Loading...
HomeMy WebLinkAboutGraybar Electric Co Inc Formal Cooperative Purchase Agreement - 1-5-24GSD-S Formal Cooperative Purchase Agt.(10-2023) -1- FORMAL COOPERATIVE PURCHASE AGREEMENT THIS AGREEMENT (Agreement) is made and entered into EFFECTIVE ____________________________. by and between CITY OF FRESNO, a California municipal corporation (City), and GRAYBAR ELECTRIC COMPANY, INC., a a Missouri 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 and equipment. The City is allowed to piggyback an existing government agency’s agreement, under Fresno City Charter 1208. The parties agree the Vendor was the lowest responsive and responsible bidder for Invitation for Bid (IFB) issued by OMNIA Partners Contract #EV2370. The IFB is attached hereto as Exhibit A and is incorporated herein by reference. The Parties agree that the Vendor has entered a Cooperative Purchase Contract with Graybar Electric Company (Original Government Contract). 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: Melissa Perales 2101 G Street, Bldg. A Fresno, CA 93706 Phone: (559) 621-1332 E-mail: Melissa.Perales@fresno.gov FAX: (559) 457-1564 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1/5/2024 GSD-S Formal Cooperative Purchase Agt.(10-2023) -2- 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. 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. [Signatures follow on the next page.] DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A GSD-S Formal Cooperative Purchase Agt.(10-2023) -3- 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 By: Melissa Perales Purchasing Manager General Services Department No signature of City Attorney required. Standard Document #GSD-S Formal Cooperative Purchase Agt. (10-2023) has been used without modification, as certified by the undersigned. By: James E. Jackson Senior Procurement Specialist ATTEST: TODD STERMER, CMC City Clerk By: Date Deputy Addresses: CITY City of Fresno Attention: Melissa Perales 2101 G Street, Bldg. A Fresno, CA 93706 Phone: (559) 621-1332 E-mail: Melissa.Perales@fresno.gov FAX: (559) 457-1564 GRAYBAR ELECTRIC COMPANY, INC., a Missouri Corporation By: Name: Title: (If corporation or LLC., Board Chair, Pres. or Vice Pres.) By: Name: Title: (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) Vendor: Graybar Electric Company, Inc. Attention: Ronald Drescher 11885 Lackland Road St. Louis, Missouri 63146 Phone: (301) 306-3263 E-mail: ronald.drescher@graybar.com FAX: n/a Attachments: Exhibit A - Invitation For Bids Exhibit B - Original Government Contract Exhibit C - City’s Insurance and Indemnity DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Michael Schneeweis Director - Elecrrical Sales 1/5/2024 1/5/2024 1/5/2024 1/5/2024 EXHIBIT A Invitation for Bids DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A EV2370 - Electrical, Lighting, Data Communications and Security Products and Related Products, Services and Solutions 1 Introduction and Overview Point Value: 0 1. MASTER AGREEMENT The City of Kansas City, MO (herein "Lead Public Agency") on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies") is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions (herein "Products and Services"). 2. OBJECTIVES A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier's primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple bids or proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state of the art ordering and delivery systems; DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A F. Provide Participating Public Agencies with environmentally responsible products and services. 3. U.S. COMMUNITIES U.S. Communities Government Purchasing Alliance (herein "U.S. Communities") assists Participating Public Agencies to reduce the cost of purchased goods through strategic sourcing that combines the volumes and the purchasing power of public agencies nationwide. This is accomplished through an award of competitively solicited contracts for high quality products and services by large and well recognized public agencies (herein "Lead Public Agencies"). The contracts provide for use by not only the respective Lead Public Agency, but also by other Participating Public Agencies. National Sponsors U.S. Communities is jointly sponsored by the National Association of Counties (NACo), the National League of Cities (NLC), the Association of School Business Officials International (ASBO), the United States Conference of Mayors (USCM) and the National Governors Association (NGA) (herein "National Sponsors"). Advisory Board The U.S. Communities Advisory Board is made up of key government purchasing officials from across the United States. Each Advisory Board Member is expected to actively participate in product bids and selection, participate in policy direction, and share expertise and purchasing innovations. Current U.S. Communities Advisory Board Members Auburn University, AL Great Valley School District, PA Beaverton School District, OR Harford County Public Schools, MD City and County of Denver, CO Hennepin County, MN City of Chicago, IL Los Angeles County, CA City of El Paso, TX Maricopa County, AZ City of Houston, TX Miami-Dade County, FL City of Kansas City, MO North Carolina State University, NC City of Los Angeles, CA Onondaga County, NY City of Ocean City, NJ Port of Portland, OR City of Seattle, WA Prince William County Schools, VA Cobb County, GA San Diego Unified School District, CA Denver Public Schools, CO State of Iowa, IA Emory University, GA The Ohio State University, OH Fairfax County, VA The School District of Collier County, FL Fresno Unified School District, CA DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Participating Public Agencies Today, more than 55,000 public agencies utilize U.S. Communities contracts and suppliers to procure over $2.5 Billion Dollars in products and services annually. Each month more than 500 new public agencies register to participate. The continuing rapid growth of public agency participation is fueled by the program's proven track record of providing public agencies unparalleled value. The Supplier(s) must communicate directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, and payment. The City of Kansas City, MO is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages, expenses, fees, liabilities, etc. incurred by any other Participating Public Agency. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. A copy of the MICPA is attached in Section 10. Estimated Volume The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $500 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency, the U.S. Communities Advisory Board members, and current sales within the U.S. Communities program. While there is no minimum quantity of products required to be purchased under the proposed Master Agreement, the City of Kansas City, MO and the U.S. Communities Advisory Board Members are committed to utilizing the Master Agreement. The Advisory Board members shall determine if the Master Agreement is of value to their agency, and will promote the Master Agreement among other public agencies nationwide and internationally. The Advisory Board in 2016 purchased more than $168 Million Dollars of products and services from existing U.S. Communities contracts. Marketing Support U. S. Communities provides marketing support for each Supplier's products through the following: • National Sponsors as referenced above. • Over 85 State Associations of Counties, Schools and Municipal Leagues. • Sales and marketing personnel that directly promote the U.S. Communities Suppliers to Participating Public Agencies through public agency meetings, webinars, direct mail, email, online and print advertising, social media, articles, and exhibiting and presenting at national and local trade shows. • U.S. Communities provides Suppliers government sales training, and a host of online marketing and sales management tools to effectively increase sales through U.S. Communities. