RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

Similar documents
EDGEWOOD INDEPENDENT SCHOOL DISTRICT

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

BELTON INDEPENDENT SCHOOL DISTRICT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools

KELLER INDEPENDENT SCHOOL DISTRICT

ANAHUAC INDEPENDENT SCHOOL DISTRICT

VENDOR APPLICATION FORM

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

N O T I C E T O B I D D E R S

New Caney ISD Fundraiser Registration Packet

LOCKHART INDEPENDENT SCHOOL DISTRICT

Plano Independent School District Request for Proposals

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

Automatic License Plate Recognition System for the Police Department

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

Visitor Management System

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Request for Proposals

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Callisburg Independent School District Request For Proposal VoIP Phone System

REQUEST FOR QUOTATION For CISCO Catalyst Network Equipment

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS AUDIO/VIDEO AND VIDEOCONFERENCING EQUIPMENT AND INSTALLATION. Audio/Video and Videoconferencing Equipment and Installation

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

DALTON PUBLIC SCHOOLS

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

ANDREW BROWN PARKS EAST AND WEST REDEVELOPMENT

July 15, 2014 Re: Technology Project Management Services Request for Proposal # RFP. Notice to Proposers

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

City of Gainesville State of Georgia

REQUEST FOR PROPOSAL (RFP) PROPOSAL DEADLINE TIME/DATE: May 24, 2018 at 10:00 AM

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

1:1 Computer RFP School Year Harrison School District Two

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

All proposals must be received by August 30, 2016 at 2:00 PM EST

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

HUD-CPD Programs Consultant

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Request for Qualifications Construction Manager

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)

RAYTOWN C-2 SCHOOL DISTRICT 6608 Raytown Road Raytown, MO / REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Dedicated Internet Access Service

DALTON PUBLIC SCHOOLS

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

GOOSE CREEK CONSOLIDATED INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT

REQUEST FOR BID SCHICK 33 SIZE 1 AND SIZE 2 DIGITAL SENSORS FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B01

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL PORTABLE ADVANCED TRAINING SYSTEMS FOR THE MECHATRONICS CURRICULUM FOR ILLINOIS VALLEY COMMUNITY COLLEGE RFP # RFP2014-P03

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSAL (RFP)

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

ITB # Law Enforcement Vehicle Equipment Installation

Summer School Nurse (LPN or RN)

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

CONSOLIDATED SCHOOL DISTRICT 158 March 12,2012 SPECIFICATIONS FOR REFINISHING HARDWOOD GYMNASIUM FLOORS BID # ADDENDUM NUMBER ONE

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Request for Qualifications CULTURAL COMPETENCY TRAINING

How to Do Business with Spring Branch ISD. Vendor Relations and Purchasing Procedures

Request for Proposal (RFP) Tell City Troy Township School Corporation LED Conversion Proposal

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Navasota Economic Development Corporation

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

Request for Proposal: Alton Middle School NETWORK CABLING

REQUEST FOR QUOTATION For Quantum Tape Backup And Disk Backup System

Multi-Purpose Paper Bid No. PR10-B14

GUIDELINES FOR BUSINESS IMPROVEMENT GRANT PROGRAM BY THE COLUMBUS COMMUNITY & INDUSTRIAL DEVELOPMENT CORPORATION

Attachment A Contractor Reference Form

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Digital Message Display Signs JOB NO FB

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) RESURFACING OF CITY OF KYLE POOL AND SPA: RFP PARD

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Transcription:

9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: January 10, 2018 PROPOSAL OPENING DATE: January 10, 2018 TIME: 9:00 a.m. TIME: 9:30 a.m. Dear Bidders, Valley View Independent School District invites proposals from interested vendors for the Digital Marquee project. Vendor are required to submit sealed proposals for the 3 options. Option 1: single sided marquee for 8 campuses Option 2: double sided marquee for 8 campuses Option 3: single sided marquee for the district located on Valley View Elementary grounds at 3408 E. Olmo St. Hidalgo, TX 78557 Sealed Proposals shall be submitted on this original form only and must reach the Administration Office on or before the hour of the receiving date specified. Late proposals will be returned unopened. Submittal to be as indicated below: The District reserves the right to reject any proposal and/or all proposals, to make awards as they may appear to be advantageous to the district and to waive all formalities in bidding. MAIL DELIVERY: A sealed proposal sent by mail must be addressed to: Valley View I.S.D. Laura Harris, Purchasing Coordinator 9701 S. Jackson Rd Pharr, Texas 78577 HAND DELIVERY: A proposal that is hand delivered MUST be taken to: We look forward to hearing from you. Sincerely, - Original Signed - Laura Harris Purchasing Coordinator Valley View I.S.D. Laura Harris, Purchasing Coordinator 9701 S. Jackson Rd. Pharr, Texas 78577 1 P age

