show 4/6/2022-4/9/2022 Utah Parks and Rec March 14-16 2022 Washington Recreation & Park Association 4/13/2022-4/15/2022 Colorado Association of Educators Jul-22 AZLAS Winter Conference 1/9/2022-1/10/2022 California School Boards Association 12/1/2022-12/3/2022 Washington State School Directors Association 11/16/022-11/19/2022 California Coalition for Adequate School Housing 2/23/2022-2/25/2022 Washington Parks And Rec 4/13/2022 Washington Association of Maintenance and Operations Admins 10/6/2022 Oregon Athletic Directors Association TBD Texas High School Baseball Coaches Association 1/13/2022-1/15/2022 TASA Mid -Winter Conference 1/30/2022-2/1/2022 Texas Recreation & Parks Society 2/15/2022-2/18/2022 Texas Association of School Business Officials 3/1/2022-3/2/2022 Texas High School Athletic Directors Association 6/12/2022-6/15/2022 THSADA Golf Tournament Jun-22 Texas High School Coaches Association 7/16/2022-7/19/2022 Texas Association of School Admin/School Boards 9/23/2022-9/25/2022 Texas Municipal League 10/5/2022-10/7/2022 Mexican America School Board Association Deciding in Jan on date TASBO School Operations Conference 11/4/2022 TASBO Engagement Conference 3/1/2022 City of Palms Football Coaching Clinic 1/28/2022 DFW Coaching Clinic 1/28/2022 Alamo City Coaching Clinic 1/21/2022 Lone Star Coaching Clinic 2/11/2022 Piney Woods Football Clinic 1/14/2022 Mississippi Athletic Administration Association 1/11/2022-1/14/2022 Wisconsin Education Convention (WASB) 1/19/2022-1/20/2022 Illinois Association of Parks Districts 1/27/2022-1/28/2022 Wisconsin Athletic Directors Association 11/6/2022 Iowa Football Coaches Clinic 3/4/2022 Arkansas Athletic Directors Conference 3/9/2022 Arkansas Association of Educational Administrators 7/26/2022 Oklahoma Athletic Directors Conference Jun-22 Cooperative Council for Oklahoma School Administrators 6/7/2022-6/9/2022 Kansas School Board Association Nov 11-Nov 13 2022 United School Administrators - Kansas Annual Convention TBD Pennsylvania State Athletic Directors Association 3/16/2022 Ohio School Board Association 11/1/2021 Southern Association of Independent Schools 10/23/2021-10/25/2021 North Carolina School Boards Association 11/14/2022-11/16/2022 Florida Interscholastic Athletic Administrators Association 4/29/2022-5/2/2022 Florida Recreation & Parks Association 8/29/2022-8/30/2022 Maryland Rec and Parks 4/5/2022 Georgia Association of School Facilities 10/23/2022 Pennsylvania School Board Association 10/31/2022 Pennsylvania Athletic Directors Show 3/15/2022 WV AD Show 4/2/2022 Kentucky School Boards Association 2/25/2022-2/27/2022 Virginia Interscholastic Athletic Administrators Association 3/23/2022 - 3/26/2022 New Jersey League of Municipalities 11/15/2022 Hellas uses and will continue to use various marketing strategies to educate end users of our superior products, services and processes through various outlets such as the following: • A national salesforce all employed directly by Hellas ensuring a direct and clear message to our customers. • Print advertisements in publications. • Our various websites such www.hellasconstruction.com, www.matrix-turf.com, www.epiqtracks.com • Social media such as Facebook, Linkedln, Instagram, and Twitter. • Through our partnerships with professional teams such as the Dallas Cowboys, Houston Texans, Miami Dolphins, Jacksonville Jaguars, and Las Vegas Raiders. Customized marketing materials • Tradeshows • Press Releases Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. Uuuu Jlly. I CIIvCIup", IU. IJI..-%_,LiUU 38 In your view, what is Sourcewell's role We believe that Sourcewell's role is to market the quality and caliber of its vendors and in promoting contracts arising out of promote itself as a cooperative agency that stands out among the rest. Hellas relies this RFP? How will you integrate a on Sourcewell to encourage purchasers especially at the State level to adopt Sourcewell's Sourcewell-awarded contract into your contracts. sales process? Hellas has successfully integrated our Sourcewell contract into our sales process which has been proven by the exponential growth of our current Sourcewell contract in recent years. Hellas will continue to lead with the cooperative contract option in our sales process. 39 Are your products or services We do not have e-procurement capability; however, we are as accommodating as available through an e-procurement possible to our customers to ensure a seamless process. We have not been unable ordering process? If so, describe your to "close a deal" for not offering e-procurement. e-procurement system and how governmental and educational customers have used it. Table 8: Value -Added Attributes Line question Item 40 Describe any product, equipment, maintenance, or operator training programs that you offer to Sourcewell participating entities. Include details, such as whether training is standard or optional, who provides training, and any costs that apply. Response - Post -Installation Support Our post -installation support and training is a standard feature offered by Hellas at no additional cost on the care and maintenance of our customer's athletic surfaces immediately following installation by our trained onsite personnel. Hellas also provides written Care & Maintenance Instructions during and at the close of a project. Please see our MAINTENANCE MANUALS document in the WARRANTIES AND MAINTENANCE zip file. After building a first-c$ass sports venue. regular maintenance and cleaning will extend the lifespan and good looks of our surfaces. Hellas offers cleaning equipment, technicians, and education. Our line of maintenance solutions not only enhance, but guarantee every sports surface looks and feels new long after its completion. Customers have the option to purchase our maintenance services and/or cleaning equipment for future maintenance of their surfaces. Hellas crews will professionally groom and clean synthetic turf fields and running tracks once or twice per year through our CleanSweep® Turf Grooming Service and our ePQ TRACKS® Cleaning System. We also offer turf grooming equipment which grants our clients the ability to maintain their own playing surfaces should they so desire. Please see our Pricing Schedule under Table 12 for these options as well as the MAINTENANCE SERVICES document In the WARRANTIES AND MAINTENANCE zip file. 41 Describe any technological Hellas is always at the forefront in our industry looking for innovative ways to improve the advances that your proposed environment and our products' safety, reliability, performance, and aesthetics. products or services offer. Our most recent new innovative offerings include: Clean 03 Covo Killer Turf Sanitation Service is designed to meet the demand of our customers as a result of the recent pandemic. Clean 03 by Hellas Construction is a field disinfection program that provides peace of mind to synthetic turf owners. In addition to effectively eliminating the Comnavirus, Clean 03 also eliminates MRSA, Salmonella, Noroviruses, and E. coil by applying Ozone to the surface. EcoNailer — Is an environmentally friendly nailer board used to secure the synthetic turf in place. Eco Nailer is 100% recycled plastic made from turf waste. Eco Nailer will not rot, mildew, decay, or warp, even under extreme freeze -thaw cycles and in wet climates. Eco Nailer has a 25-year warranty and will last two to three turf cycles. Hellas' developed our Helix feature for our Matrix@ synthetic turf which has shape memory technology that is added during our manufacturinglextrusion process which makes each fiber curl. The curled monofilament fiber secures the infll which prevents migration and "splash out" and produces a uniform, aesthetically pleasing surface. Helix brings memory tenacity, similar to a muscle fiber, that allows the turf to bounce back after use. Matrix Turf with Helix has a unique shape and design that makes it the most resilient, stable and durable monofilament fiber in the market. We offer field cooling technology for very hot climates with a selection of infrlls such as: GeoPlusM is a coconut and cork infrll which was introduced several years ago and gained considerable momentum in the marketplace due to its surface cooling technology. This lead to other innovative infrll options. EcothermTm infill is the newest innovation exclusive to Hellas. It's 100% recyclable and made from recycled vinyl TPU and cellulose fibers. The uniquely shaped granules pull moisture from the air to reduce field surface temperatures by as much as 20°, versus the surface temperature of a synthetic turf field with black crumb rubber. Please see PRODUCT INFORMATION document. 42 Describe any "green" initiatives Hellas is the industry leader when it comes to protecting the environment. We believe the that relate to your company or to next generation of sports construction projects should leave a positive impact and not your products or services, and sacrifice ecological or social necessities. include a list of the certifying Our internal manufacturing of non -toxic polyurethanes are the foundation of our quality agency for each. products. Hellas' products contain no heavy metals or toxins, providing "greener" running tracks and synthetic turf systems. Our court surfacing products test excellently in solar reflectivity. They are environmentally friendly latex and water -based acrylic coatings, suitable Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. Vul;uoiyii CIIVCIuytC IU. rJUr_4,+m I:JIJ-VI,UU ILLVyI C'# for all outdoor sports court surfaces. We use eco-friendly, locally sourced, recycled materials and resources, from the concrete and asphalt for parking lots and sidewalks, to our synthetic turf infills and LED lighting systems. With our exclusive REALFILLTM infill system, as well as our epiQ Tracks® running systems, our projects result in more than 25 million tires recycled every year. Hellas offers our Geo Plus infill as an alternative, made from 100% plant -based, organic materials. This combination of carefully selected, specially treated, organic coconut fibers and cork ensure the highest level of sports performance, compared to the experience on a natural grass field, and with 90% less water usage. We use EcoNailer nailer board which is an environmentally friendly nailer board used to secure the synthetic turf in place. Eco Nailer is 100% recycled plastic made from turf waste. Eco Nailer will not rot, mildew, decay, or warp, even under extreme freeze -thaw cycles and in wet climates. Eco Nailer has a 25-year warranty and will last two to three turf cycles. Our effective drainage systems reduce runoff and control each project site's water balance, while our synthetic turf systems reduce water consumption for athletic and landscaping projects by up to 100%, saving millions of gallons of water every year. Hellas will use our expertise, products and technology, to help your project earn you points to become LEED certified. Because Hellas is vertically integrated, we have the capability of meeting our client's product and construction requirements for LEED certification beyond the information provided below: SUSTAINABLE SITES: Construction Activity Pollution Prevention Hellas reduces pollution from construction activities by controlling soil erosion, waterway sedimentation, and airborne dust by performing a SWPPP (Stormwater Pollution Prevention Plan). Site Assessment Before project design begins, Hellas evaluates sustainable options after performing a survey that provides information regarding topography, existing vegetation, and a geotechnical analysis on the project site's soil consistency. We then inform related decisions about the site design based on these findings. Rainwater Management Through our effective drainage system, we can reduce runoff and control the water balance of the site. Heat Island Reduction Hellas reduces heat islands and minimizes effects on human and wildlife habitats and micro - climates by testing excellently in solar reflectivity for TPS 5000 court surfacing products. Solar reflectivity is the ability of a material to reflect sunlight back into the atmosphere which reduces heat absorption from the sun. WATER EFFICIENCY: Outdoor Water Use Reduction By using our synthetic turf systems, we can reduce outdoor water consumption for athletic and landscaping projects. Our patented Realfill system, containing recycled rubber and requires no irrigation. Indoor Water Use Reduction Hellas can reduce indoor water use by implementing low water consumption fixtures and fittings. MATERIALS AND RESOURCES: Building Life -Cycle Impact Reduction Hellas can reuse products and materials including recycled rubber in synthetic turf infill and running tracks, while also recycling asphalt and concrete sidewalks, parking lots, etc. Sourcing of Raw Materials Locally sourced, reused, or recycled materials (drainstone, concrete, and asphalt, etc.) within a 100 mile radius of the project site can qualify a project to achieve LEED credits. Material Ingredients Hellas selects the best raw materials as ingredients for our products. These ingredients have an accepted methodology and are verified to minimize the use and generation of harmful substances. PILOT CREDITS: Walkable Project Site Hellas' Design Department can incorporate sidewalks, walking trails, etc. to promote non - motorized transportation to the project site. Prevention Through Design Hellas' Safety Department promotes cost-effective employee safety and health throughout the building life -cycle by conducting mandatory safety meetings, forums, and evaluations to confirm compliance to all safety regulations. Assessment and Planning for Resilience Before a project is designed, our team communicates with the client to plan for potential impacts of natural disasters or disturbances of the project site. Please see Green Initiatives brochure within the MARKETING BROCHURES document located in the MARKETING PLAN zip file. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. LJUL;UJllJ.l I CIIvulupt! IU. ruUCG'#M I-rul-M--Mr_U-O 144UUI C'F 43 Identify any third -party issued eco- labels, ratings or certifications that your company has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life -cycle design (cradle -to -cradle), or other green/sustainability factors. Hellas has been able to assist customers with obtaining LEED certification. Please refer to response to number 42. 