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Multiple Awards Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing Master Agreements fulfill current and future requirements of the diverse and large number of Participating Public Agencies. The City of Kansas City, MO reserves the right to award the contract locally and/or nationally in the aggregate, by section, multiple award, primary, secondary, and tertiary, whichever is in the best interest of the City of Kansas City, MO and Participating Public Agencies as a result of this solicitation. Evaluation of Proposals Proposals will be evaluated by the Lead Public Agency in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. U.S. Communities Advisory Board members and other Participating Public Agencies will assist the Lead Public Agency in evaluating proposals. The Supplier(s) whose response(s) affirmatively meets the requirements of this Request for Proposal and provides the best overall value will be eligible for a contract award. U.S. Communities reserves the right to make available or not make available Master Agreements awarded by a Lead Public Agency to Participating Public Agencies. 1. Have you read and do you acknowledge the above Introduction and Overview? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 2 Instructions and Conditions Point Value: 0 1. PURPOSE The City of Kansas City, Missouri ("City") invites you to submit a proposal for Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions as listed in the Scope Requirements of this Request for Proposal. 2. DUE DATE FOR PROPOSALS Proposers shall submit Proposals to the City Contact Person listed below utilizing the RFP365 online tool by 11:00 p.m. (CST) on Friday, October 6, 2017. 3. CITY CONTACT PERSONS General, Technical and Proposal Submission Questions Proposers shall submit their Proposal and any general questions or issues about any aspect of this RFP to the following City Contact person: Renee Medlin, CPPO, Procurement Manager Procurement Services Division City Hall, 1st Floor, Room 102 W DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 414 East 12th Street, Kansas City, Missouri 64106 (816) 513-0816 (Phone) Renee.Medlin@kcmo.org (Email) Questions should be submitted through the RFP365 online tool. Deadline for questions is Friday, September 22, 2017 at 12:00p.m (CST). 4. DEFINITIONS • This Request for Proposals ("RFP" or "solicitation") is an invitation by the City for Proposers to submit an offer, which may be subject to subsequent discussions and negotiations by the City and the Proposer. It is not a request for a competitive bid. • "Proposal" means any document, submittal, interview, presentation, discussion, negotiation, and everything and anything provided in response to this RFP regardless whether the submission is an oral or written submission. • By submitting a proposal to the City, Proposer agrees that the Proposer does not obtain any right in or expectation to a contract with the City or a vested interest or a property right in a contract with the City regardless of the amount of time, effort and expense expended by Proposer in attempting to obtain a written executed contract with the City that complies with Section 432.070, RSMo, the City Charter and City ordinances. 5. ESTIMATED SCHEDULE The listed dates in the "Estimated Schedule" are tentative. The City reserves the right to change or extend any and all dates including the due date for proposals for any reason at any time including after the due date for proposals. 09/06/2017 RFP issued 09/20/2017 1:00 p.m. Pre-Proposal Conference City of Kansas City, Missouri City Hall 414 East 12th Street 11th Floor Conference Room General Services Department Kansas City, MO 64106 *Suppliers need to make their best efforts to attend this pre-proposal conference. MBE/WBE goals (for local contract) and national requirements will be discussed in detail. 09/22/2017 12:00p.m. Deadline for questions to be submitted 10/06/2017 11:00p.m. Deadline for Proposals to be submitted Mid October 2017 Notification of shortlisted firms DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Late October 2017 Presentations, if necessary Early November 2017 Selection/Negotiations Late November / Early December 2017 City Council Approval January 1, 2018 Contract Start Date 6. RFP DOCUMENTS This RFP consists of the following sections: • This RFP • Scope of Work • Standard City Contract • HRD Documents 7.EXAMINATION OF ALL RFP DOCUMENTS AND REQUIREMENTS • Each Proposer shall carefully examine all RFP documents and thoroughly familiarize themselves with all RFP requirements prior to submitting a proposal to ensure that Proposer's Proposal meets the intent of this RFP. • Before submitting a Proposal to the City, each Proposer shall be responsible for making all investigations and examinations that are necessary to ascertain any and all conditions and requirements that affect the requirements of this RFP. Failure to make such investigations and examinations shall not relieve the Proposer from Proposer's obligation to comply, in every detail, with all provisions and requirements of the RFP. • By submitting a Proposal to the City, Proposer certifies that Proposer has provided the City with written notice of all ambiguities, conflicts, mistakes, errors or discrepancies that Proposer has discovered in the RFP, the Proposed Contract, Scope of Services and any other document. By executing a Contract with the City, Proposer certifies that Proposer communicated to City all ambiguities, conflicts, errors or discrepancies that it has discovered in the RFP, the Proposed Contract, Scope of Services and any other document and that written resolution thereof by the City as embodied in the final Contract is acceptable to Proposer. 8. QUESTIONS AND CLARIFICATIONS ABOUT THIS RFP • Question Deadline o Proposers may submit written questions, request clarifications or provide notice to the appropriate City Contact person listed in number 3 (above) of any ambiguities, conflicts, mistakes, errors or discrepancies that Proposer has discovered in the RFP, the DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Proposed Contract, Scope of Services and any other solicitation document at any time until one (1) week prior to the due date for proposals. o The City will answer all inquiries by any Proposer in writing. If any inquiry results in a change in the RFP, the City will issue an Addendum and the Addendum will be on the City's website. It is the responsibility of Proposers to check and City's website for addenda. http://www.kcmo.gov • Questions - Post Deadline o If a Proposer discovers any ambiguities, conflicts, mistakes, errors or discrepancies after the deadline for questions and clarifications or after the proposal due date, Proposer shall immediately submit the ambiguity, conflict, mistake, error or discrepancy to the appropriate City Contact person listed in number 3 (above). The City, in its sole discretion, shall determine the appropriate response to any issue raised by any Proposer. 