SPECIAL TERMS & CONDITIONS 1. Valley View Independent School District requests sealed proposals for Digital Marquee 2. Please reply using the enclosed forms. Please submit one original and one copy of your proposal. Any questions on this Request for Competitive Sealed Proposals should be submitted in writing to Laura Harris, Purchasing Coordinator, via fax (956) 666-4106 or email at lharris@vviewisd.net, or mailed to 9701 S. Jackson Rd., Pharr, Texas 78577. 3. Sealed Proposals must have original signatures. Faxed responses will not be accepted. 4. Failure to manually sign proposal will disqualify it. RFP must be complete. Person signing proposal should show title or authority to bind their firm to a contract. 5. Sealed Proposals received after the 9:00 a.m. deadline will not be accepted and returned unopened. 6. All items offered should be designated "as specified" or "equal". 7. On items designated "equal", samples must be furnished within five (5) working days after proposal opening at no cost to the District, if requested. If not destroyed in examination they will be returned to the proposer on request at their expense. 8. The vendor represents that the supplies/components of the orders are new (not used or reconditioned), and NOT as such age or so deteriorated as to impair their usefulness or safety. 9. Payments will be made within 30 days after receipt of original invoice for each shipment completed (where merchandise has been received in good order). Invoices indicating discount for early payment will be paid accordingly. 10. Sales tax exemptions certificates will be furnished by the Business Office upon request. 11. The District reserves the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which the District may have in law or equity. 12. A manufacturer s total satisfaction written guarantee, in accordance with the Universal Commercial Code (UCC), for the contract term, with VVISD reserving the right to have any item replaced should the original item prove unreliable or defective as expressed or implied by verbal or written specifications. The item will then, and after adequate time to remedy and as part of remedy, be replaced without charge to VVISD s satisfaction. This will be provided at no additional cost to VVISD during the term of the contract. 2 P age

13. Any catalog, brand name or manufacturer s reference used in the proposal request is descriptive, not restrictive, and is used to indicate type and quality desired. Proposals on brands of like nature and quality will be considered providing proof of equality. 14. The District reserves the right to award the proposal in its entirety, partially, reject it, or to award it to multiple vendors. 15. The District reserves the right to inspect the service done upon completion before accepting it as complete. 16. VVISD reserves the right to make purchases from other vendor in an emergency situation or should there be a substantial price difference favorable to VVISD. 17. The words bids, proposal, or quotes and their derivatives may be used interchangeably by terms and conditions. These terms and conditions are applicable on all bids, request for proposals, quotes, competitive sealed proposals, etc. to which they are attached. 18. All quantities are approximate and therefore no quantities are guaranteed. 19. Prices to include delivery and turn-key installation of the digital marquees. ***Winter break schedule is as follows: Closed from December 25, 2017 - January 5, 2018 CAMPUS NAME AND PHYSCIAL ADDRESS 600 N JACKSON RD., HIDALGO, TX Valley View High School 78557 Valley View Early College High School 3000 E. DICKER, HIDALGO, TX 78557 Valley View Jr. High 9601 S JACKSON RD., PHARR, TX 78577 Valley View 5th Grade 9701 S JACKSON RD., PHARR, TX 78577 Valley View Elementary 3408 E. OLMO ST., HIDALGO, TX 78557 Valley View North 1300 W ANAYA RD., PHARR, TX 78577 1300 N MCCOLL RD, HIDALGO, TX Wilbur E Lucas Elementary 78557 Valley View South Elementary 900 S MCCOLL RD., HIDALGO, TX 78557 3 P age

GENERAL CONDITIONS 1. Withdrawal of proposal will not be allowed for a period of 60 days following the proposal opening. 2. Sealed Proposals shall be submitted on these forms. Deviations to the General Conditions and/or specifications shall be conspicuously noted in writing by the bidder and shall be included with the proposal. 3. Quantities required are substantially correct, but the District reserves the right to purchase additional quantities above the stated at the same unit price unless otherwise specified by the bidder. 4. Warranty conditions for all supplies and/or equipment shall be considered manufacturer s minimum standard warranty unless otherwise agreed to in writing. 5. Questions concerning this proposal shall be addressed to the Purchasing Coordinator, Valley View Independent School District. 6. Contracts for Purchase will be put into effect by means of a purchase order(s) executed by the Purchasing Coordinator after proposals have been awarded. 7. Proposal prices shall remain firm throughout term of the contract. 8. The District has the option of increasing and decreasing the estimated quantities. 4 P age