44 Describe any Women or Minority Hellas Construction, Inc. is not HUB, M-WBE, or SBE certified. However, we strive to utilize Business Entity (WMBE), Small Minority, Woman and Disabled Veteran Owned Business Participation (MBE/DBE) suppliers Business Entity (SBE), or veteran and subcontractors local to the project when possible. owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. 45 What unique attributes does your Hellas is unique as we place great value on the advancement of the skills and knowledge company, your products, or your of our employees. We encourage continuing education by offering financial incentives to services offer to Sourcewell those that seek professional degrees and certifications in the fields of construction, design, participating entities? What makes project management and specifically sports field, running track and tennis court your proposed solutions unique in construction. Hellas has staff that includes engineers, architects, professional surveyors, your industry as it applies to project managers, and sports surface builders certified by the American Sports Builders Sourcewell participating entities? Association. Please see uploaded document entitled "ASBA Certifications in the FINANCIAL STABILITY zip file. Hellas is also unique in that we are full service one stop shop solution to Sourcewell members for their athletic facility needs. Hellas can sern,e as a general contractor, manufacturer and installer of all our sports surfaces and related equipment and services to ensure a seamless experience from order to project completion. Sourcewell members will have a dedicated project manager who is the sole point of contact for any project -related issues. We not only offer the sports surfaces but any construction -related services including site clearing, site work, storm water pollution prevention, flatwork, asphalt work, drainage, fencing, and any other ancillary work relating to the sports surface desired by the Sourcewell member. Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line f Question Item I Response - 46 Do your warranties cover all products, parts, and Hellas warrants parts and labor on our manufactured synthetic turf products, labor? running track products and tennis courts. Hellas provides the industry standard on our warranties; although, historically our surfaces outlast the warranty periods if they are properly maintained. Hellas provides training and maintenance manuals upon completion of a project on proper care of our surfaces. Hellas' warranty periods are as follows: Construction: One-year Synthetic Turf Surfaces: Eight years Running Track Surfaces: Five years for new polyurethane tracks. One year for polyurethane re -tops Three years for latex tracks Tennis court surface: One year Extended warranties are available. Please see Warranties provided under WARRANTIES folder. 47 Do your warranties impose usage restrictions or Our warranties expressly state any limitations of the warranty which are other limitations that adversely affect coverage? reasonable and standard in the indLIstry. 48 'Do your warranties cover the expense of Yes. +technicians' travel time and mileage to perform !warranty repairs? Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. VVI:VJRy.II CIIvulupC IL/. rJL/CG'!M I-r:7lrM-YCCV-O Iuu-%,l,L/U ILLV.7! CY 49 Are there any geographic regions of the United States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? Hellas can provide warranty repairs with Hellas certified employees anywhere in the U.S., but we have not established business operations in Canada. We have a streamlined Warranty Claim process in place. Hellas' policy is to respond to customer warranty issues between 24 and 48 hours of notification. Hellas has installation crews working on projects throughout the U.S. at any given time and can dispatch a crew immediately depending on the urgency of the claim, if we have crews working in the area, and if Owner can secure the area for our crews to perform the work. We work closely with the Owner to schedule the work once Hellas has received the information needed to assess the issue such as detailed photos from the Owner, we have verified the claim is within the warranty period and the Owner has made the premises available for our crews to mobilize and do the work. Hellas can perform repairs and warranty work at any time including after hours, weekends and holidays should the need arise at Owner's request. Our superintendents and crew foremen are equipped with cell phones, cameras and laptops enabling them to report progress in nearly real time if so requested. Hellas is always available to its customers with any questions regarding the maintenance of their surfaces by calling our corporate offices at (800) 233- 5714 Monday through Friday, 7:30 am to 5:30 pm Central Time. 50 Will you cover warranty service for items made by Hellas is a Sole Source of Responsibility vendor. Since Hellas other manufacturers that are part of your proposal, manufactures and installs with our own employee crews, we are able to or are these warranties issues typically passed on cover most warranty issues ourselves directly. We have a network of trusted to the original equipment manufacturer? equipment suppliers that work with us on hundreds of installations and value their relationship with Hellas. As such, should any issues arise with equipment supplied by these suppliers, the Sourcewell member should contact Hellas directly, and we will facilitate the repair or replacement of any defective equipment. 51 What are your proposed exchange and return We want our customers to be 100% satisfied with their project. We work programs and policies? very closely with our customers through the submittal process wherein we provide detailed drawings, specifications, product samples and color samples for our customers to know exactly what they are being provided. We also walk through the completed project to ensure customer satisfaction and do not leave the site until this has been achieved. If a customer is unhappy with any athletic equipment or maintenance equipment, Hellas will make every effort to repair or exchange within a reasonable time after installation. We do not put a deadline on maintaining customer satisfaction. Replacement times for sports surfaces: As the manufacturer of our own sports surfaces, we are not affected by the potential delays that can be caused by having to order replacement materials from a third -party making our replacement times up to several days (or more) less than some competitors. The following are examples of replacement times once our crews are on site as each claim's severity will vary thus varying the replacement times. SYNTHETIC TURF SURFACE: We provide our customers with stock materials after our turf installation in case the turf is damaged or a section of the turf needs to be replaced for reasons other than defective turf material. The majority of Hellas' minor turf repairs have been completed within 1-2 days. Replacement of an entire field would take approximately 21 days. Please note, Hellas has never had a defective field replacement. TRACK SURFACE: The removal of an existing surface from an entire track oval takes approximately 2-3 days depending on the type of surface. For perspective, an entire new track surface on a 5200 SY track can be installed in 3-7 days depending on the track product. TENNIS SURFACE: 1 court — 2 days. 2 courts — 3 days. 8 courts — 9 days. Please note: Replacement times can be affected by weather, availability and security of the grounds to make the repairs and type of surface being repaired as installation times vary depending on the product. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUU01 I I CI IvC uytz; IL). rUL/CG'}M I-r-U1,M-4DCU-O IUIi-li l,UU IGGUUI CV 52 Describe any service contract options for the Hellas provides professional cleaning/grooming services for our synthetic turf items included in your proposal. and running track systems. These are more detailed in the brochures provided under the MAINTENANCE SERVICES folder and pricing is available in our price list. Table 10: Payment Terms and Financing Options Line m Ite53 Question Response' Describe your payment terms and accepted payment Net 30. Check, EFT, credit cards. methods. 54 Describe any leasing or financing options available for use Hellas can provide captive partners for financing terms. Hellas is by educational or governmental entities. also willing to work with Sourcewell awarded financing vendors should the need arise. Please note, it is seldom that Hellas to be approached by a customer needing financing. 55 Describe any standard transaction documents that you Hellas normally accepts our customer's form of contract or purchase propose to use in connection with an awarded contract order which will be reviewed by our Contract Management (order forms, terms and conditions, service level department. Occasionally, a customer will request that Hellas agreements, etc.). Upload a sample of each (as provide a draft contract. Hellas will use an A105 contract applicable) in the document upload section of your (American Institute of Architects) which is an industry accepted response. template and will work with the customer to reach agreeable terms. 56 Do you accept the P-card procurement and payment Hellas does not currently offer this option and customers have not process? If so, is there any additional cost to Sourcewell required it, but we are willing to look into this if it is beneficial to participating entities for using this process? members. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UVVUJIIy. II CIIvulupC IU. r JUCL'+J-%I :Jl,/1WCCU-O IJI.-I.I,UU ILGV�I C4 Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Question T ____TResponse Item 57 Describe your pricing model (e.g., line -item discounts or _ Hellas is offering a minimum 2.5% line item discount off of our product -category discounts). Provide detailed pricing data MSRP. Please see "Hellas Sourcewell Pricing Schedule." (including standard or list pricing and the Sourcewell discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) in the document upload section of your response. 58 Quantify the pricing discount represented by the pricing The minimum discount is 2.5%. Hellas typically and historically has proposal in this response. For example, if the pricing in offered Sourcewell members a discount exceeding the 2.5%. your response represents a percentage discount from MSRP or list, state the percentage or percentage range. 59 Describe any quantity or volume discounts or rebate Hellas does not have a set discount offered on volume since our programs that you offer. projects are typically large-scale. Hellas will determine on a case - by case basis and will provide discounts when multiple . surfaces/facilities are part of one contract. 60 Propose a method of facilitating "sourced" products or For products/materials and/or services requested or needed on a related services, which may be referred to as "open project that are incidental to the products and services we offer, market" items or "nonstandard options". For example, you Hellas will not exceed IRS Means for the product/material and/or may supply such items "at cost" or "at cost plus a labor. For products/materials not available through IRS Means, percentage," or you may supply a quote for each such Hellas will procure these items at cost plus a percentage to the request. customer not to exceed 20%. 61 Identify any element of the total cost of acquisition that is Items such as site visits or inspections are all part of the sales NOT included in the pricing submitted with your response. process, and Hellas does not charge for this. Our Sourcewell This includes all additional charges associated with a pricing includes installation unless expressly stated otherwise. purchase that are not directly identified as freight or Training on the maintenance of the surface is included and is done shipping charges. For example, list costs for items like pre- at the conclusion of the project. Our pricing does not include delivery inspection, installation, set up, mandatory training, shipping, taxes, prevailing wages or bonds. These are pass or initial inspection. Identify any parties that impose such throughs to the customer. costs and their relationship to the Proposer. 62 If freight, delivery, or shipping is an additional cost to the All Hellas manufactured turf materials are shipped from Chatsworth, Sourcewell participating entity, describe in detail the GA to the job site. Shipping costs for each turf project are charged complete freight, shipping, and delivery program. per full truck load (FTL)or less than truck load (LTL) and are invoiced to Hellas. We pass this invoiced amount to the customer without markup. All track surfacing materials are shipped from point of origin to the job site in full truck load (FTL) or less than truck load (LTL) and shipping costs are invoiced to Hellas. We pass this invoiced amount to the customer. 63 Specifically describe freight, shipping, and delivery terms or Same as prior response. programs available for Alaska, Hawaii, Canada, or any offshore delivery. 64 Describe any unique distribution and/or delivery methods or None. options offered in your proposal. Table 12: Pricing Offered The Pricing Offered in this Proposal is:' , Comments c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing _T departments. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUUJII-f.l I CI IVCIupu IU. r:JUCL4H I-1-:J 1..H-'4O CU-O IUI.-l.liUU ILGU.7l C•# Table 13: Audit and Administrative Fee Line Item 66 67 W.