9. SUBMISSION OF PROPOSALS All proposal documents must be submitted in the exact order as listed in the City RFP. • The City uses RFP365 for the electronic distribution and submission of this RFP's responses. • Respondents will prepare their answers and upload completed forms in this electronic platform. • Respondents can prepare responses to RFP questions that include: o Formatted text, using the formatting options in the text editor o Uploaded files, including completed forms and supporting documentation. Use the paperclip icon in the text editor to upload a file. o Embedded images. Thumbnails of images can be uploaded into the text, resized, and placed using the controls through picture frame icon in the text editor. o Links to external website which are publicly available. • Respondents using the RFP365 platform can add internal team members to help in the preparation of their responses. By clicking on the Users page through the drop-down under your name in the upper right-hand corner, you can invite team members to collaborate on responses. • Users of this platform must have an internet connection and can user browsers including: Google Chrome, Mozilla Firefox, Apple Safari, and Microsoft Internet Explorer 9 or newer. Users on old versions of browsers which are not supported by this application will be warned at the login screen that they are using an unsupported browser. Google Chrome and Mozilla Firefox are free browsers and can be installed on the uses computer at no charge. • Users of RFP365 can send and receive messages to the RFP owner by using the messaging feature in the top-right corner of this RFP screen. Messages will be responded to accordingly and an email of any message will be copied to the respondent point of contact. • Each response can be assigned to users of the respondent's team. They can set internal due dates and manage the progress inside of the RFP365 platform. • Only complete and approved responses can be submitted. • Submission after the due date at 11:00 p.m. (Central time) is not allowed. • Technical support for this application is available at support@rfp365.com. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 10.CONTENT OF PROPOSAL In the subsequent sections of this proposal, respondents will be required to prepare answers to various questions. These sections include, but are not limited to, the following: • Business/Firm Profile and Legal Structure • Experience • Personnel • Sustainability • Pricing/Cost Proposal • References • Technical and Functional Requirements • U.S. Communities Administration Agreement (signed, unaltered) • U.S. Communities Supplier Worksheet for National Program Consideration • U.S. Communities Supplier Information • Other Required Documents 11. EVALUATION CRITERIA • Any evaluation criteria or weighting of criteria is used by the City only as a tool to assist the City in selecting the best proposal for the City. Evaluation scores or ranks do not create any right in or expectation to a contract with the City regardless of any score or ranking given to any Proposer by the City. In other words, even if the City gives a Proposer the highest rank and highest score, the Proposer still has no expectation of a contract with the City and the City may choose to contract with any other Proposer regardless of the score or rank of the other Proposer. • The City may change criteria and criteria weights at any time including after the due date for proposals. 12. INTERVIEWS The City, in its sole discretion, may interview none, one, some or all of the Proposers who submit proposals. 13. DISCUSSIONS AND NEGOTIATIONS The City, in its sole discretion, may do any or all of the following: • evaluate Proposals and award a contract with or without discussions or negotiations with any or all of the Proposers; • discuss and negotiate anything and everything with any Proposer or Proposers at any time; • request additional information from any or all Proposers; • request a Proposer or Proposers to submit a new Proposal; • request one or more best and final offers from any or all Proposers; • accept any Proposal in whole or in part; • require a Proposer to make modifications to their initial Proposals; DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A • make a partial award to any or all Proposers; • make a multiple award to any or all of Proposers; • terminate this RFP, and reissue an amended RFP. 14. PROPOSAL MUST REMAIN FIRM IRREVOCABLE OFFER TO CITY FOR 90 DAYS • By submitting a proposal to the City, Proposer agrees that Proposer's Proposal shall constitute a firm irrevocable offer to the City that Proposer shall not withdraw or modify without the City's approval for ninety (90) days after the proposal due date. Proposer agrees that even if the City negotiates or makes a counter offer to Proposer on Proposer's original Proposal or any subsequent Proposal submitted by Proposer to the City, Proposer hereby grants to the City, in the City's sole discretion, the unconditional right for the City to accept Proposer's original Proposal and the City's negotiation or counter offer shall not be deemed to be a counter offer. • After ninety (90) days, the City can accept any proposal or subsequent proposals from any Proposer with the consent of the Proposer at any time and regardless of the length of time that has passed from the proposal due date. 15. SELECTION The City will select the proposal that in the City's sole judgment the City determines to be the best Proposal. Section 432.070, RSMo requires the City to have a written executed contract signed by both parties prior to anyone performing services or providing any goods, supplies, materials or equipment to the City. The written executed contract must also comply with the City Charter and City Ordinances. This means that a proposer does not have a contract with the City until a written contract is executed. A contract is executed when all of the following have occurred: (1) the City Council authorizes the execution of a contract with the Proposer (if City Council approval is requested by City staff or is required by City Ordinance); (2) persons with actual authority to bind both the City and the Proposer execute the contract; (3) the contract is approved by the Law Department; (4) the City issues a purchase order to the Contractor with the Director of Finance's certification of availability of funds for the contract; and (5) any other required step. A Proposer does not have a contract with the City until all the steps are completed. If the City does not complete all required steps, there is no contract between the City and the Proposer and the City has absolutely no contractual or financial obligation to any Proposer regardless of the amount of time, effort and money spent by the Proposer responding to the RFP and attempting to negotiate and obtain a contract with the City. 16. REJECTION OF PROPOSALS The City reserves the unconditional right to reject any or all proposals received in response to this RFP at DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A any time prior to the City executing a contract that meets the requirements of Section 432.070, RSMo, the City Charter and all applicable City Ordinances. 17. WAIVER OF ORDINANCES, REGULATIONS AND RFP REQUIREMENTS • The City, at any time, may waive any requirements imposed in this RFP or by any City regulation. • The City may waive any requirement imposed by the City's Code of Ordinances when failure to grant the waiver will result in an increased cost to the City and the requirement waived would be waived for all Proposers for this RFP and it is in the best interest of the City to grant the waiver. 18. LATE PROPOSALS The City, in its sole discretion, may consider proposals received by the City after the proposal due date if it is in the best interest of the taxpayers of the City to receive the late proposal(s). 19. CHANGES IN THE RFP • After this RFP is issued, the City, in its sole discretion, may change everything or anything contained in this RFP at any time including after the Proposal due date. If the change is prior to the proposal due date, the City reserves the right, when considered necessary or appropriate, to modify this RFP. • If the City shall amend the RFP after the proposal due date, the City may, in its sole discretion, solicit new proposals in an amended RFP from anyone or everyone regardless whether a person submitted a proposal in response to the original RFP. 20. CHANGES IN EXECUTED CONTRACT AND ADDITIONAL WORK • After the City executes a contract in accordance with the requirements of Section 432.070, RSMo, the City Charter and City Ordinances, the City may, in its sole discretion, amend the contract to change anything or everything associated with the contract as long as such change is in the interest of the City and as long as the Contractor agrees to the change. • The City, in its sole discretion, may award additional contracts for related work or subsequent Project phases to the selected Contractor. • The City, in its sole discretion, may extend the term of the contract with the selected Contractor notwithstanding the expiration of the initial term or any subsequent term or all options to renew, until the City has a new contract in place with either Proposer or another provider or until the City terminates the Contract. 