9. Evaluation of Proposals takes into account the following considerations: a) the purchase price, (b) the reputation of the vendor and of the vendor s goods or services, (c) the quality of the vendor s goods or services, (d) the extent to which the goods or services meet the District needs, (e) vendor s past performance record and relationship with the District, (f) and any other relevant factor specifically listed in the request for proposals. 1 2 3 Criteria Number of similar installations of digital marquee signs projects completed by the Company during any of the last five (5) years. Timeline for (earliest) completion of the project. Contractor must submit a timeline for the completion of this project together with the proposal response. Favorable & unfavorable references of contractor for similar installations of digital marquee signs projects. Points 10 5 10 4 Digital Marquee Signs Contractors from Rio Grande Valley 5 5 Warranties (LED s, Equipment, Structure, Labor) 10 6 Project Cost 60 Total Points 100 5 P age

SPECIFICATION SUMMARY Hardware maintenance for each of the proposed solutions will be submitted for 5 year warranty, and 8x5xNBD. Pricing must be honored for at least 1 full year following the award date. The vendor is solely responsible to deliver a fully functional solution meeting the specifications described herein. If the vendor regards the technical specifications as insufficiently exacting, he will offer equipment that will achieve the collective goals. Functional requirements apply before specific technical requirements, and the overall system requirements apply before the requirements for single components. After the award of the contract, the awarded vendor (contractor) is responsible for any necessary item not brought to the attention of VVIEW before the award. Vendor is responsible to complete the entire order prior to shipping. Option 1: single sided marquee for 8 campuses (see sample visual image below) A. Arch Digital Full Color Display with new support base structure o LED Pixel Pitch: 20.0mm o Matrix Size: 6 x 8 o Digital cabinet size: 3 5 x 8 o Name panel size: 2 5 x 8 o Color Processing: 281 Trillion Levels-M o Character Size: 5.5 inches o # Lines/Char. Line: 5 Line(s), 20 char minimal per line o Brightness: 10000 NIT s (+_5%) o Viewing Angle: 140 Degrees o Cabinet Design: Module o Communication: Remote RF Wireless (up to 2500 ft.) o Software: 5 years software with upgrades o On-Site Training: 4 hrs. training with certified trained technician B. Include delivery, assembly, erection, and welding of marquee to support new structure C. Crane services and labor to remove existing D. Include final connection of the electrical power to the marquee Option 1: Cost summary Full Color LED Electronic Marquee w/ School Name Panel Items Cost A. Arch Full Color LED Electronic $ Marquee w/ School Name Panel (to include permits/ engineers stamp drawings) to include item B listed above B. New support structure base 3 x8 $ C. Crane Services and labor to remove $ existing sign and dispose D. Install required electrical power $ including conduits 6 P age

7 P age

Option 2: double side marquee for 8 campuses SPECIFICATION SUMMARY Hardware maintenance for each of the proposed solutions will be submitted for 5 year warranty, and 8x5xNBD. Pricing must be honored for at least 1 full year following the award date. The vendor is solely responsible to deliver a fully functional solution meeting the specifications described herein. If the vendor regards the technical specifications as insufficiently exacting, he will offer equipment that will achieve the collective goals. Functional requirements apply before specific technical requirements, and the overall system requirements apply before the requirements for single components. After the award of the contract, the awarded vendor (contractor) is responsible for any necessary item not brought to the attention of VVIEW before the award. Vendor is responsible to complete the entire order prior to shipping. Option 2: double sided marquee for 8 campuses (see sample visual image below but will be double sided) A. Arch Digital Full Color Display with new support base structure o LED Pixel Pitch: 20.0mm o Matrix Size: 6 x 8 o Digital cabinet size: 3 5 x 8 o Name panel size: 2 5 x 8 o Color Processing: 281 Trillion Levels-M o Character Size: 5.5 inches o # Lines/Char. Line: 5 Line(s), 20 char minimal per line o Brightness: 10000 NIT s (+_5%) o Viewing Angle: 140 Degrees o Cabinet Design: Module o Communication: Remote RF Wireless (up to 2500 ft.) o Software: 5 years software with upgrades o On-Site Training: 4 hrs. training with certified trained technician B. Include delivery, assembly, erection, and welding of marquee to support new structure C. Crane services and labor to remove existing D. Include final connection of the electrical power to the marquee Option 2: Cost summary Full Color LED Electronic Marquee w/ School Name Panel Items Cost A. Arch Full Color LED Electronic $ Marquee w/ School Name Panel (to include permits/ engineers stamp drawings) to include item B listed above B. New support structure base 3 x8 $ C. Crane Services and labor to remove $ existing sign and dispose D. Install required electrical power $ 8 P age