- Question Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. If you are awarded a contract, provide a few examples of internal metrics that will be tracked to measure whether you are having success with the contract. Identify a proposed administrative fee that you will pay to Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per -unit fee; it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Response Ruth Hawley is our designated person responsible for Sourcewell reporting and transmittal of administrative fees. Hellas has historically reported and transmitted fees timely. Our Sourcewell pricing is managed by our VP of Estimating and Director of Estimating and is provided to each member of our team of estimators for reference and compliance when preparing a Sourcewell proposal. Ruth Hawley is our dedicated and designated person at Hellas that tracks all of our Sourcewell sales, keeps in regular contact with Nick Trout, our Sourcewell contract manager, ensures our sales team is notified and encouraged to attend Creating Success with Sourcewell webinars and local Sourcewell University offerings. Hellas' administrative fee has been 1 % historically, and we would like to continue with the fee which improves our competitiveness as our average contract is approximately in the six figure range. Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Question Item Response 69 Provide a detailed description of the Hellas is offering the manufacture, design and installation of our sports playing equipment, products, and services that you surfaces to include synthetic turf, running tracks and courts. Our market leading are offering in your proposal. brands manufactured by Hellas are: • Matrix Synthetic Turf • Velocity Synthetic Turf • Fusion Synthetic Turf • epiQ Tracks Surfaces • TPS 5000 Tennis Court Surfacing Product literature for these products is provided in the PRODUCT INFORMATION folder. Hellas provides: • Installation of these surfaces which may include full construction not just the surface. • Professional maintenance of those surfaces. • Equipment ancillary to the playing surfaces • Maintenance equipment. • Design of the surfaces and facilities Please refer to our price sheets which are broken out by category (Turf, Track and Tennis), and lists each specific product that falls under each category. For products/materials and/or services requested or needed on a project that are incidental to the products and services we offer, Hellas will not exceed RS Means for the product/material and/or labor. For products/materials not available through RS Means, Hellas will procure these items at cost plus a percentage to the customer not to exceed 20%. 70 Within this RFP category there may be Please see our uploaded Sourcewell Pricing Schedule under Table 12. subcategories of solutions. List subcategory titles that best describe your products and services. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUU01yII CI IV"1UPt! IU. rULJC44M I-r UUM-+DCU-O IUU-t,%,LlU ILLUJ/C'i Table 14113: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Item Category or Type Offered * Comments 71 Indoor and outdoor athletic and recreational r: Yes Hellas offers a complete line of artificial turf and running artificial turf and running track surfaces and r No track systems manufactured by Hellas. Hellas also has the sub -surfaces in-house personnel and equipment to not only offer the surfaces but any required sub -surface work such as site work and drainage. 72 Equipment, options, accessories, technology, l: Yes Hellas offers all of the equipment and accessories necessary materials, and supplies complementary or r No for a full turnkey installation of fields, running tracks and incidental to the purchase of a turnkey or courts ready for play. complete solution of the types described in Line 71 above 73 Services related to the offering of the r- Yes Hellas employs the skilled personnel used to remove and solutions described in Lines 71 and 72 r No dispose of any existing surfaces that need replacement, to above, including installation, removal, disposal, install the new surfaces and to train our customers on the refurbishment, inspection, repair, maintenance, use and maintenance of their new playing surface. Hellas is training, and support a one -stop shop turnkey solution. Table 15: Industry Specific Questions Line Item 74 Question Describe any unique advantage your product offers in relation to design, manufacturing, performance, maintenance, and product longevity. Response* Hellas is a full service provider of synthetic turf fields, running tracks, tennis courts and the facilities that house them. We are unique as we manufacture the fiber and polyurethane that go into our synthetic turf and running track systems which we install using our own trained personnel. We are able to ensure quality control of our products and installation from start to finish. By controlling our entire supply chain starting with manufacturing, Hellas can guarantee quality and peace of mind when it comes to your project. Hellas' products start with high-performance, raw materials utilizing our newest proprietary formulas. All of our products are made in America. Hellas Polymers, LLC: At Hellas Polymers, we manufacture polyurethanes for the backing for our synthetic turf systems, our running track binder and acrylics for our court surfacing systems. We have a dedicated quality control lab that ensures all polyurethane products pass our quality and durability test. Hellas Polymers ensures on -time production and direct distribution to every one of our projects. Our Eco-Manufacturing Process (EMP) was developed in-house to make our Polymers a market leader in the green manufacture of polyurethane products. Hellas specializes in providing superior manufacturing methods while using greener technologies to create an incomparable product, sustainably from our plant. Our Polymers are derived from non -petroleum based materials producing the most eco-friendly components. We directly ship our polyurethane coating materials to Hellas Textiles, LLC. Hellas Fibers, LLC: At Hellas Fibers, we begin the process by producing our synthetic yarn using one of the best resins available in the market today. We understand that optimizing the process is the key to produce the best possible yarn. Our manufacturing crews, who have over 40 years of experience in the industry, will make sure that every stage of the line production meets all critical criterion (i.e. melting point, water & oven temperature, lubricants etc.) to ensure accurate levels. Our quality control crew checks the yarn not only at regular intervals but also at random intervals ensuring the yarn quality be maintained throughout the process. As a result, by using the best resins with higher carbon bonding and a balanced optimization process, we produce the best yarn in the industry. Our products offer: Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUI;U'D1Y1I CI Ivuluyu IU. r:JUC44/Y 1-r Ul�M-4DCU-0 IILLU.7! C'4 • Resiliency • Increased softness • Lower shrinkage Durability • UV stability • Higher resistance to tear and embrittlement. Our experienced fiber extrusion tearn skillfully handles every strand of fiber that goes into our turf. Hellas Fibers is the starting point of every one of the thousands of fields installed around the country. Our equipment, machinery, and experience ensure our clients receive the highest quality of turf customized to fit each unique specification. We then ship the yam to Hellas Textiles for tufting. Hellas Textiles, LLC: Once the yarn is received at Hellas Textiles, we begin the tufting process by using high quality, custom made tufting machines. Unlike other turf products, we use an additional layer of backing to provide more strength for the tuft binding. A stronger tuft bind creates a stronger, more durable turf making it ideal for increased utilization for many years. Once tufting is completed, the turf roll is sent to be coated with the polyurethanes manufactured by Hellas Polymers. Our service provider does this task for us with over 40 years of experience. Our employees observe the coating process and make sure that it is performed to our specifications throughout the process. The finalized turf roll gets a final wrap with the Hellas logo and is shipped onsite to the client by our trucking company who has been in business with us since our inception. Our systems are more than just turf. Hellas Textiles houses the machinery and staff expertise required to tuft the turf. Hellas possesses the best technology and experience to manufacture the finest synthetic turf systems in the country. Hellas Textiles manages everything from turf inspection and yarn quality testing through tufting, c�aating, and delivery of the synthetic turf systems. At Hellas, we are involved in our product every step of the way from yarn production to complete installation and after sale services and maintenance. We pride ourselves in being the one -stop -shop for sports construction from start to finish. Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUuuol II CIIvulviou ILJ. r:JUCG•1M I-r:Jl../i-'FO CU-O Izzuvf C'F IET Describe any sustainability design features your product offers. Describe the installation process and how it is managed from product order to completion. Hellas is on a mission — a mission to make a difference not only for the world today, but for generations to come. The leader in sports construction and athletic surfaces, Hellas has regularly attends Green Sports Alliance Summit to continue our green initiatives and education on green practices and technologies. The event is the world's largest and most influential conference for the world of sports to discuss ideas and practices of sustainability and advancements in the field. Hellas has always practiced using eco-friendly, locally sourced, and recycled materials and resources in order to reduce the carbon footprint. To provide the best sports surfaces and athletic facilities, Hellas continues to research and develop new technology to make products and practices greener. Hellas was the first major U.S. turf manufacturer to remove isocyanate and solvents out of the synthetic turf field installation process. In-house chemists and internal manufacturing of non -toxic polyurethanes are the foundation of quality products for top-notch sports facilities. Hellas' products contain no heavy metals or toxins, providing environmentally friendly running tracks, synthetic turf systems, and water -based acrylic court surfaces. Before project design begins, Hellas evaluates sustainable options after performing a survey that provides information regarding topography, existing vegetation, and a geotechnical analysis on the project site's soil consistency. Once construction begins, Hellas maintains a sustainable project site by reducing pollution from construction activities through controlled soil erosion, waterway sedimentation, and airborne dust by performing a Stormwater Pollution Prevention Plan (SWPPP). Effective and planned drainage systems aid in reducing runoff and maintaining a controlled water balance on the job site. Through the exclusive RealfillTm synthetic turf infill and epiQ Tracks® all- weather running track surfaces, over 25 million tires are recycled every year, reducing the build-up in landfills. In addition to the use of these recycled products, a client can upgrade their synthetic turf system to our various organic infills. our synthetic turf systems reduce outdoor water consumption for athletic and landscaping projects. Realfill infill requires no irrigation, while the all - organic GeoPlus infill, composed of coconut fibers and cork, reduces water consumption by up to 90% From raw materials to installation, our products are engineered through a non -toxic, eco-friendly process. Hellas prides itself in being a socially responsible player in the sports construction industry, by using our capability and knowledge to meet client's product and construction requirements for LEED certification. Once Hellas has received a Letter of Intent, purchase order or signed contract from the project Owner, Hellas ensures the project is placed on our schedule to ensure project completion as required by the Owner. Hellas self -performs most of the work on our projects since we employ the personnel and own over 1,000 pieces of construction equipment. As such, we are able to seamlessly provide services at an accelerated rate that would otherwise need to be scheduled with third parties. Hellas provides all of the following pre -construction and construction services with its own personnel and equipment: • Site Evaluation and Assessment • Design & Engineering • Drainage • Soil Stabilization • Laser Grading • Surveying Project Team In the breakdown of the project responsibilities, Hellas will be responsible for coordinating with Owner to produce final construction documents, obtain permits, manage scheduling, perform all construction and manage overall coordination of the differing construction disciplines. Project Approach Hellas is a team -oriented, results -based company that implements these concepts from project inception to produce the highest quality sports venues. During the design phase, Hellas will work with the Owner and the owner's design professional to produce final project construction documents and drawings consistent with the Owner's project scope, budget and vision. This will include: • Coordination with the Owner during design development and construction; • Assurance of compliance with all bond and insurance requirements Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUUolylI CIIVCIUPU IU. r:JUCL-+1AI IzLU.7l C'F required by law and/ or Owner; • Coordination and cooperation with local entities as necessary; • Assurance of compliance with all applicable codes and regulations; • Production, analysis and incorporation of geotechnical report into project design; • Determine and document the location of all existing utilities on the project site and incorporate protection and/or relocation into design documentation; • Incorporate all tasks, conditions and details, as enumerated in the provided drawings, if any, and Owner's instruction; • Develop project specifications that are in keeping with the Owner's budget requirements of the project; • Work with the Owner and analyze value engineering options to assure the design will comply with the Owner's requirements and project budget; • Provide the Owner with a final construction schedule; and • Present the Owner with completed design drawings and documentation for approval and permitting. Once drawing and design approval is provided by the Owner, Hellas will obtain any permits necessary for construction and begin to assemble submittals for review and approval by the Owner. Construction Processes After permits have been obtained by Hellas, we will provide site surveying and layout of the proposed facility including detailed drawings. All construction