21. PROPOSER SOLELY RESPONSIBLE FOR ALL COSTS Regardless of the amount of time, effort, cost and expense incurred by a Proposer in Proposer's attempt to win this City contract, Proposer agrees that Proposer shall be solely responsible and liable for any and all costs incurred by Proposer. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A The City shall have no liability or responsibility for any of Proposer's costs or expenses. 22. OWNERSHIP OF PROPOSALS By submitting its Proposal, Proposer hereby agrees that Proposer's Proposal and any supplementary material submitted by the Proposer shall become property of the City. 23. DISCLOSURE OF PROPRIETARY INFORMATION • A Proposer may attempt to restrict the disclosure of scientific and technological innovations in which the Proposer has a proprietary interest, or other information that is protected from public disclosure by law, which is contained in the Proposal by marking each response of each such document prominently with the words "Proprietary Information"; • After either a contract is executed pursuant to the RFP, or all submittals are rejected, if access to documents marked "Proprietary Information", as provided above, is requested under the Missouri Sunshine Law, the City will notify the Proposer of the request, and it shall be the burden of the Proposer to establish that such documents are exempt from disclosure under the law. • If the Proposer elects to challenge a formal request for such information made to the City and if the Proposer is unsuccessful in keeping such information closed, the Proposer shall pay for any and all costs, attorney fees and fines that are a result of Proposer's attempt to keep the information closed. • Notwithstanding the foregoing, in response to a formal request for information, the City reserves the right to release any documents if the City determines that such information is a public record pursuant to the Missouri Sunshine Law. The City shall have no liability to any Proposer or anyone else for releasing any Proprietary Information of a Proposer even if the City is negligent in releasing or disclosing any Proprietary Information of any Proposer. 24. CLOSED RECORDS All Proposals including interviews, presentations and documents, and meetings relating thereto may remain closed records or meetings under the Missouri Sunshine Law until a contract is executed or until all Proposals are rejected by the City. If the City amends this RFP, Proposals submitted in response to the original RFP may remain closed records until a contract is executed or all proposals submitted in response to the amended RFP are rejected. Proposals shall remain closed records even if the City mistakenly informs all Proposers that it is rejecting any and all Proposals prior to amending the RFP as long as the City intends to amend the RFP and resolicit Proposals. 25. AFFIRMATIVE ACTION It is the policy of the City that any person or entity entering into a contract with the City, will employ applicants and treat employees equally without regard to their race, color, sex, religion, national origin or DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ancestry, disability, sexual orientation, gender identity or age. The City's Affirmative Action ordinance requires that any person or entity who employs fifty (50) or more persons and is awarded a contract from the City totaling more than $300,000.00 must: • Execute and submit an affidavit, in a form prescribed by the City, warranting that the Contractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the contract. • Submit, in print or electronic format, a copy of the Contractor's current certificate of compliance to the City's Human Relations Department (HRD) prior to receiving the first payment under the contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. If, and only if, Contractor does not possess a current certification of compliance, Contractor shall submit, in print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. • Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the subcontract. • Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the Subcontractor's current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current certificate of compliance, Contractor shall obtain a copy of the Subcontractor's affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed If you have any questions regarding the City's Affirmative Action requirements, please contact HRD at (816) 513-1836 or visit the City's website: www.kcmo.gov 26. TAX CLEARANCE FOR CITY and LOCAL GOVERNMENTS The local governments of the City of Kansas City, Jackson County, Missouri; Johnson County, Kansas; and the Unified Government of Wyandotte County/Kansas City, Kansas (collectively the "Local Governments"), have agreed to help enforce each other's Tax Laws to insure that taxpayer funded contracts are performed by Contractors in compliance with the Tax Laws of the Local Governments. Contractor agrees that Contractor shall be in compliance with the Tax Laws of the Local Governments throughout the term of this contract and any contract renewals and that proof of Contractor's compliance with the Tax Laws of the Local Governments shall be a condition precedent to City making City's first payment under the contract or any contract renewal. The selected Contractor may obtain the City tax clearance letter from the City's Commissioner of Revenue at (816) 513-1135 or (816) 513-1089 and authorize the City to obtain the Clearance letters from the Local Governments of City of Kansas City, Jackson County, Missouri; Johnson County, Kansas; and the Unified Government of Wyandotte County/Kansas City, Kansas (collectively the "Local Governments"), dated not more than ninety (90) days from the date of submission. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A http://www.kcmo.gov 27. INDEMNIFICATION The City's standard contract requires that the Contractor shall indemnify, defend and hold harmless the City and any of its agencies, officials, officers, or employees from and against all claims, damages, liability, losses, costs, and expenses, including reasonable attorneys' fees, arising out of or resulting from any acts or omissions in connection with the contract, caused in whole or in part by Contractor, its employees, agents, or Subcontractors, or caused by others for whom Contractor is liable, including negligent acts or omissions of the City, its agencies, officials, officers, or employees. The contract requires Contractor to obtain specified limits of insurance to insure the indemnity obligation. Contractor has the opportunity to recover the cost of the required insurance in the Contract Price by including the cost of that insurance in the Proposal. 28. BUY AMERICAN AND MISSOURI PREFERENCE POLICIES • Buy American Preference. It is the policy of the City that any manufactured goods or commodities used or supplied in the performance of any City contract or any subcontract thereto shall be manufactured or produced in the United States whenever possible. When proposals offer quality, price, conformity with specifications, term of delivery and other conditions imposed in the specifications that are equal, the City shall select the proposal that uses manufactured goods or commodities that are manufactured or produced in the United States. • Buy Missouri Preference. It is the policy of the City to give preference to all commodities manufactured, produced, or grown within the State of Missouri and to all firms, corporations, or individuals doing business as Missouri firms, corporations, or individuals, when the quality is equal or better and delivered price is the same or less. It is the Proposer's responsibility to claim these preferences. 