including conduits 9 P age

Option 3: single sided marquee for the district located on Valley View Elementary grounds at 3408 E. Olmo St. Hidalgo, TX 78557 A. Digital Full Color Display with existing support base structure (see image visual below on existing base structure) o LED Pixel Pitch: 16.0mm o Matrix Size: 17 x 38 o Digital cabinet size: 11 10.2 x 25 7.9 o Color Processing: 281 Trillion Levels o Character Size: 4.4 inches o # Lines/Char. Line: 5 Line(s), 20 char minimal per line o Brightness: 9000 NIT s o Viewing Angle: 140 Degrees o Cabinet Design: Unibody o Communication: Remote RF Wireless (up to 2500 ft.) o Software: 5 years software with upgrades o On-Site Training: 4 hrs. training with certified trained technician B. Crane services and labor to remove existing C. Include final connection of the electrical power to the marquee Option 3: Cost summary Full Color LED Electronic Marquee Items A. Full Color LED Electronic Marquee w/ School Name Panel (to include permits/ engineers stamp drawings) to include item B listed above B. Crane Services and labor to remove exiting sign and dispose C. Install required electrical power including conduits Cost $ $ $ SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE NAME OF FIRM ADDRESS TELEPHONE# 10 P age

11 P age

PROPOSAL FORM Having carefully examined the proposal Notice, General Conditions, Specifications and Proposal Form, the undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the specifications and conditions contained in this document for the purchase of. The District shall award the order to the supplies with the lowest price. Price is to be based on Free on Board F.O.B. Destination, Freight prepaid. FIRM NAME: ADDRESS: CITY & STATE: TELEPHONE: AUTHORIZE SIGN: POSITION: REPRESENTATIVE: 12 P age

NON-COLLUSION STATEMENT & SIGNATURE SHEET The undersigned affirms that he/she is duly authorized to execute this contract, that this company, corporation, firm partnership, or individual has not prepared this proposal in collusion with any other bidder and that the contents of this proposal as to prices, terms, or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business, or to any person affiliated with Valley View I.S.D., prior to the official opening of this proposal. I,, have read the general terms and conditions. (Print/Type Name of Company Officer) I fully understand them and will fully execute them if I am awarded this proposal. I have represented the truth concerning the felony conviction notification. I fully understand the proposal specifications. Company Name: Address: City, State: Phone Number: Authorized Signature: Bidder (Print Name): Official Position with Company: Fax Number: Zip Code: 13 P age

FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a) states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This Notice is not required of a Public-Held Corporation. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information is true to the best of my knowledge. Vendor s Name: Authorized Company Official s Name (Printed): A. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. Signature of Company Official: B. My firm is not owned or operated by anyone who has been convicted of a felony. Signature of Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony. Name of Felon(s): Details of Conviction(s): Signature of Company Official: 14 P age

Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local government entity This questionnaire is being filed in accordance with Chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7 th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. FORM CIQ OFFICE USE ONLY Date received A person commits an offence if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor 1) Name of person doing business with local governmental entity. 2) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006 (a) Local Government Code, is pending and not later than the 7 th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3) Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money. 4) Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs local government officer of the governmental entity that is the subject of this questionnaire. 15 P age

Conflict of Interest Questionnaire (Continued) CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ 5) Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C, & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. 6) Describe any other affiliation or business relationship that might cause a conflict of interest. 7) Signature of person doing business with the governmental entity Date 16 P age

CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos. 1-4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. 4 Name of Interested Party City, State, Country (place of business) Nature of Interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. AFFIX NOTARY STAMP / SEAL ABOVE Signature of authorized agent of contracting business entity Sworn to and subscribed before me, by the said, this the day of, 20, to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath ADD ADDITIONAL PAGES AS NECESSARY Form provided by Texas Ethics Commission www.ethics.state.tx.us Adopted 10/5/2015