haul routes will be marked and maintained throughout the project duration. Project access will be established and mobilization operations will begin. Site equipment and materials will be delivered and stockpiled at an agreed -upon lay down site area. Testing of soils compaction and concrete breaking strengths will be provided by an independent testing company approved by the Owner. Project Management Hellas has a proven method of project management, safety procedures and quality control which we use on every project and jobsite. We install hundreds of projects every year since 2004 and have mastered the management of sports facility surfaces construction. Hellas will assign a full time Project Manager to the project to manage all aspects of materials procurement, delivery, schedule compliance, cost control and communication with all parties including the Owner, designers, suppliers and subcontractors. The Project Manager will review the project weekly with our project team and the Owner's representatives. The Project Manager will also adjust all project resources to assure compliance with project schedule, adding resources as necessary to keep the project on schedule. Subcontractor Coordination Although Hellas self -performs the majority of our work, there are times when subcontractors may be needed. Hellas adheres to a rigorous selection criteria for choosing its subcontractors. Our subcontractors are closely managed by our Project Manager to ensure subcontractors adhere to the conditions of Hellas' prime contract, Sourcewell contract and project specifications. This also helps in maintaining control of the delivery of supplies and services as well as payment procedures. Our Site Superintendents also review the subcontractors scope of work prior to their commencement of work and supervise and inspect the work on the jobsite. Submittals Hellas will oversee the production and review of all shop drawings, specifications, materials lists, brochures and material samples prior to submission to the Owner and the Owner's representatives for the final review/approval process for all construction phases of the projects. Close Out Procedures At substantial completion of the project, Hellas will perform a walk-through with the Owner to inspect the work and determine if any items remain outstanding. The Owner and Hellas will compose a "punch list" of pending items, if any. Hellas will complete any items and/or correct any deficiencies as listed. Hellas will complete the pending items expeditiously, and after corrective actions have been completed, Hellas will then request a review of the remaining items by owner. Our Project Manager will prepare certificates of substantial and final completion, assemble all warranties, operational manuals/instructions, start Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUVU01Y1I CIIvulupt: IU. r:1UCL'#F11-r Jl,H-'40CV-0 IJI,-1 ULJLJ IL4VV(C'4 up and commissioning for all building facilities and systems and as -built drawings; forward to the Owner certifying that all items are complete. We will strive to have completed the project to the Owner's complete satisfaction. Table 16: Exceptions to Terms, Conditions, or Specifications Form Line Item 77. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposer's exceptions and proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract. Contract Section I Term, Condition, or Specification Documents Exception or Proposed Modification Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Pricin - Hellas Pricelist Sourcewell RFP 031622.pdf - Tuesday March 15, 2022 18:06:21 • Financial Strength and $t_abilit_y - Financial Stability.zip - Tuesday March 15, 2022 14:58:31 • Marketing PlanlSamples - Marketing Plan.zip - Tuesday March 15, 2022 15:00:20 • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information - Warranties and Maintenance.zip - Tuesday March 15, 2022 18:39:10 • Standard Transaction Document Samples (optional) ■ Unload Additional DQ m n - Product Information.zip - Tuesday March 15, 2022 15:05:46 Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. LJUUUJII�f. I I CI Ivt IlupC ILJ, rJLJCG'4h11-r:Jl t-%-+DCU-o I ju-i iULJLJ I LGU.7! C'4 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: httns:llwww. r ur oviofacldownloadslsdn ' . f; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at: ht1psa/sam.nov15AM[; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. UUUUJIIyII CIIvulupu IU. LLUy! CV by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. F By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Saulo Hernandez, Director of Estimating, Hellas Construction, Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. o Yes G No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments (if applicable) Addendum_1 _Artificial_Turf_RFP_031622 Tue March 8 2022 04:36 PM F Bid Number: RFP 031622 Vendor Name: Hellas Construction, Inc. VUUUJ I Y I I CI IVCIUpF1 IV. rJUC441-11-f JI.M-NDCU-O IJI,-IiIJVV ILGUVt C4 �q�MENTgNO Sourcewell l SOURCEWELL STATE OF MINNESOTA Member zylka moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE -SOLICITATION OF CATEGORIES 12/21/2021 Resolution No. 2021-28 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program; and WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member and the following voted in favor: (list names here) Wilson, zylka, veronen, Thomas, Thiel, Arts, Kircher and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: 60cuslgned -b y' S°�A' CF62F-Ogi9. Clerk to the Board of Directors Kircher Ll UI:UJIyj I m jvlClUIJC IU. rUL/CG4M I-r:7lJM--FDCU-O I JI,-li IJUU I GGUW IF-4 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS - December 2021 Requesting Board permission to Solicit the following categorles: n O Z Ln m Z D rn M Z D Requesting Board permission to Re -Solicit the following categories: = Athletic Surfaces with Installation, and Related Equipment, Materials, and Services m 3 Artificial Turf, Tracks with Installation, and Related Equipment, Materials, and Supplies NEW CONTRACTS Supplier Name Contract Number Solicitation Title ASH North America, Inc. 093021-AEB "Street Sweepers and Specialty Sweepers, with Related Equipment, Accessories and Supplies" Bucher Municipal North America 093021-BUC "Street Sweepers and Specialty Sweepers, with Related Equipment Accessories and Supplies" Curbtender, Inc. 093021-CRB "Street Sweepers and Specialty Sweepers, with Related Equipment, Accessories and Supplies" Elgin Sweeper Company 093021-ELG "Street Sweepers and Specialty Sweepers, with Related Equipment Accessories and Supplies" Exprolink, Inc. 093021-EXP "Street Sweepers and Specialty Sweepers, with Related Equipment, Accessories and Supplies" FAYAT Environmental Solutions Americas 1093021-FAY "Street Sweepers and Specialty Sweepers, with Related Equipment, .Accessories and Supplies" Global Environmental Products, Inc, 093021-GEP "Street Sweepers and Specialty Sweepers, with Related Equipment, Accessories and Supplies" Schwarze Industries, Inc. 093021-SWZ "Street Sweepers and Specialty Sweepers, with Related Equipment, Accessories and Supplies" GapVax, Inc. 101221-GPV "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" ,Gradall Industries, Inc. 101221-GRD "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Holland Pump Company 101221-HLD "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Ring-O-Matic, Inc. 101221-RGO "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" .Sewer Equipment Company of America 101221-SCA "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Super Products, LLC 101221-SPL "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Thompson Pump and Manufacturing Company 101221-TPM "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Vac -Con, Inc. 101221-VAC "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" Vactor Manufacturing 101221-VTR "Sewer Vacuum, Hydro -Excavation, and Municipal Pumping Equipment with Related Accessories and Supplies" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title NEW ezIQC CONTRACTS Company Name Contract Number State - Region - Type of Work Jewel of the South, Inc. FL-RI-GCOl-111821-JOS Region 1 - Northwest Florida -General Construction F.H. Paschen FL-RI-GCO2-111821-FHP Region 1 - Northwest Florida -General Construction Place Services, Inc. FL-RI-GC03-111821-PLA Region 1 - Northwest Florida -General Construction JOC Construction, LLC FL-Rl-GC04-111821-LRI Region 1 - Northwest Florida -General Construction Nichols Contracting, Inc. FL-RI-GCOS-111821-NIC Region 1 - Northwest Florida -General Construction Johnson-Laux Construction FL-RI-GC06-111821-JLC Region 1 - Northwest Florida -General Construction Advanced Roofing, Inc. FL-RI-GC07-111821-ADR Region 1 - Northwest Florida -General Construction UUUUolyI I CI IVCIVpC IU. I LLUV I C4 APPENDIX A Continued RAM Construction & Development, LLC FL-RI-GC08-111821-RAM Region 1 - Northwest Florida -General Construction Millers Plumbing & Mechanical, Inc. FL-RI-HVAC01-111821-MPM Region 1 - Northwest Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-RI-HVACO2-111821-ADR Region 1 - Northwest Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL-RI-HVAC03-111821-MSF Region 1 - Northwest Florida - HVAC/Mechanical Nichols Contracting, Inc. FL-Rl-E01-111821-NIC Region 1 - Northwest Florida - Electrical Advanced Roofing, Inc. FL-R1-E02-111821-ADR Region 1 - Northwest Florida - Electrical Advanced Roofing, Inc. FL-RI-RWOl-111821-ADR Region 1 - Northwest Florida - Roofing/Waterproofing Astra Construction Services, LLC FL-RI-PAC01-111821-ACS Region 1 - Northwest Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-RI-PACO2-111821-DMS Region 1 - Northwest Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-RI-CC01-111821-DMS Region 1 - Northwest Florida - Civil Construction Astra Construction Services, LLC FL-RI-CCO2-111821-ACS Region 1 - Northwest Florida - Civil Construction Amici Engineering Contractors FL-RI-CC03-111821-AME Region 1 - Northwest Florida - Civil Construction Jewel of the South, Inc, FL-R2-GCO1-111821-JOS Region 2- North Central West Florida - General Construction F.H- Paschen FL-R2-GCO2-111821-FHP Region 2- North Central West Florida - General Construction Place Services, Inc. FL-R2-GC03-111821-PLA Region 2 - North Central West Florida - General Construction JOC Construction, LLC FL-R2-GC04-111821-LRI Region 2 - North Central West Florida - General Construction Advanced Roofing, Inc, FL-R2-GC05-111821-ADR Region 2 - North Central West Florida - General Construction Johnson-Laux Construction FL-R2-GC06-111821-JLC Region 2- North Central West Florida - General Construction RAM Construction & Development, LLC FL-R2-GC07-111821-RAM Region 2 - North Central West Florida - General Construction HCR Construction, Inc. FL-R2-GC08-111821-HCR Region 2 - North Central West Florida - General Construction Millers Plumbing & Mechanical, Inc. FL- R2-HVACOI-111821-MPM Region 2 - North Central West Florida - HVAC/Mechanical Advanced Roofing, Inc. FL- R2-HVACO2-111821-ADR Region 2 - North Central West Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL- R2-HVAC03-111821-MSF Region 2 - North Central West Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-R2-E01-111821-ADR Region 2- North Central West Florida - Electrical Integrated Fire & Security Solutions, Inc. FL-R2-E02-111821-IFS Region 2 - North Central West Florida - Electrical Advanced Roofing, Inc. FL-132-RW01-111821-ADR Region 2 - North Central West Florida - Roofing/Waterproofing Amici Engineering Contractors FL-R2-PAC03-111821-AME Region 2 - North Central West Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-R2-PACO2-111821-ACS Region 2 - North Central West Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc, FL-R2-PAC03-111821-DMS Region 2 - North Central West Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc, FL-R2-CC01-111821-DMS Region 2 - North Central West Florida - Civil Construction Astra Construction Services, LLC FL-R2-CCO2-111821-ACS Region 2- North Central West Florida - Civil Construction Amici Engineering Contractors FL-R2-CC03-111821-AME Region 2 - North Central West Florida - Civil Construction Jewel of the South, Inc. FL-R3-GCO1-111821-JOS Region 3 - North Central East Florida - General Construction F H, Paschen FL-R3-GCO2-111821-FHP Region 3 - North Central East Florida - General Construction Place Services, Inc. FL-R3-GC03-111821-PLA Region 3- North Central East Florida - General Construction JOC Construction, LLC FL-R3-GC04-111821-LRI Region 3- North Central East Florida - General Construction Advanced Roofing, Inc. FL-R3-GC05-111821-ADR Region 3- North Central East Florida - General Construction Johnson-Laux Construction FL-R3-GC06-111821-JLC Region 3- North Central East Florida - General Construction RAM Construction & Development, LLC FL-R3-GC07-111821-RAM Region 3 - North Central East Florida - General Construction HCR Construction, Inc, FL-R3-GCO8-111821-HCR Region 3- North Central East Florida - General Construction Millers Plumbing & Mechanical, Inc. FL- R3-HVAC01-111821-MPM Region 3 - North Central East Florida - HVAC/Mechanical Advanced Roofing, Inc. FL- R3-HVACO2-111821-ADR Region 3 - North Central East Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL- R3-HVAC03-111821-MSF Region 3 - North Central East Florida - HVAC/Mechanical Advanced Roofing, Inc, FL-R3-EO1-111821-ADR Region 3 - North Central East Florida - Electrical Advanced Roofing, Inc. FL-R3-RW02-111821-ADR Region 3 - North Central East Florida - Roofing/Waterproofing Astra Construction Services, LLC FL-R3-PAC01-111821-ACS Region 3- North Central East Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-R3-PACO2-111821-DMS Region 3- North Central East Florida - Paving/Asphalt/Concrete Amici Engineering Contractors FL-R3-PAC03-111821-AME Region 3 - North Central East Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc, FL-R3-CC01-111821-DMS Region 3 - North Central East Florida - Civil Construction Astra Construction Services, LLC FL-R3-CCO2-111821-ACS Region 3 - North Central East Florida - Civil Construction Amici Engineering Contractors FL-R3-CC03-111821-AME Region 3 - North Central East Florida - Civil Construction Jewel of the South, Inc. FL-R4-GC01-111821-JOS Region 4- Northeast Florida - General Construction F.H. Paschen FL-R4-GCO2-111821-FHP Region 4 - Northeast Florida - General Construction Place Services, Inc, FL-R4-GC03-111821-PLA Region 4 - Northeast Florida - General Construction JOC Construction, LLC FL-R4-GC04-111821-LRI Region 4 - Northeast Florida - General Construction Advanced Roofing, Inc. FL-R4-GC05-111821-ADR Region 4 - Northeast Florida - General Construction Nichols Contracting, Inc. FL-R4-GC06-111821-NIC Region 4 - Northeast Florida - General Construction Johnson-Laux Construction FL-R4-GC07-111821-JLC Region 4 - Northeast Florida - General Construction David Mancini & Sons, Inc. FL-R4-GC08-111821-DMS Region 4 - Northeast Florida - General Construction HCR Construction, Inc. FL-R4-GC09-111821-HCR Region 4 - Northeast Florida - General Construction Astra Construction Services, LLC FL-R4-GC10-111821-ACS Region 4 - Northeast Florida - General Construction Millers Plumbing & Mechanical, Inc. FL- R4-HVAC01-111821-MPM Region 4 - Northeast Florida - HVAC/Mechanical Advanced Roofing, Inc. FL- R4-HVACO2-111821-ADR Region 4 - Northeast Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc- FL- R4-HVAC03-111821-MSF lRegion 4 - Northeast Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-R4-Eo1-111821-ADR lRegion 4 - Northeast Florida - Electrical L/UI:U01y1I CIIVC1ulyt- IL). ru LICG'#M I_r ulrFl-'fOCV-O I:JIi-I,LiUU ILLU.7l C•F APPENDIX A Continued Nichols Contracting, Inc. FL-R4-E02-111821-NIC Region 4- Northeast Florida - Electrical Advanced Roofing, Inc. FL-134-RW01-111821-ADR Region 4- Northeast Florida - Roofing/Waterproofing Amici Engineering Contractors FL-R4-PAC01-111821-AME Region 4 - Northeast Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-R4-PACO2-111821-ACS Region 4 - Northeast Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc, FL-R4-PAC03-111821-DMS Region 4 - Northeast Florida - Paving/Asphalt/Concrete Amici Engineering Contractors FL-R4-CC01-111821-AME Region 4 - Northeast Florida - Civil Construction David Mancini & Sons, Inc, FL-R4-CCO2-111821-DMS Region 4 - Northeast Florida - Civil Construction Astra Construction Services, LLC FL-R4-CC03-111821-ACS Region 4 - Northeast Florida - Civil Construction Jewel of the South, Inc. FL-RS-GC01-111821-JOS Region 5 - Central West Florida - General Construction F.H. Paschen FL-R5-GCO2-111821-FHP Region 5 - Central West Florida - General Construction Place Services, Inc. FL-R5-GC03-111821-PLA Region 5 - Central West Florida - General Construction JOC Construction, LLC FL-R5-GC04-111821-LRI Region 5 - Central West Florida - General Construction Advanced Roofing, Inc. FL-R5-GC05-111821-ADR Region 5 - Central West Florida - General Construction Nichols Contracting, Inc, FL-R5-GC06-111821-NIC Region 5 - Central West Florida - General Construction Johnson-Laux Construction FL-R5-GC07-111821-JLC Region 5 - Central West Florida - General Construction David Mancini & Sons, Inc. FL-RS-GC08-111821-DMS Region 5 - Central West Florida - General Construction Millers Plumbing & Mechanical, Inc. FL-R5-HVACOl-111821-MPM Region 5 - Central West Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-RS-HVACO2-111821-ADR Region 5 - Central West Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL-R5-HVAC03-111821-MSF Region 5 - Central West Florida - HVAC/Mechanical Advanced Roofing, Inc_ FL-R5-E01-111821-ADR Region 5- Central West Florida - Electrical Nichols Contracting Inc FL-RS-E02-111821-NIC Region 5- Central West Florida - Electrical Advanced Roofing, Inc. FL-R5-RW01-111821-ADR Region 5 - Central West Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-R5-PAC01-111821-DMS Region 5 - Central West Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-R5-PACO2-111821-ACS Region 5- Central West Florida - Paving/Asphalt/Concrete Amici Engineering Contractors FL-R5-PAC03-111821-AME Region 5 - Central West Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-RS-CC01-111821-DMS Region 5 - Central West Florida - Civil Construction Astra Construction Services, LLC FL-RS-CCO2-111821-ACS Region 5 - Central West Florida - Civil Construction Amici Engineering Contractors FL-R5-CC03-111821-AME Region 5 - Central West Florida - Civil Construction Jewel of the South, Inc, FL-R6-GCO1-111821-JOS Region 6 - Central Florida - General Construction F.H. Paschen FL-R6-GCO2-111821-FHP Region 6 - Central Florida - General Construction Shiff Construction & Development, Inc. FL-R6-GC03-111821-SCD Region 6 - Central Florida - General Construction Advanced Roofing, Inc. FL-R6-GC04-111821-ADR Region 6- Central Florida - General Construction JOC Construction, LLC FL-R6-GC05-111821-LRI Region 6 - Central Florida - General Construction Place Services, Inc. FL-R6-GC06-111821-PLA Region 6 - Central Florida - General Construction Centennial Contractors Enterprises FL-R6-GC07-111821-CCE Region 6 - Central Florida - General Construction Ovation Construction Company FL-R6-GC08-111821-OCC Region 6 - Central Florida - General Construction Hall Mechanical and Air Conditioning LLC FL- R6-HVAC01-111821-HMA Region 6 - Central Florida - HVAC/Mechanical .Advanced Roofing, Inc FL- R6-HVACO2-111821-ADR Region 6 - Central Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL- R6-HVAC03-111821-MSF Region 6 - Central Florida - HVAC/Mechanical ,Advanced Roofing, Inc. FL-136-E01-111821-ADR Region 6 - Central Florida - Electrical Nichols Contracting, Inc. FL-R6-EO2-111821-NIC Region 6- Central Florida - Electrical Integrated Fire & Security Solutions, Inc. FL-136-E03-111821-IFS Region 6- Central Florida - Electrical .Advanced Roofing, Inc. FL-R6-RWO1-111821-ADR Region 6 - Central Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-R6-PAC01-111821-DMS Region 6 - Central Florida - Paving/Asphalt1Concrete .Astra Construction Services, LLC FL-R6-PACO2-111821-ACS Region 6- Central Florida - Paving/Asphalt/Concrete .Amici Engineering Contractors FL-R6-PAC03-111821-AME Region 6 - Central Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-R6-CC01-111821-DMS Region 6 - Central Florida - Civil Construction Astra Construction Services, LLC FL-R6-CCO2-111821-ACS Region 6- Central Florida - Civil Construction ,Amici Engineering Contractors FL-R6-CC03-111821-AME Region 6 - Central Florida - Civil Construction Jewel of the South, Inc. FL-R7-GCO1-111821-JOS Region 7 - Central East Florida - General Construction F.H. Paschen FL-R7-GCO2-111821-FHP Region 7 - Central East Florida - General Construction Shiff Construction & Development, Inc. FL-R7-GC03-111821-SCD Region 7 - Central East Florida - General Construction .Advanced Roofing, Inc. FL-R7-GC04-111821-ADR Region 7 - Central East Florida - General Construction JOC Construction, LLC FL-R7-GC05-111821-LRI Region 7 - Central East Florida - General Construction Place Services, Inc. FL-R7-GC06-111821-PLA Region 7- Central East Florida - General Construction Nichols Contracting, Inc. FL-R7-GC07-111821-NIC Region 7 - Central East Florida - General Construction Amici Engineering Contractors FL-R7-GCO8-111821-AME Region 7 - Central East Florida - General Construction Hall Mechanical and Air Conditioning, LLC FL- R7-HVAC01-111821-HMA Region 7 - Central East Florida - HVAC/Mechanical .Advanced Roofing, Inc. FL- R7-HVACO2-111821-ADR Region 7 - Central East Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc, FL- R7-HVAC03-111821-MSF Region 7 - Central East Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-R7-E01-111821-ADR Region 7 - Central East Florida - Electrical Nichols Contracting, Inc. FL-R7-E02-111821-NIC Region 7 - Central East Florida - Electrical Integrated Fire & Security Solutions, Inc. FL-R7-E03-111821-IFS Region 7 - Central East Florida - Electrical Advanced Roofing, Inc. FL-R7-RW01-111821-ADR Region 7 - Central East Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-R7-PAC01-111821-DMS Region 7 - Central East Florida - Paving/Asphalt/Concrete I.l V:iu JlyI I m I VCIupC IU. (-:JUCL'}M I-r-U"M-'#DCV-o I I C'# APPENDIX A Continued Astra Construction Services, LLC FL-R7-PACO2-111821-ACS Region 7 - Central East Florida - Paving/Asphalt/Concretc Amici Engineering Contractors FL-R7-PAC03-111821-AME Region 7 - Central East Florida - Pavirtg/ASphalt/Concrete David Mancini & Sons, Inc. FL-R7-CCO1-111821-DMS Region 7 - Central East Florida - Civil Construction Astra Construction Services, LLC FL-R7-CCO2-111821-ACS Region 7 - Central East Florida - Civil Construction Amici Engineering Contractors FL-R7-CC03-111821-AME Region 7- Central East Florida - Civil Construction Harbour Construction, Inc. FL-R8-GC01-111821-HBC Region 8- North Suncoast Florida - General Construction Jewel of the South, Inc. FL-R8-GCO2-111821-JOC Region 8 - North Suncoast Florida - General Construction F.H. Paschen FL-R8-GC03-111821-FHP Region 8 - North Suncoast Florida - General Construction Shiff Construction & Development, Inc. FL-R8-GC04-111821-SCD Region 8- North Suncoast Florida - General Construction David Mancini & Sons, Inc. FL-R8-GC05-111821-DMS Region 8- North Suncoast Florida - General Construction .Advanced Roofing, Inc. FL-R8-GC06-111821-ADR Region 8- North Suncoast Florida - General Construction Centennial Contractors Enterprises FL-R8-GC07-111821-CCE Region 8- North Suncoast Florida - General Construction JOC Construction, LLC FL-R8-GCO8-111821-LRI Region 8- North Suncoast Florida - General Construction Place Services, Inc. FL-R8-GC09-111821-PLA Region 8- North Suncoast Florida - General Construction Nichols Contracting, Inc. FL-R8-GC10-111821-NIC Region 8 - North Suncoast Florida - General Construction Hall Mechanical and Air Conditioning, LLC FL-R8-HVAC01-111821-HMA Region 8 - North Suncoast Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-R8-HVACO2-111821-ADR Region 8 - North Suncoast Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL-R8-HVAC03-111821-MSF Region 8- North Suncoast Florida - HVAC/Mechanical .Advanced Roofing, Inc. FL-RS-EO1-11182-ADR Region 8 - North Suncoast Florida - Electrical Nichols Contracting, Inc. FL-R8-E02-111821-NIC Region 9- North Suncoast Florida - Electrical Integrated Fire & Security Solutions, Inc. FL-R8-E03-111821-IFS Re ion 8 - North Suncoast Florida - Electrical Advanced Roofing, Inc. FL-R8-RWo1-111821-ADR Region 8 - North Suncoast Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-R8-PAC01-111821-DMS Region 8 - North Suncoast Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-R8-PACO2-111821-ACS Region 8- North Suncoast Florida - Paving/Asphalt/Concrete Amici Engineering Contractors FL-R8-PAC04-111821-AME Region 8- North Suncoast Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-R8-CC01-111821-DMS Region 8- North Suncoast Florida - Civil Construction Astra Construction Services, LLC FL-RS-CCO2-111821-ACS Region 8- North Suncoast Florida - Civil Construction McKenzie Contracting, LLC FL-R8-CC03-111821-MCL Region 8- North Suncoast Florida - Civil Construction Amici Engineering Contractors FL-R8-CC04-111821-AME Region 8- North Suncoast Florida - Civil Construction Shiff Construction & Development, Inc. FL-R9-GC01-111821-SCD Region 9 - South Suncoast Florida - General Construction Jewel of the South, Inc- FL-R9-GCO2-111821-JOS Region 9 - South Suncoast Florida - General Construction F_H. Paschen FL-R9-GC03-111821-FHP Region 9 - South Suncoast Florida - General Construction David Mancini & Sons, Inc. FL-R9-GC04-111821-DMS Region 9 - South Suncoast Florida - General Construction Advanced Roofing, Inc. FL-R9-GCOS-111821-ADR Region 9 - South 5uncoast Florida - General Construction Place Services, Inc. FL-R9-GC06-111821-PLA Region 9 - South Suncoast Florida - General Construction lOC Construction, LLC FL-R9-GC07-111821-LRI Region 9 - South Suncoast Florida - General Construction Centennial Contractors Enterprises FL-R9-GCO8-111821-CCE Region 9 - South Suncoast Florida - General Construction Hall Mechanical and Air Conditioning, LLC FL-R9-HVAC01-111821-HMA Region 9 - South Suncoast Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-R9-HVACO2-111821-ADR Region 9 - South Suncoast Florida - HVAC/Mechanical Mechanical Services of Central Florida, Inc. FL-R9-HVAC03-111821-MSF Region 9 - South Suncoast Florida - HVAC/Mechanical .Advanced Roofing, Inc, FL-R9-E01-111821-ADR Region 9 - South Suncoast Florida - Electrical Nichols Contracting, Inc, FL-R9-E02-111821-NIC Region 9 - South Suncoast Florida - Electrical Integrated Fire & Security Solutions, Inc. FL-R9-E03-111821-IF5 Region 9 - South Suncoast Florida - Electrical Advanced Roofing, Inc, FL-R9-RWo1-111821-ADR Region 9 - South Suncoast Florida - Roofing/Waterproofing Salomon Construction & Roofing FL-R9-RW02-111821-SCR Region 9 - South Suncoast Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-R9-PAC01-111821-DMS Region 9 - South Suncoast Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-R9-PACO2-111821-AC5 Region 9 - South Suncoast Florida - Paving/Asphalt/Concrete Amici Engineering Contractors FL-R9-PAC03-111821-AME Region 9 - South Suncoast Florida - Paving/Asphalt/Concrete David Mancini & Sons, Inc. FL-R9-CC01-111821-DMS Region 9 - South Suncoast Florida - Civil Construction Astra Construction Services, LLC FL-R9-CCO2-111821-ACS Region 9 - South Suncoast Florida - Civil Construction Amici Engineering Contractors FL-R9-CC03-111821-AME Region 9 - South Suncoast Florida - Civil Construction Harbour Construction, Inc. FL-RI0-GCO1-111821-HBC Region 10 - Southern Florida - General Construction Shiff Construction & Development, Inc. FL-RIO-GCO2-111821-SCD Region 10 - Southern Florida - General Construction Team Contracting, Inc- FL-RIO-GC03-111821-TCI Region 10 - Southern Florida - General Construction David Mancini & Sons, Inc. FL-RIO-GC04-111821-DMS Region 10 - Southern Florida - General Construction Advanced Roofing, Inc, FL-RIO-GC05-111821-ADR Region 10 - Southern Florida - General Construction Jewel of the South, Inc. FL-RI0-GC06-111821-JOS Region 10 - Southern Florida - General Construction F.H. Paschen FL-RIO-GC07-111821-FHP Region 10 - Southern Florida - General Construction Place Services, Inc. FL-RIO-GC08-111821-PLA Region 10 - Southern Florida - General Construction Nichols Contracting, Inc FL-RIO-GC09-111821-NIC Region 10 - Southern Florida - General Construction Amici Engineering Contractors FL-RIO-GC10-111821-AME Region 10 - Southern Florida - General Construction Johnson-Laux Construction FL-RIO-GC11-111821-JLC Region 10-Southern Florida - General Construction Centennial Contractors Enterprises FL-RIO-GC12-111821-CCE Region 10 - Southern Florida - General Construction Hall Mechanical and Air Conditioning, LLC FL-RIO-HVAC01-111821-HMA Region 10 - Southern Florida - HVAC/Mechanical Advanced Roofing, Inc. FL-RIO-HVACO2-111821-ADR Region 10 - Southern Florida - HVAC/Mechanical VUVUJIIY.II C11vv1UpV IV. rUVCL4H I-r U%'M-NOCV-O I:Jli-liliVV IGGVZIIC'1 APPENDIX A Continued Mechanical Services of Central Florida, Inc. FL-RIO-HVAC03-111821-MSF Region 10 - Southern Florida - HVAC/Mechanical .Advanced Roofing, Inc. FL-R10-EO1-111821-ADR Region 10 - Southern Florida - Electrical Nichols Contracting, Inc. FL-R10-EO2-111821-NIC Region 10 - Southern Florida - Electrical Solares Electrical Services, Inc. FL-R10-EO3-111821-SES Region 10 - Southern Florida - Electrical Advanced Roofing, Inc. FL-RI0-RW01-111821-ADR Region 10 - Southern Florida - Roofing/Waterproofing Salomon Construction & Roofing FL-RI0-RW02-111821-SCR Region 10 - Southern Florida - Roofing/Waterproofing David Mancini & Sons, Inc. FL-RIO-PAC01-111821-DMS Region 10 - Southern Florida - Pavin /Asphalt/Concrete Lanzo Construction Co., FL FL-RIO-PACO2-111821-LCC Region 10 - Southern Florida - Paving/Asphalt/Concrete Astra Construction Services, LLC FL-RIO-PAC03-111821-ACS Region 10 - Southern Florida - Paving/Asphalt/Concrete Amid Engineering Contractors FL-RIO-PAC04-111821-AME Region 10 - Southern Florida - Paving/AsphaltJConcrete David Mancini & Sons, Inc. FL-RIO-CC01-111821-DMS Region 10 - Southern Florida - Civil Construction Lanzo Construction Co., FL FL-RI0-CCO2-111821-LCC Region 10 - Southern Florida - Civil Construction Astra Construction Services, LLC FL-RI0-CC03-111821-ACS Region 10 - Southern Florida - Civil Construction Amid Engineering Contractors FL-RIO-CC04-111821-AME Region 10 - Southern Florida - Civil Construction ezIQC RENEWALS Company Name Contract Number Innovative Builders of Alexandria, Inc. MN-NCM-GCOl-120518-IBA Minnesota Exteriors, Inc. MN-TMA-ROl-120518-MEI Kraus -Anderson Construction Company MN-SEA-GC03-120518-KRU Kraus -Anderson Construction Company MN-SWA-GCO2-120518-KRU Kraus -Anderson Construction Company MN-NCM-GC04-120518-KRU Innovative Builders of Alexandria, Inc. MN-RRV-GC01-120518-IBA McDowall Company MN-RRV-RO2-120518-MDC Kraus -Anderson Construction Company MN-IRA-GCO2-120518-KRU Solid Rock Construction MN-CMA-GC03-120518-SRC Kraus -Anderson Construction Company MN-TMA-GC05-120518-KRU Nor -Son, Inc. MN-IRA-GCOl-120518-NSI Nor -Son, Inc. MN-SEA-GC01-120518-NSI Nor -Son, Inc. MN-TMA-GCO2-120518-NSI RAK Construction, Inc, MN-TMA-GC01-120518-RAK Solid Rock Construction MN-TMA-GC03-120518-SRC RAK Construction, Inc. MN-CMA-GCOl-120518-RAK Nor -Son, Inc. MN-NCM-GCO2-120518-NSI Nor -Son, Inc. MN-CMA-GCO2-120518-NSI Nor -Son, Inc, MN-RRV-GCO2-120518-NSI Nor -Son, Inc. MN-SWA-GC01-120518-NSI Bituminous Roadways, Inc. MN-TMA-POI-120518-BRI McDowall Company MN-TMA-R02-120518-MDC Minnesota Exteriors, Inc. MN-SEA-R01-120518-MEI McDowall Company MN-IRA-RO2-120518-MDC Solid Rock Construction MN-NCM-GC03-120518-5RC Minnesota Exteriors, Inc. MN-CMA-R01-120518-MEI McDowall Company MN-NCM-RO2-120518-MDC Kraus -Anderson Construction Company MN-RRV-GC03-120518-KRU L.S. Black Constructors, Inc. MN-TMA-GC04-120518-LSB McDowall Company MN-CMA-R02-120518-MDC McDowall Company MN-SWA-R02-120518-MDC Mid -Minnesota Hot Mix MN-CMA-POI-120518-MHM Minnesota Exteriors, Inc. MN-NCM-R01-120518-MEI Minnesota Exteriors, Inc. MN-RRV-R01-120518-MEI Solid Rock Construction MN-SEA-GCO2-120518-SRC Anderson Brothers MN-NCM-POl-120518-ABC Hy-Tec Construction MN-NCM-GC05-120518-HTC Minnesota Exteriors, Inc. MN-SWA-R01-120518-MEI Kraus -Anderson Construction Company MN-CMA-GC04-120518-KRU Minnesota Exteriors, Inc. MN-IRA-ROl-120518-MEI UUUUJ I y II CI IV tzlupC IU. rUL/CG'4M 1-r Jl+F1-4DCU-0 IJIB-l'I.,L/L/ IL4L)UIC'F SOURCEWELL STATE OF MINNESOTA Kircher Member moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 6/21/2022 Resolution No. 2022-19 0 VK#EHT e4pt Sourcewell 1 WHEREAS, the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A, which is attached and incorporated; and WHEREAS, Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts, without limitation; and WHEREAS, the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process; and WHEREAS, the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members' legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member and the following voted in favor: (list names here) zylka, veronen, Nagel, Thiel, Thomas, Barros, Arts, Kircher and the following voted against: (list names here or "NONE") None whereupon said resolution was declared duly passed and adopted. ATTEST: QocuS{gned by' 99EFSgfiFdBat-0Q6 Clerk to the Board of Directors Nagel L/ul:uoi I I m Ivwupu IL). rJUCL'TH I-r JI,H--+DCu-O I L)ll %,ULJL/ I LLVU! C-+ APPENDIX A ISOURCEWELL PROCUREMENT DEPARTMENT I BOARD ITEMS - June 2022 Requesting Board permission to Solicit the following categories- Indefinite Delivery Indefinite Quantity Construction - Arizona O z an rn z 1 D G) m z D Requesting Board permission to Re -Solicit the following categories- 1 Facility MRO, Industrial, and Building -Related Supplies and Equipment m NEW CONTRACTS Supplier Name Contract Number Solicitation Title "Artificial Turf and Tracks with Installation, Related Equipment, AstroTurf Corporation 031622-AST Materials and Supplieg" "Artificial Turf and Tracks with Installation, Related Equipment, A -Turf 031622-ATF Materials and Supplies" "Artificial Turf and Tracks with Installation, Related Equipment FieldTurf USA, Inc. 031622-FTU Materials and Supplies" "Artificial Turf and Tracks with Installation, Related Equipment, Foreverlawn, Inc. 031622-FVL Materials and Supplies" O z "Artificial Turf and Tracks with Installation, Related Equipment, m H21 Group, Inc. 031622-H21 Materials and Supplies" "Artificial Turf and Tracks with Installation, Related Equipment, D O Hellas Construction, Inc. 031622-HLC Materials and Supplies" M z "Artificial Turf and Tracks with Installation, Related Equipment, D Mondo USA, Inc. 031622-MUI Materials and Supplies" "Artificial Turf and Tracks with Installation, Related Equipment, 9 3 Shaw Industries, Inc. 031622-SII Materials and Supplies" Vn "Artificial Turf and Tracks with Installation, Related Equipment, Sprinturf, LLC 031622-SNT Materials and Supplies" "Artificial Turf and Tracks with installation, Related Equipment, Turf Nation, Inc. 03I622-TNA Materials and Supplies" Athletic Surfaces with Installation, Related Equipment, Materials AstroTurf Corporation 031022-AST and Services" Athletic Surfaces with Installation, Related Equipment, Materials FieldTurf USA, Inc. 031022-FTU and Services" Athletic Surfaces with Installation, Related Equipment, Materials Gerflor USA, Inc. 031022-GER and Services Athletic Surfaces with Installation, Related Equipment, Materials Robbins, Inc. 031022-RBI and Services Athletic Surfaces with fnstallatiarr Related Equipment Materials The Recreational Group 031022-REC and Services "Food Products and Distribution (other than School Food Ben E. Keith Company 040522-BEK Authorities) with Related Supplies, Technology and Services" "Food Products and Distribution (other than School Food Sysco Corporation 040522-SYC Authorities} with Related Supplies, Technology and Services" "Food Products and Distribution (other than School Food US Foods, Inc. 040522-USF Aurhoritfesj with Related Supplies, Technology and Services" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title NEW I DIQ CONTRACTS Company Name Contract Number State - Region - Type of Work Brown and Root Industrial Services, LLC MO-RI-GCOI-051222-BRI Missouri - Region 1 - General Construction MTS Contracting, Inc. MO-RI-GCO2-051222-MTS Missouri - Region 1- General Construction Reynolds Construction Company, Inc. MO-RI-GC03-051222-RCC Missouri - Region 1 - General Construction Julius Kaaz Construction Company, Inc. MO-RI-GC04-051222-JKC Missouri - Region 1 - General Construction Julius Kaaz Construction Company, Inc. MO-RI-P01-051222-JKC Missouri - Region 1- Paving Construction LJuuuoj 11 CIIVCIupC lu. ro LJCL'4H I-r u%,m-Hm Cu-o IJ1.,-uL Ll Ll Izzvvl CV APPENDIX A Continued Reynolds Construction Company, Inc. MO-R1-R01-051222-RCC Missouri - Region 1- Roofing Construction Brown and Root Industrial Services, LLC MO-R2-GC01-051222-BRI Missouri - Region 2 - General Construction MTS Contracting, Inc. MO-R2-GCO2-051222-MTS Missouri - Region 2 - General Construction Reynolds Construction Company, Inc. MO-R2-GC03-051222-RCC Missouri - Region 2 - General Construction Julius Kaaz Construction Company, Inc. MO-R2-GC04-051222-JKC Missouri - Region 2 - General Construction Julius Kaaz Construction Company, Inc. MO-R2-PO1-051222-JKC Missouri - Region 2 - Paving Constuction Reynolds Construction Company, Inc. MO-R2-R01-051222-RCC Missouri - Region 2 - Roofing Construction Brown and Root Industrial Services, LLC MO-R3-GC01-051222-BRI Missouri - Region 3 - General Construction Vazquez Commercial Contracting, LLC MO-R3-GCO2-051222-VCC Missouri - Region 3 - General Construction The Wilson Group MO-R3-GC03-051222-TWG Missouri - Region 3 - General Construction MTS Contracting, Inc. MO-R3-GC04-051222-MTS Missouri - Region 3 - General Construction Julius Kaaz Construction Company, Inc. MO-R3-GC05-051222-JKC Missouri - Region 3 - General Construction Reynolds Construction Company, Inc. MO-R3-GC06-051222-RCC Missouri - Region 3 - General Construction Straub Construction Company, Inc. MO-R3-GC07-051222-STC Missouri - Region 3 - General Construction Vazquez Commercial Contracting, LLC MO-R3-HVAC01-051222-VCC Missouri - Region 3 - Mechanical/HVAC Construction Julius Kaaz Construction Company, Inc. MO-R3-P01-051222-JKC Missouri - Region 3 - Paving Constuction Reynolds Construction Company, Inc. MO-R3-RO1-051222-RCC Missouri - Region 3 - Roofing Construction Brown and Root Industrial Services, LLC MO-R4-GC01-051222-BRI Missouri - Region 4 - General Construction The Wilson Group MO-R4-GCO2-051222-TWG Missouri - Region 4 - General Construction MTS Contracting, Inc. MO-R4-GC03-051222-MTS Missouri - Region 4 - General Construction Reynolds Construction Company, Inc. MO-R4-GC04-051222-RCC Missouri - Region 4 - General Construction Julius Kaaz Construction Company, Inc. MO-R4-GC05-051222-JKC Missouri - Region 4 - General Construction Julius Kaaz Construction Company, Inc. MO-R4-P01-051222-JKC Missouri - Region 4 - Paving Constuction Reynolds Construction Company, Inc. MO-R4-R01-051222-RCC Missouri - Region 4 - Roofing Construction Brown and Root Industrial Services, LLC MO-R5-GC01-051222-BRI Missouri - Region 5 - General Construction The Wilson Group MO-R5-GCO2-051222-TWG Missouri - Region 5 - General Construction JE Novack Construction MO-R5-GC03-051222-JNC Missouri - Region 5 - General Construction Reynolds Construction Company, Inc. MO-R5-GC04-OS1222-RCC Missouri - Region 5 - General Construction Julius Kaaz Construction Company, Inc. MO-RS-GCOS-051222-JKC Missouri - Region 5 - General Construction Julius Kaaz Construction Company, Inc. MO-R5-P01-051222-JKC Missouri - Region 5 - Paving Constuction Reynolds Construction Company, Inc. MO-R5-R01-051222-RCC Missouri - Region 5 - Roofing Construction Brown and Root Industrial Services, LLC MO-R6-GC01-051222-BRI Missouri - Region 6 - General Construction The Wilson Group MO-R6-GCO2-051222-TWG Missouri - Region 6 - General Construction MTS Contracting, Inc. MO-R6-GC03-051222-MTS Missouri - Region 6 - General Construction Reynolds Construction Company, Inc. MO-R6-GC04-051222-RCC Missouri - Region 6 - General Construction Julius Kaaz Construction Company, Inc. MO-R6-GCOS-051222-JKC Missouri - Region 6 - General Construction Julius Kaaz Construction Company, Inc. MO-R6-POI-051222-JKC Missouri - Region 6 - Paving Constuction Reynolds Construction Company, Inc. MO-R6-R01-051222-RCC Missouri - Region 6 - Roofing Construction Queen City Roofing & Contracting Co. MO-R6-R02-051222-QCR Missouri - Region 6 - Roofing Construction Brown and Root Industrial Services, LLC MO-R7-GC01-051222-BRI Missouri - Region 7 - General Construction The Wilson Group MO-R7-GCO2-051222-TWG Missouri - Region 7 - General Construction MTS Contracting, Inc. MO-R7-GC03-051222-MTS Missouri - Region 7 - General Construction Reynolds Construction Company, Inc. MO-R7-GC04-051222-RCC Missouri - Region 7 - General Construction Julius Kaaz Construction Company, Inc. MO-R7-GC05-051222-JKC Missouri - Region 7 - General Construction Julius Kaaz Construction Company, Inc. MO-R7-P01-051222-JKC Missouri - Region 7 - Paving Constuction Reynolds Construction Company, Inc. MO-R7-RO1-051222-RCC Missouri - Region 7 - Roofing Construction Queen City Roofing & Contracting Co. MO-R7-R02-05M2-QCR Missouri - Region 7 - Roofing Construction IDIQ Contract Extensions Company Name Contract Number The Matthews Group MD-WMA-GCO2-042419-TMG Carl Belt, Inc. MD-WMA-GC03-042419-CBI I.B. Abel, Inc. MD-WMA-E01-042419-IBA S & S Electric Co. MD-WMA-E02-042419-SSE Hite Roofing MD-WMA-R02-042419-HAS FHP Tectonics Corp. MD-WMA-GCOl-042419-FTC Marshall Contracting Services MI-DET-GC-A-050118-MCS Allied Building Service Company of Detroit, Inc. MI-LAN-HVAC-A-050118-ABS .Allied Building Service Company of Detroit, Inc. MI-GRP-GC-C-050118-ABS Bloom Roofing Systems, Inc. MI-GRP-R-A-050118-BRS Marshall Contracting Services MI-LAN-GC-B-050118-MCS Allied Building Service Company of Detroit, Inc. MI-GRP-E-A-050118-ABS Marshall Contracting Services MI-DET-WSUI-A-050118-MCS Marshall Contracting Services MI-DET-DEM-A-050118-MCS Bloom Roofing Systems, Inc. MI-LAN-R-A-050118-BRS Marshall Contracting Services MI-DET-C-A-050118-MCS LJul:u,DiyiI CIIVCIupu Iu. ruL/CL-+m 1I IJI-,-I ULJLJ ILGu.7! C'# APPENDIX A Continued F.H. Paschen, S.N. Nielsen & Associates, LLC MI-LAN-GC-A-050118-FHP Marshall Contracting Services MI-LAN-WSUI-A-050118-MCS ,Allied Building Service Company of Detroit, Inc. MI-LAN-E-A-050118-ABS .Allied Building Service Company of Detroit, Inc. MI-DET-E-A-050118-ABS F.H. Paschen, S.N. Nielsen & Associates, LLC MI-DET-GC-B-050118-FHP F.H. Paschen, S.N. Nielsen & Associates, LLC MI-GRP-GC-B-050118-FHP PEL Construction, LLC MI-GRP-GC-A-050118-PGC ,Allied Building Service Company of Detroit, Inc. MI-GRP-HVAC-A-050118-ABS Bloom Roofing Systems, Inc. MI-DET-R-A-050118-BRS Marshall Contracting Services MI-LAN-C-A-050118-MCS Allied Building Service Company of Detroit, Inc. MI-LAN-GC-C-050118-ABS ,Allied Building Service Company of Detroit, Inc. MI-DET-HVAC-A-050118-ABS Allied Building Service Company of Detroit, Inc. MI-DET-GC-C-050118-ABS Bethel Electric Construction Company of Maryland, LLC MD-R2-E01-052621-BEC :Skyline Roofing, Inc. MD-RI-RW01-052621-SKY :Skyline Roofing, Inc. MD-R2-RW01-052621-SKY :Skyline Roofing, Inc. MD-R3-RW01-052621-SKY 'Vigil Contracting, Inc. MD-R2-GC01-052621-VGL Centennial Contractors Enterprises, Inc. MD-R6-GC04-052621-CCE Centennial Contractors Enterprises, Inc. MD-R5-GC04-052621-CCE S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services, Inc. MD-R6-GC03-052621-PAI Vigil Contracting, Inc. MD-R6-E02-052621-VGL Nichols Contracting, Inc. MD-R5-GC01-052621-NIC Keller Brothers, Inc. MD-R4-GC03-052621-KBI Paige Industrial Services, Inc. MD-R3-PAC01-052621-PAI Paige Industrial Services, Inc. MD-R5-PACO2-052621-PAI Adrian L. Merton, Inc. MD-R3-HVACO2-052621-ALM Bethel Electric Construction Company of Maryland, LLC MD-R1-E01-052621-BEC Bethel Electric Construction Company of Maryland, LLC MD-R3-E01-052621-BEC Paige Industrial Services, Inc. MD-R6-HVACO2-052621-PAI Paige Industrial Services, Inc. MD-R5-RW02-052621-PAI Paige Industrial Services, Inc. MD-R6-RW02-052621-PAI Adrian L. Merton, Inc. MD-R4-HVACO2-052621-ALM Vigil Contracting, Inc. MD-R5-E02-052621-VGL Vigil Contracting, Inc. MD-RI-GC04-052621-JLC Vigil Contracting, Inc. MD-R4-GC01-052621-VGL Vigil Contracting, Inc. MD-R2-HVAC01-052621-VGL Keller Brothers, Inc. MD-R6-GCO2-052621-KBI Centennial Contractors Enterprises, Inc. MD-R3-GCO2-052621-CCE Adrian L. Merton, Inc. MD-R2-HVACO2-052621-ALM F.H. Paschen, S.N. Nielsen & Associates, LLC MD-RI-GCO2-052621-FHP Skyline Roofing, Inc. MD-R5-RW01-052621-SKY S-Works Construction Corporation MD-R2-GC03-052621-SWC Bethel Electric Construction Company of Maryland, LLC MD-R6-E01-052621-BEC Centennial Contractors Enterprises, Inc. MD-R4-GCO2-052621-CCE Adrian L. Merton, Inc. MD-R5-HVACO2-052621-ALM Paige Industrial Services, Inc. MD-R3-GC03-052621-PAI Paige Industrial Services, Inc. MD-R3-E02-052621-PAI Paige Industrial Services, Inc. MD-R3-RW02-052621-PAI Vigil Contracting, Inc. MD-R4-E02-052621-VGL Vigil Contracting, Inc. MD-R3-GC04-052621-VGL Vigil Contracting, Inc. MD-R3-HVAC01-052621-VGL Nichols Contracting, Inc. MD-R3-GC01-052621-NIC Keller Brothers, Inc. MD-R2-GCO2-052621-KBI Vigil Contracting, Inc. MD-R5-HVAC01-052621-VGL Vigil Contracting, Inc. MD-R2-E02-052621-VGL Vigil Contracting, Inc. MD-R4-HVAC01-052621-VGL Bethel Electric Construction Company of Maryland, LLC MD-R4-E01-052621-BEC Bethel Electric Construction Company of Maryland, LLC MD-R5-E01-052621-BEC Paige Industrial Services, Inc. MD-R5-GC03-052621-PAI Vigil Contracting, Inc. MD-R6-HVAC01-052621-VGL Vigil Contracting, Inc. MD-R5-GCO2-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Centennial Contractors Enterprises, Inc. MD-RI-GC03-052621-CCE UUUUJIIJ.II CIIVWUpt: IU. "UCL'iM I-r:AiMWDCU-O IILLUy/C'T APPENDIX A Continued Step 1 Enterprises, LLC MD-RI-GC01-052621-S1E Vigil Contracting, Inc. MD-R2-GC01-052621-VGL Johnson-Laux Construction, LLC MD-RI-GC04-052621-JLC Paige Industrial Services, Inc. MD-R6-PACO2-052621-PAI UUI:U01 II mIVCIU� t/ IV. rJUCG'i/11-r U%,M-4DCU-0 IJ% -%,ULJW ILLVZ7I r-'4 , ��RiiAiFN7gq,� i N Sourcewell �. COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #031622 Entitled Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies The following advertisement was placed January 27, 2022 in USA Today, South Carolina's The State, the Sourcewell website www.sourcewell-mn.gov, the Sourcewell Procurement Portal https://ProportaLsourcewell- mn.rov, Biddingo, Merx, The New York State Contract Reporter www.nyscr.ny.gov, PublicPurchase.com, January 28, 2022 in Oregon's Daily Journal of Commerce, and on January 27 and February 3, 2022 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies to result in a contracting solution for use by its Participating Entitles. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal fhttps://praportal.spurcewell mn, ov . Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 16, 2022, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: A -Turf, Inc. Mondo USA Nexxfield, Inc. AstroTurf Corporation (AstroTurf Construction Corporation) Beynon NGI Sports Byrne & Jones Construction Perfect Turf, LLC Byrne & Jones Enterprises, Inc. Polyloom Corporation DBA TenCate Grass Americas Carpell Surfaces Regina Construction Association City of Bradenton RISING STAR INFRATECH CORP Consery FS, Inc. Robertson Industries, Inc. ConstructConnect Rubber Flooring Systems, Inc. dba RFS Sports and dba Fitness Finishes Construction Industry Center Shaw Contract Flooring Services, Inc. Controlled Products, LLC Sled Consulting, LLC L/UI:U01 II CIIv CIupu ILJ. r:JVCL'+e1 I -r Ul,M-'#OCU-O IUIJ-I.L'Llu ILLUJ/C'# Sourcewell Page 2 of 5 Covermaster, Inc. Sportek, LLC Crafco, Inc. Sports Surface Specialties Ecore International Sprinturf, LLC FieldTurf USA, Inc. (Tarkett Sports and Beynon Sports Surfaces) STEGAS, INC. Fisher Tracks, Inc. STOCKMEIER Urethanes USA, Inc. (Stobitan) ForeverLawn, Inc. The LandTek Group, Inc. H21 Group Tiles In Style DBA Taza Supplies, LLC Hellas Construction, Inc. Track Renovations, Inc. ICP Construction, Inc. Track Surfaces Company KYA Services, LLC Turf Nation, Inc. Midwest Sport and Turf Systems, LLC Mondo USA All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on March 16, 2022, at 4:31:22 pm CT. Proposals were received from the following: AstroTurf Corporation (AstroTurf Construction Corporation) A -Turf, Inc. Controlled Products, LLC Covermaster, Inc. Crafco, Inc. FieldTurf USA, Inc. (Tarkett Sports and Beynon Sports Surfaces) Fisher Tracks, Inc. ForeverLawn, Inc. H21 Group Hellas Construction, Inc. ICP Construction, Inc. KYA Services, LLC Midwest Sport and Turf Systems, LLC Mondo USA, Inc. Perfect Turf, LLC Robertson Industries, Inc. Rubber Flooring Systems, Inc., dba RFS Sports and dba Fitness Finishes Shaw Contract Flooring Services, Inc., dba Shaw Sports Turf Sprinturf, LLC STOCKMEIER Urethanes USA, Inc. (Stobitan) The LandTek Group, Inc. Turf Nation, Inc. Proposals were reviewed by the Proposal Evaluation Committee: Kim Austin, MBA, CPPB, Procurement Lead Analyst Carol Jackson, Procurement Analyst Beverly Hoemberg, Procurement Analyst Tom Sharbonno, Procurement Analyst L uL;uoiyii mmiiupt: Iu. rJVCL4MI-r U1.M-4DCV-O I UI. %'l LJL/ILLV.'7/C'# Sourcewell Page 3 of 5 The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the products and services offered in the proposal response from Covermaster, Inc., fall outside of the Requested Equipment, Products, or Services of the RFP. All other proposals were found to meet the scope and mandatory submittal requirements and were evaluated. Astroturf Corporation proposed the sale and installation of synthetic turf systems and running track surfacing systems. They are offering AstroTurf, SYNLawn and Rekortan systems to Sourcewell participating entities. Astroturf has in-house sales representatives, along with over 80 independent dealers, located in the United States and Canada focused on sales and service. Astroturf offers a competitive discount and has financing options available. A -Turf, Inc., manufactures, sources, and installs synthetic turf sports fields. A -Turf has in-house sales representatives that directly serve the United States. Their turf systems come with a strong warranty, as well as optional service contracts and maintenance programs. A -Turf recycled tire and foam components may contribute to a project's eligibility for LEED credits. A -Turf is offering Sourcewell participating entities advantageous pricing terms and discounts in their proposal. FieldTurf USA, Inc., offers a turnkey product for turf and track surfaces, including site construction and design services. They have an extensive national sales force throughout the United States and Canada. Sourcewell participating entities may engage FielclTurf's customer service team 24 hours a day, 7 days a week, regarding maintenance and service -related questions. FieldTurf offers a competitive discount with financing options available. ForeverLawn, Inc., is the provider of comprehensive synthetic turf solutions across the United States and Canada. Their products include many green attributes that are sustainable and eco-friendly. ForeverLawn maintains certification as a Synthetic Turf Council Certified Builder. As a manufacturer, they warranty their products and installation, with dealers offering maintenance and service plans. Their discounted pricing to Sourcewell participating entities is competitive, with significant discounts off MSRP. H21 Group, Inc., offers a turnkey solution for turf and running track systems. H21 provides conceptual design and layouts, jobsite condition monitoring, expert installation, and post installation service and support. They have sales and service coverage in the United States ready to assist Sourcewell participating entities. H21 pricing reflects a range of discounts off list pricing with financing options available. Hellas Construction, Inc., manufactures, designs and installs synthetic turf and running track systems. They employ a direct sales team and sports construction employees throughout the United States. The Hellas product lines include eco-friendly alternatives. Their REALFILLTI infill system and epiQ Tracks° running systems result in more than 25 million tires recycled every year. The Geo Plus infill is made from 100% plant -based, organic materials. Hellas is offering Sourcewell participating entities a solid discount from list prices. Mondo USA, Inc. is a manufacturer of indoor and outdoor vulcanized rubber track surfaces. They have a comprehensive dealer distribution network throughout the United States and Canada. Mondo certified dealers provide full service, sales, complete installation services, technical support and removal and disposal of existing product. Their not -to -exceed price list includes a competitive discount to Sourcewell participating entities. UUUUJIIyII CIIVCIuptC IU. LLUS! C'# Sourcewell Page 4 of 5 Shaw Contract Flooring Services, Inc., dba Shaw Sports Turf, offers a turn -key synthetic turf product line that includes manufacturing, design, product consultation, installation, maintenance, reclamation, and reuse programs. Shaw has a broad sales and distribution network that covers the United States and Canada to serve Sourcewell participating entity needs. To meet its environmental objectives, Shaw leverages a robust reclamation and recycling program, diverting carpet from landfills for use in new products. Shaw offers a solid discount off published list price. Sprinturf, LLC, manufactures, sells, and installs a wide variety of infilled synthetic turf systems, including slit film, dual fiber, and monofilament fiber. Infill systems are available in a variety of materials, such as rubber, rubber/sand, organic infills, and coated sands. Sprinturf has a national sales and distribution network, supported by installation crews located throughout the United States, ready to assist Sourcewell participating entities. Sprinturf is proposing a favorable discount off MSRP pricing. Turf Nation, Inc., is offering solutions for synthetic turf products. Turf Nation, as a manufacturer, makes available a complete installed option, as well as a turf -only alternatives. Turf Nation has direct sales staff, authorized dealers and Points of Operations, Distribution and Service strategically located throughout the United States and Canada for a timely response. Turf Nation offers Sourcewell participating entities a solid discount off list pricing. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #031622to: Astroturf Corporation A -Turf, Inc. FieldTurf USA, Inc. ForeverLawn, Inc. H21 Group, Inc. Hellas Construction, Inc. Mondo USA, Inc. Shaw Contract Flooring Services, Inc. dba Shaw Sports Turf Sprinturf, LLC Turf Nation, Inc. The preceding recommendation was approved on May 23, 2022. Docusignea by: 6630543C5330W . Kim Austin, MBA, CPPB, Procurement Lead Analyst IDocuSigned by, Carol Jackson, Procurement Analyst #031622-AST #031622-ATF #031622-FTU #031622-FVL #031622-H21 #031622-HLC #031622-MUI #031622-SI I #031622-SNT #031622-TNA UUUU01 II CIIVCIUpC IU. rUL./CL'iM I-r U%,M-#DCU-O IUI,-L L L)LJ I4LU.7l C'4 Sourcewell Page 5 of 5 Qoeasignpd by: Fcuu WoGs+.16rV 38394C33F1E94C7.. Beverly Hoemberg, Procurement Analyst Qacu5Igned by: L�P'X5NEFE9148FS6ywk) h .. Tom Sharbonno, Procurement Analyst STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #031622 for Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies. The committee accepted, deemed responsive, evaluated, and recommended one proposal for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws, the recommendation set forth above is approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell's Procurement Policy. E DOCUSJUnod by; CQF62A130UM. Jeremy Schwartz, CSSBB, CPPO Chief Procurement Officer LJUVuJIIJ.II CIIVCIUf tC IU. r:l IJ CL'iM I-r:1l..M'4DCV-O I Vli-lr IJ LI LI ILLUVI C4 Sourcewell�, Hellas Construction #031622-HLC Pricing for contract #031622-HLC offers Sourcewell participating agencies the following discount: 2.5% discount off list price UUUUolylI F-11vwUpt: IU. rUL/CGNM I -r UIJ/1"+OCU-O II4LU29/ C'4 Exhibit C City's Insurance and Indemnity UUUU'DlylI CIIv ClupJ- IU. FJVC4'iM1-FU,�M''F0CU'0 II LLUS I a,+ To the furthest extent allowed by law including California Civil Code section 2782, CONTRACTOR shall indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by CITY, CONTRACTOR or any other person, and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses and cost to enforce this agreement), arising or alleged to have arisen directly or indirectly out of performance of this Contract. CONTRACTOR'S obligations under the preceding sentence shall apply regardless of whether CITY or any of its officers, officials, employees, agents or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or the willful misconduct, of CITY or any of its officers, officials, employees, agents or volunteers. If CONTRACTOR should subcontract all or any portion of the work to be performed under this Contract, CONTRACTOR shall require each subcontractor to indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract. Insurance Requirements INSURANCE REQUIREMENTS (a) Throughout the life of this Agreement, CONTRACTOR shall pay for and maintain in full force and effect all insurance as required herein with an insurance company(ies) either (i) admitted bythe California Insurance Commissioner to do business in the State of California and rated no less than "A-VII" in the Best's Insurance Rating Guide, or (ii) as may be authorized in writing by CITY'S Risk Manager or his/her designee at any time and in his/her sole discretion. The required policies of insurance as stated herein shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits available to CITY, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. (b) If at any time during the life of the Agreement or any extension, CONTRACTOR or any of its subcontractors fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to CONTRACTOR shall be withheld until notice is received by CITY that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to CITY. Any failure to maintain the required insurance shall be sufficient cause for CITY to terminate this Agreement. No action taken by CITY pursuant to this section shall in any way relieve CONTRACTOR of its responsibilities under this Agreement. The phrase "fail to maintain any required insurance" shall include, without limitation, notification received by CITY that an insurer has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. (c) The fact that insurance is obtained by CONTRACTOR shall not be deemed to release or diminish the liability of CONTRACTOR, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify CITY shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the LIUI;U,)1y1I Cllvulupu IU. rJVCL'FM I-r J%,M-VCCU-O IJI,K,%,UU ILLV.71 C'F amount of indemnification to be provided by CONTRACTOR. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of CONTRACTOR, vendors, suppliers, invitees, contractors, sub -contractors, subcontractors, or anyone employed directly or indirectly by any of them. Coverage shall be at least as broad as: 1. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for "bodily injury," "property damage" and "personal and advertising injury" with coverage for premises and operations (including the use of owned and non -owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under "Minimum Limits of Insurance." 2. The most current version of ISO *Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non -owned automobiles or other licensed vehicles (Code 1- Any Auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. MINIMUM LIMITS OF INSURANCE CONTRACTOR shall procure and maintain for the duration of the contract, and for 5 years thereafter, insurance with limits of liability not less than those set forth below. However, insurance limits available to CITY, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY (i) $2,000,000 per occurrence for bodily injury and property damage; (ii) $2,000,000 per occurrence for personal and advertising injury; (iii) $4,000,000 aggregate for products and completed operations; and, (iv) $4,000,000 general aggregate applying separately to the work performed under the Agreement. 2. COMMERCIAL AUTOMOBILE LIABILITY Uul;u'DllJ.lI CI IVulupt: IU. ruUC44M I-FLA M-4DCu-0 ILKi %,IAVU IZ4UVf C'# $2,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation Insurance as required by the State of California with statuto limits and EMPLOYER'S LIABILITY with limits of liability not less than: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. 4. BUILDERS RISK (Course of Construction) insurance in an amount equal to the completed value of the project with no coinsurance penalty provisions. (Only required if the project includes new construction of a building, or renovation of, or addition to, an existing building.) 5. CONTRACTORS' POLLUTION LEGAL LIABILITY with coverage for bodily injury, property damage or pollution clean-up costs that could result from of pollution condition, both sudden and gradual. Including a discharge of pollutants brought to the work site, a release of pre-existing pollutants at the site, or other pollution conditions with limits of liability of not less than the following: (i) $1,000,000 per occurrence or claim; and, (ii) $2,000,000 general aggregate per annual policy period. (a) In the event this Agreement involves the transportation of hazardous material, either the Commercial Automobile policy or other appropriate insurance policy shall be endorsed to include Transportation Pollution Liability insurance covering materials to be transported by CONTRACTOR pursuant to the Agreement. UMBRELLA OR EXCESS INSURANCE In the event CONTRACTOR purchases an Umbrella or Excess insurance policy(ies) to meet the "Minimum Limits of Insurance," this insurance policy(ies) shall "follow form" and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the CITY, its officers, officials, employees, agents and volunteers. DEDUCTIBLES AND SELF -INSURED RETENTIONS CONTRACTOR shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and CONTRACTOR shall also be responsible for payment of any self -insured retentions. Any self -insured retentions must be declared on the Certificate of Insurance, and approved by, the CITY'S Risk Manager or his/her designee. At the option of the CITY'S Risk Manager or his/her designee, either: UUVU01YII CI IVCIUFIC IU. r:1LlC4'}M IIUk, %_A Ll L/ ILLUUI C'4 (i) The insurer shall reduce or eliminate such self -insured retentions as respects CITY, its officers, officials, employees, agents and volunteers; or (ii) CONTRACTOR shall provide a financial guarantee, satisfactory to CITY'S Risk Manager or his/her designee, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall CITY be responsible for the payment of any deductibles or self -insured retentions. OTHER INSURANCE PROVISIONVENDORSEMENTS (i) All policies of insurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non -renewed, reduced in coverage or in limits except after thirty (30) calendar days written notice has been given to CITY, except ten (10) days for nonpayment of premium. CONTRACTOR is also responsible for providing written notice to the CITY under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non -renewal, or reduction in coverage or in limits, CONTRACTOR shall furnish CITY with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for CITY, CONTRACTOR shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than fifteen (15) calendar days prior to the expiration date of the expiring policy. (ii) The Commercial General, Pollution and Automobile Liability insurance policies shall be written on an occurrence form. (iii) The Commercial General, Pollution and Automobile Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees and volunteers as an additional insured. CONTRACTOR shall establish additional insured status for the City and for all ongoing and completed operations under both Commercial General and Pollution Liability policies by use of ISO Forms or an executed manuscript insurance company endorsement providing additional insured status. The Commercial General endorsements must be as broad as that contained in ISO Forms: GC 20 10 1185 or both CG 20 10 & CG 20 37. (iv) The Commercial General, Pollution and Automobile Liability insurance shall contain, or be endorsed to contain, that the CONTRACTORS' insurance shall be primary to and require no contribution from the City. The Commercial General and Pollution Liability policies are required to include primary and non contributory coverage in favor of the City for both the ongoing and completed operations coverage. These coverages shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents and volunteers. If CONTRACTOR maintains higher limits of liability than the minimums shown above, City requires and shall be entitled to coverage for the higher limits of liability maintained by CONTRACTOR. UUI:uoiyii CIIvCIuptC IU. rJUCG'4M I-r U%,M-+DCU-O 1U%­%.A_.UU I GLUU IC'# (v) Should any of these policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. (vi) For any claims related to this Agreement, CONTRACTOR'S insurance coverage shall be primary insurance with respect to the CITY, its officers, officials, agents, employees and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, agents, employees and volunteers shall be excess of the CONTRACTOR'S insurance and shall not contribute with it. (vii) The Workers' Compensation insurance policy shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees and volunteers. (viii) The Builder's Risk Insurance shall have the policy endorsed to provide the City of Fresno to be named as a Loss Payee. (ix) The Commercial General, Pollution and Automobile Liability insurance policies shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees and volunteers. PROVIDING OF DOCUMENTS - CONTRACTOR shall furnish CITY with all certificate(s) and applicable endorsements effecting coverage required herein All certificates and applicable endorsements are to be received and approved by the CITY'S Risk Manager or his/her designee prior to CITY'S execution of the Agreement and before work commences. All non -ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of CITY, CONTRACTOR shall immediately furnish CITY with a complete copy of any insurance policy required under this Agreement, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. All subcontractors working under the direction of CONTRACTOR shall also be required to provide all documents noted herein. CLAIMS -MADE POLICIES - If any coverage required is written on a claims -made coverage form: (i) The retroactive date must be shown, and must be before the effective date of the Agreement or the commencement of work by CONTRACTOR. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or termination of the Agreement, whichever first occurs. (iii) If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a retroactive date prior to the effective date of the Agreement, or work commencement date, CONTRACTOR must purchase "extended reporting" period coverage for a minimum of five (5) years after completion of the work or termination of the Agreement, whichever first occurs. (iv) A copy of the claims reporting requirements must be submitted to CITY for review. (v) These requirements shall survive expiration or termination of the Agreement. LJLPUUJIIY.II CllvulupC ILJ. I-r U%.,M-4D1zU-0 IJIJ-VIiUU IGLVy/ C4 SUBCONTRACTORS - If CONTRACTOR subcontracts any or all of the services to be performed under this Agreement, CONTRACTOR shall require, at the discretion of the CITY Risk Manager or designee, subcontractor(s) to enter into a separate Side Agreement with the City to provide required indemnification and insurance protection. Any required Side Agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by CITY Risk Manager or designee. If no Side Agreement is required, CONTRACTOR will be solely responsible for ensuring that it's subcontractors maintain insurance coverage at levels no less than those required by applicable law and is customary in the relevant industry. UUUU01 II CI IvulupC IU. FUL. M4.+ %I—r U%.,M— 0MU—O IUI..'IJI+UU ILLU.71 C4 July 18, 2022 Ed Chinevere, 559-621-2913 4695 E Gettysburg Ave, Fresno, CA 93726 Ldward.chinevere fresno. oy RE: Resurface Tennis court at Vineland Park l-leilas Construction, Inc. is pleased to provide you with this proposal. Pricing is based on Hellas' current cooperative contract entitled Sourcewell fka NJPA 031622-HLC - Artificial Turf and Tracks with Installation, Related Equipment, Materials and Supplies. Through this contract, Hellas' products have been competitively and lawfully bid providing member schools and agencies with quality and preferential pre - priced products and services. General Conditions Hellas will: 1. Provide project Insurance, Supervision and Mobilization. 2. Provide construction surveying, layout and staking. 3. Provide performance and payment bonds. 4. Provide, prior to construction, all required submittals. 5. Provide final punch -out and clean-up of the completed project. BASE PROPOSAL: Two (2) Tennis Courts Tennis Court Surfacing (12,211 SF) Hellas will: 1. Clean off each court with a pressure washer and blower to remove all dirt and debris from the ex. concrete surface. 2. Apply one (1) coat of TPS 500011 Acrylic Surface at a rate of 0.7 gal/SY. Silica sand shall be mixed to achieve a medium to slow ball speed. 3. Apply two (2) coats of TPS 50000 Fortified Acrylic Color Coating. 4. Layout and paint 2" wide lines using Line Tape Sealer as a primer coat to ensure razor sharp edges. Paint shall be TPS 5000" White Line Paint and painted in accordance to USTA specifications. (Lines will be Tennis courts, Pickleball Courts and Volleyball Courts) Tennis Courts Resurfacing Price $37,300.00 Please Note: Duration for this Project is 6 days; liquidated damages are $500 per day. y. 1;lER4C'A\ S SM IA IION RS f5f1CIAlIUt AtE 1 ffILL + 4 � /1 OsIii CORPORATE HQ 1 12000 West Parmer Lane I Austin, TX 78613 1 T: (512) 250-2910 1 F: (512) 250-1960 1 hellasconstruction.com UukouOlIJ.II CIIvuluFjv IU. r:lUCL4M I-rV1rm-4or V-O IVI..-l..I,UUIGLV7/C4 EXCLUSIONS I. Any item of work not specifically listed above. 2. Existing drainage system repairs. 3. Construction materials inspection and testing. 4. Geotechnical Investigation. 5. Rock excavation or haul off. 6. Any embankment or processing of imported soils. 7. Any concrete work/ repairs. 8. Any asphalt paving/ repairs. 9. Any fence work. 10. Engineering. 11. Supply or installation of perimeter safety or construction fencing. 12. Site security. 13. Any Allowances or Contingencies. 14. Union wages. 15. Owner shall provide ingress/egress for ALL personnel, equipment and materials; typical construction traffic shall be expected for the duration of this contract. 16. Owner to supply laydown area for Hellas materials. Notwithstanding anything to the contrary in any of the Contract documents, under no circumstances shall the Performance bonds, maintenance bonds or the obligations of the Surety be liable for any warranty obligations that exceed 1 year from the date of substantial completion as defined in the Contract documents. Hellas Construction, Inc. looks forward to the award of this project, and is eager to work with you. *Pricing valid for 14 days from date of this proposal. ff- Keny Patel Senior Estimator Hellas Construction, Inc. CORPORATE HO 1 12000 West Parmer Lane I Austin, TX 78613 1 T: (512) 250-2910 1 F: (512) 250-1960 1 hellasconstruction.com