29. MISSOURI SECRETARY OF STATE BUSINESS ENTITY REGISTRATION Prior to execution of a contract with the City, the apparent successful Proposer must submit a current copy of Proposer's Certificate of Good Standing from the Missouri Secretary of State's website. http://www.sos.mo.gov 30. CITY OF KANSAS CITY MISSOURI BUSINESS LICENSE Prior to execution of a contract with the City, the apparent successful Proposer must submit a current copy of Proposer's valid business license. Proposers may obtain this business license from the City's Revenue Division/Business License section at (816) 513-1135 or visit the City's website. http://www.kcmo.gov DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 31. PROHIBITED ACTIVITIES BY FORMER CITY EMPLOYEES AND OFFICIALS Section 2-1018 of the City's Code prohibits former elected City officials and former executive or administrative employees of the City from trying to influence a decision of the City on behalf of an employer or client for one (1) year after that former employee or official leaves the City's employ. By submitting a Proposal, Proposer affirms that Proposer and its team members and employees are in compliance with the requirements of Section 2-1018. Failure to comply with the requirements of Section 2-1018 may cause the Proposal to be rejected. 32. EMPLOYEE ELIGIBILITY VERIFICATION If this contract exceeds five thousand dollars ($5,000.00), Supplier shall execute and submit an affidavit, in a form prescribed by the CITY, affirming that Supplier does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work in the United States as defined in 8 U.S.C. §1324a(h)(3). Supplier shall attach to the affidavit documentation sufficient to establish Supplier's enrollment and participation in an electronic verification of work program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration and Reform and Control Act of 1986. Supplier may obtain additional information about E-Verify and enroll at https://e- verify.uscis.gov/enroll/StartPage.aspx?JS=YES. For those Suppliers enrolled in E-Verify, the first and last pages of the E-Verify Memorandum of Understanding that Supplier will obtain upon successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with this section. Supplier shall submit the affidavit and attachments to the CITY prior to execution of the contract, or at any point during the term of the contract if requested by the CITY. The affidavit is found under Section 23 - Employee Eligibility Verification Affidavit. 33. COOPERATIVE PROCUREMENT WITH OTHER JURISDICTIONS Proposer must acknowledge acceptance or decline by returning the form found under Section 21 - Cooperative Procurement with Other Jurisdictions Form. 34. RENEWAL OPTION • The period of performance under the contract is for an initial term of five (5) years, with three (3) two-year renewal options. • The continuation of the incumbent Supplier in the option year(s) is a prerogative of the Buyer and is not a contractual right of the Supplier. The Buyer's decision as regards exercising the option(s) is not subject to appeal. 35. CITY OF KANSAS CITY, MISSOURI MBE/WBE/SLBE CONTRACT REQUIREMENTS Application of this Section 35. If a Proposer's Proposal is found by the City's Director of Human Relations to be non-responsive for failure to meet the requirements of this Section 35, U.S. Communities DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A may still make an award to the Supplier even if the City does not make an award to the Supplier(s). (a) City of Kansas City, Missouri MBE/WBE/SLBE Requirements. The City of Kansas City, Missouri desires that Minority Business Enterprises (MBE) and Women's Business Enterprises (WBE) have a maximum opportunity to participate in the performance of this contract. Due to the unique nature of this Solicitation, the City has not set a specific goal for MBE or WBE participation in this contract. Nevertheless, Proposers are still required to make and provide documentation of its good faith efforts to utilize City certified MBEs and WBEs in the performance of this contract in accordance with the requirements specified in the attached HRD Forms and Instructions or in lieu therefore, comply with Section 35(b). Failure of a Proposer to make good faith efforts to utilize MBEs and WBEs in accordance the City's requirements will result in the Proposer being found nonresponsive and ineligible for award for a City contract unless Proposer meets the alternative requirements set forth in Section 35(b); provided however, a Proposer's failure to comply with this Section 35 will not make a Proposer ineligible for a contract award from U.S. Communities. Unless a Proposer elects to proceed under Section 35(b), Proposers must complete HRD Form 13 Affidavit of Intended Utilization (found under Section 20) and return it with their Proposal. Please complete HRD Form 13 - Affidavit of Intended Utilization and attach it to this RFP response where indicated. (b) Alternative Method to Meet City's MBE/WBE/SLBE Program Requirements. In lieu of a Supplier complying with the City's MBE/WBE Program requirements set forth in Section 35(a), Supplier(s) may assist City Certified Minority Business Enterprises (MBEs), City Certified Woman Business Enterprises (WBEs) and City Certified Small Local Business Enterprises (SLBEs) grow, develop, and prosper in the public sector. To meet this objective, the City's Director of Human Relations requests that the Supplier(s) awarded the national U.S. Communities Contract provide the same U.S. Communities national discounted pricing received by the City to City Certified MBEs, WBEs and SLBEs when City Certified MBEs, WBEs, and SLBEs bid or submit a proposal on City of Kansas City, Missouri Construction or Maintenance Solicitations and other public sector Construction and Maintenance Solicitations. This will allow City Certified MBEs, WBEs, and SLBEs, to incorporate the same National Discounted U.S. Communities pricing received by the City in their bids and proposals to the City and other public entities and save the taxpayers money. Failure to meet the requirements imposed by this Section 35(b) shall not make a submitted Proposal non-responsive if the Supplier meets the requirements of Section 35(a). Participating Public Agencies with equivalent MBE/WBE/SLBE Programs to the City of Kansas City, Missouri may utilize this Section 35 if the Supplier(s) and the Participating Public Agency agree to incorporate it in their Local Agreement. The City of Kansas City, Missouri has a list of City Certified MBEs/WBEs/SLBEs at http://kcmo.org/CKCMO/Depts/Ci... (click on the "DMWBE Directory Search"). Please contact the City's Human Relations Department at 816-513-1836 for assistance on any aspect of the MBE/WBE/SLBE program. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Participating Public Agencies with equivalent MBE/WBE/SLBE Programs to the City of Kansas City, Missouri may utilize this Section 35 if the Supplier(s) and the Participating Public Agency agree to incorporate it in their Local Agreement. 36. WAIVER OF MBE/WBE REQUIREMENTS The City Council, in its sole discretion, may waive any and all MBE/WBE requirements imposed by this solicitation and any Proposal Documents or the MBE/WBE Ordinance, and award the contract to the best Proposer if the City Council determines a waiver is in the best interests of the City. 1. Have you read and do you acknowledge the above Instructions and Conditions? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 3 Scope of Work Point Value: 20 1. General definition of Products and services Proposers are to propose the broadest possible selection of Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions they offer. The intent of this solicitation is to provide Participating Public Agencies with a comprehensive offering of products and services to meet their various needs. Therefore, the Proposers should have demonstrated experience in providing the Products and Services as defined in this RFP, including but not limited to: a) Electrical Products: A complete and comprehensive offering of electrical supplies such as conduit, wire, electrical boxes, electrical fittings, electrical fasteners and hardware, surge and power protection, enclosures, fuses, power distribution equipment, control devices and all other related electrical materials offered by Proposer. b) Lighting Products: A complete and comprehensive offering of lighting products such as lamps, ballasts, fixtures, controls, LEDs, athletic field lighting, highway lighting and all other related lighting products offered by Proposer. c) Data Communications, Networking and Wireless Products: A complete and comprehensive offering of data communication, networking and wireless supplies such as modems, routers, network modules, network switches, PoE, repeaters, media converters, copper/fiber cabling, connectivity and termination products, power backup and power protection products, racks, cabinets and enclosures, raceway and wire-way and all other related data communications, networking and wireless products offered by Proposer. d) Security Products: A complete and comprehensive offering of security products such as access control products, security and CCTV cameras, sound systems, strobe and warning lights, monitoring, entrance protection, security sensors and contacts and all other related security products offered by Proposer. e) Related Products and Services: Any related products as well as services such as assessment, repair, renovation, installation, testing, inventory, training and other related services that may be offered by Proposer. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, LATEST DESIGN AND TECHNOLOGY. 2. Regulatory requirements and standards 3. Shipping 4. Delivery 5. Warranty 1. Have you read and do you agree to the Scope of Services? If you have any narrative, please place it in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 2. If there are any concerns/issues with this section, please place a detail of those items in the Comments section provided below for this question. Priority: 5. Response Type: Text. 4 Authorized Representative Form Point Value: 0 By submission of the RFP response, the Proposer certifies that: 1 It has not paid or agreed to pay any fee or commission, or any other thing of value contingent upon the award of this contract, to any City of Kansas City, Missouri employee or official or to any current consultant to the City of Kansas City, Missouri; 2 It has not paid or agreed to pay any fee or commission or any other thing of value contingent upon the award of this contract, to any broker or agent or any other person; 3 The prices contained in this Proposal have been arrived at independently and without collusion, consultation, communication or agreement intended to restrict competition; 4 It has the full authority of the Offeror to execute the Proposal and to execute any resulting contract awarded as the result of, or on the basis of, the Proposal; 5 Proposer will not withdraw the Proposal for ninety (90) days. 1. I hereby certify that I have both the legal authority from my business/firm and the right to enter into this contractual agreement with the City of Kansas City, Missouri, and have read, understood, and hereby fully accept all the terms, conditions, specifications, and pricing information contained within this document as well as any and all subsequent pages, addenda, and notices. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 2. Authorized Representative name and title Priority: 5. Response Type: Text. 3. Authorized Representative phone number and email address Priority: 5. Response Type: Text. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 4. Firm's name and physical address Priority: 5. Response Type: Text. 5. Email address for Purchase Order Priority: 5. Response Type: Text. 5 Standard City Contract Point Value: 0 Please review the attached file for the City's Standard Contract for Products and Services. 1. Will you be able to comply with the Standard City Contract? Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 2. Please state any questions or concerns you have regarding the Standard City Contract. Priority: 5. Response Type: Text. 6 Business/Firm Profile and Legal Structure Point Value: 0 Please prepare responses for each of the following in the space provided: 1. Legal Name, address, phone, fax, e-mail, Federal ID#, and website address. Priority: 3. Response Type: Text. 2. Brief history of business/firm including date the business/firm was established under the current name. Priority: 3. Response Type: Text. 3. List all services provided by the business/firm. Priority: 3. Response Type: Text. 4. Number of total employees including number of total employees in Kansas City, Missouri and number of employees in Greater Kansas City Area. Priority: 3. Response Type: Text. 5. Type of ownership, or legal structure of business/firm. Priority: 3. Response Type: Text. 6. Has the business/firm ever failed to complete work for which a contract was issued? If yes, explain the circumstances. Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 7. Are there any civil or criminal actions pending against the business/firm or any key personnel related in any way to contracting? If yes, explain in detail. Are there any current unresolved disputes/allegations? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 8. Provide a brief history of the business/firm’s contractual litigation, arbitration, and mediation cases for the last five (5) years that are material and relevant to this contract. Priority: 3. Response Type: Text. 9. Has the business/firm ever been disqualified from working for the City or any other public entity? If yes, explain the circumstances. Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 7 Experience Point Value: 10 For questions 1-5 below, describe the five (5) most relevant or comparable contracts completed by your business/firm during the past five (5) years. Please include for all scopes of work for this RFP, to include electrical, lighting, data communications, and security products and related products, services and solutions. For each listed contract, provide a narrative that includes: 1 the assigned project personnel 2 scope of services provided 3 dollar amount of the contract 4 contractual performance standards versus your actual performance 5 the contracting entity's contact person, e-mail address, cell phone number, and telephone number 6 summary of how your business/firm delivered services 7 pricing and contractual compensation terms 1. Relevant contract description #1 Priority: 3. Response Type: Text. 2. Relevant contract description #2 Priority: 3. Response Type: Text. 3. Relevant contract description #3 Priority: 3. Response Type: Text. 4. Relevant contract description #4 Priority: 3. Response Type: Text. 5. Relevant contract description #5 Priority: 3. Response Type: Text. 8 Pricing/Cost Proposal Point Value: 25 • Each proposer must submit sample pricing in Appendix A-1 (Electrical and Lighting) and/or Appendix A-2 (Data Communications and Security). This pricing is for evaluation purposes only and should be based on the proposer's discounts off catalog price list provided in DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Appendix B-1 and Appendix B-2 (see below). Proposer should not take into consideration any pricing incentives or rebates it is offering when providing the pricing for Appendix A. For any products where prices fluctuate frequently, proposers should provide the price as it existed on September 6th, 2017. Note: Sample pricing provided in Appendix A is not to be construed as the proposer's complete offer nor is it a core list. It is for evaluation purposes only. Proposer's entire catalog should be included in the offering to the City and Participating Public Agencies. Download Appendix A-1 here and Appendix A-2 here. • Each proposer should provide a fixed percentage (%) discount off PROPOSER'S CATALOG PRICE LIST, or other objectively verifiable criteria, by product category shown in Appendix B-1 (Electrical and Lighting) and/or Appendix B-2 (Data Communications and Security). For any products where prices fluctuate frequently, proposers should provide pricing based on a verifiable index. Download Appendix B-1 here and Appendix B-2 here. • Appendix C includes the opportunity for pricing incentives (discounts or rebates) the proposer may choose to offer. Additionally, the proposed "mark-up over cost" for services offered under this contract should be indicated here. • Each proposer should provide the pricing for all services and solutions using a mark-up percentage over cost in Appendix C. Cost shall be substantiated by an actual invoice indicating the amount paid for services or solutions. Proposer may propose alternative methodologies for pricing services if it feels it is in the best interest of Participating Public Agencies. • Each proposer should detail any additional pricing incentives in Appendix C that may be available to Participating Public Agencies, such as for large volume purchases, prompt payment discounts, or rebates. Download Appendix C here. • Prices/discounts shall be F.O.B. destination. • It is the Proposer's responsibility to provide the City and Participating Public Agencies with up-to-date price lists for the duration of the contract. • Copies of the relevant catalog price lists, or other objectively verifiable criteria, must be included in the Cost Proposal. Proposer should indicate the frequency with which price lists update. The frequency should not exceed once per year. Renewal Pricing: The City realizes that the initial term pricing may differ depending on the mechanism used by the Proposer for renewal pricing. The City is interested in obtaining the best price in the initial term of the contract as well as the best price for any renewal years. In proposing renewal pricing, you may propose no increase, a decrease, a constant percentage increase, the consumer price index or an appropriate producer price index. You may offer several alternatives. Although the City will not be required or obligated to exercise all renewal options, assume the City will exercise all renewal options for offering renewal pricing. 1. Attach Appendix A-1 and/or Appendix A-2 as indicated above. Priority: 5. Response Type: File Attachment. Comment? yes 2. Attach Appendix B-1 and/or Appendix B-2 as indicated above. Priority: 5. Response Type: File Attachment. Comment? yes 3. Attach Appendix C as indicated above. Priority: 5. Response Type: File Attachment. Comment? yes DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 4. Include any additional information here related to pricing, rebates or discounts. This could include catalog price lists or any other criteria relevant to the pricing proposal. Priority: 5. Response Type: File Attachment. Comment? yes 9 U.S. Communities Supplier Qualifications Point Value: 0 Commitments U.S. Communities views the relationship with an awarded Supplier as an opportunity to provide maximum benefit to both the Participating Public Agencies and to the Supplier. The successful foundation of the partnership requires commitments from both U.S. Communities and the Supplier. U.S. Communities requires the Supplier to make the four commitments set forth below (Corporate, Pricing, Economy, Sales) to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies: (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's contract options. (ii) Supplier's sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow-up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier's U.S. Communities program and linked to U.S. Communities' website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower prices. (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive sales of Supplier's Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail, online marketing and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non-transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier's name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the Supplier's best overall pricing and value to eligible agencies, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train on a national, regional or local level and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage that is accessible from Supplier's homepage or main menu navigation containing: (1) U.S. Communities standard logo with Founding Co-Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities' online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. (vi) Supplier's Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1. Have you read and do you agree to the U.S. Communities Supplier Qualifications? If you have any narrative, please place it in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 10 U.S. Communities Administration Agreement & MICPA Information Point Value: 0 The Administrative Agreement outlines the Supplier's general duties and responsibilities in implementing the U.S. Communities contract. The Supplier is required to execute the U.S. Communities Administration Agreement unaltered (attached here) and submit without exception or alteration. Failure to do so will result in disqualification. Additionally, each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) (attached here) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. 1. Have you read and do you agree to the U.S. Communities Administration Agreement? If you have any narrative, please place it in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 2. As a reminder, the Supplier is required to execute the U.S. Communities Administration Agreement unaltered (attached above) and submit it here without exception or alteration. Failure to do so will result in disqualification. Please attach the scanned Administration Agreement below. Priority: 5. Response Type: File Attachment. Comment? yes 3. Do you acknowledge that you have read the U.S. Communities Master Intergovernmental Cooperative Purchasing Agreement (MICPA)? If you have any narrative, please place it in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 11 U.S. Communities Supplier Worksheet for National Program Consideration Point Value: 15 Suppliers are required to meet specific qualifications. Please respond to each qualification statement below. The Supplier Worksheet for National Program Consideration.docx is also attached for your reference. 1. Will pricing for all Products/Services offered be the most competitive pricing offered by your organization to Participating Public Agencies nationally? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 2. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states and the ability to deliver service in Alaska and Hawaii? (If no, identify the states where you do not have the ability to provide service to Participating Public Agencies in the Comments section provided.) Priority: 3. Response Type: Choose from a List. True/False. Comment? yes DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 3. Does your company have a national sales force, dealer network or distributor with the ability to call on Participating Public Agencies in at least 35 U.S. states? (If no, identify the states where you have the ability to call on Participating Public Agencies in the Comments section provided.) Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 4. Check which applies for your company sales last year in the United States: Priority: 0. Response Type: Choose from a List. Sales ranges. Comment? yes 5. Does your company have existing capacity to provide electronic and ecommerce ordering and billing? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 6. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S. Communities program contract? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 7. Does your company maintain records of your overall Participating Public Agencies’ sales that you can and will share with U.S. Communities to monitor program implementation progress? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 8. Will your company commit to the program implementation schedule provided in Section 13: New Supplier Implementation Checklist? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 9. Will the U.S. Communities program contract be your lead public offering to Participating Public Agencies? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 10. Submitted by (Name) Priority: 3. Response Type: Text. 11. Submitted by (Title) Priority: 3. Response Type: Text. 12. Please provide any narrative in the Comments section provided below, if necessary. Priority: 3. Response Type: Text. 12 U.S. Communities New Supplier Implementation Checklist Point Value: 0 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1. Will you be able to comply with the U.S. Communities New Supplier Implementation Checklist above? Please state any questions or concerns you have regarding the U.S. Communities New Supplier Implementation Checklist in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 13 U.S. Communities Supplier Information Point Value: 20 Please respond to the following requests for information about your company. Click here to see an example for Question #2 1. National Commitments - Please provide a written narrative of your understanding and acceptance of the Supplier Qualifications Commitments in Section 9. Priority: 3. Response Type: Text. 2. Company - Provide the total number and location of sales persons employed by your company in the United States. Please upload a file (Word, Excel, PDF) with your company's sales force profile below. See example provided in the attachment above. Priority: 3. Response Type: File Attachment. Comment? yes 3. Company - Please provide a narrative of how these sales people would be used to market the contract to eligible agencies across the country. Please describe what you have in place today and your future plans, if you were awarded the contract. Priority: 0. Response Type: Text. 4. Company - Provide the company annual sales for 2014, 2015 and 2016 in the United States. Sales reporting should be segmented into the following categories: Segment 2014 Sales 2015 Sales 2016 Sales Cities Counties K-12 (Public / Private) Higher Education (Public / Private) States Other Public Sector and Non-profits Federal Private Sector Total Supplier Sales DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 5. Company - For the proposed products and services included in the scope of your response, provide annual sales for 2014, 2015 and 2016 in the United States. Sales reporting should be segmented into the following categories: Segment 2014 Sales 2015 Sales 2016 Sales Cities Counties K-12 (Public / Private) Higher Education (Public / Private) States Other Public Sector and Non-profits Federal Private Sector Total Supplier Sales 6. Company - Provide a list of your company’s ten largest public agency customers, including contact information. Priority: 0. Response Type: Text. 7. Distribution - Describe how your company proposes to distribute the Products and Services nationwide. Priority: 0. Response Type: Text. 8. Distribution - Identify all other companies that will be involved in processing, handling or shipping the Product to the end user. Priority: 0. Response Type: Text. 9. Distribution - Provide the number, size and location of your company’s distribution facilities, warehouses and retail network as applicable. Priority: 0. Response Type: Text. 10. Distribution - Provide the number and location of support centers (if applicable). Priority: 0. Response Type: Text. 11. Distribution - If applicable, describe your company’s ability to do business with manufacturer/dealer/distribution organizations that are either small or M/WBE businesses as defined by the Small Business Administration. Priority: 0. Response Type: Text. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 12. Distribution - If applicable, describe other ways your company can be sensitive to a Participating Public Agency’s desire to utilize local and/or M/WBE companies, such as number of local employees and offices in a particular geographic area, companies your firm is using that may be local (i.e. local delivery truck company), your company’s diversity of owner employees, etc. Priority: 0. Response Type: Text. 13. Distribution - If applicable, provide details on any products or services being offered by your company where the manufacturer or service provider is either a small or M/WBE business as defined by the Small Business Administration. Provide product/service name, company name and small/M/WBE designation. Priority: 0. Response Type: Text. 14. Marketing - Outline your company’s sales and marketing plan for marketing the Products and Services to eligible agencies nationwide. Priority: 0. Response Type: Text. 15. Marketing - Explain how your company will educate its national sales force about the Master Agreement. Priority: 0. Response Type: Text. 16. Marketing - Explain how your company will market and transition the Master Agreement into the primary offering to Participating Public Agencies. How will your organization differentiate the new agreement from existing contracts you may have today? Priority: 0. Response Type: Text. 17. National Staffing Plan - Please identify the key personnel who will lead and support the implementation period of the contract outlined in Section 13, U.S. Communities New Supplier Implementation Checklist, along with the amount of time to be devoted to implementation. Priority: 0. Response Type: Text. 18. National Staffing Plan - Identify the key personnel who are to be engaged in this contract throughout the term of the contract, including each of the roles described below: Role Description of Role Person Responsible Time Commitment (%) Executive Sponsor Responsible for the corporate commitment. Works with Supplier Manager. National Account Manager Responsible for sales efforts and training of sales people across the country. Works daily with Program Managers and Supplier Manager. Lead Referral Manager Responsible for distributing leads generated through the USC website. Marketing Lead Responsible for all marketing efforts. Works with USC marketing regularly. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A IT Lead Responsible for building USC landing page for supplier. Reporting Lead Responsible for providing monthly reports to USC. 19. National Staffing Plan - Provide an organizational chart of your company by uploading the file below. Priority: 0. Response Type: File Attachment. Comment? yes 20. National Staffing Plan - Submit a bio by uploading the file below for the person your company proposes to serve as the National Accounts Manager. Priority: 0. Response Type: File Attachment. Comment? yes 21. National Staffing Plan - Submit a bio by uploading the file below for each person that will be dedicated full time to U.S. Communities account management. Priority: 0. Response Type: File Attachment. Comment? yes 22. National Staffing Plan - Submit a bio by uploading the file below for key executive personnel that will be supporting the program. Priority: 0. Response Type: File Attachment. Comment? yes 23. Products, Services and Solutions - Provide a description of the Products, Services and Solutions to be provided by the major product category set forth in Section III of the RFP. The primary objective is for each Supplier to provide its complete product, service and solutions offerings so that Participating Public Agencies may order a range of product as appropriate for their needs. Priority: 0. Response Type: Text. 24. Products, Services and Solutions - State your normal delivery time (in days) and any options for expediting delivery. Priority: 0. Response Type: Text. 25. Products, Services and Solutions - State backorder policy. Do you fill or kill order and require Participating Public Agency to reorder if item is backordered? Priority: 0. Response Type: Text. 26. Products, Services and Solutions - State restocking fees and procedures for returning products. Priority: 0. Response Type: Text. 27. Products, Services and Solutions - Specify guaranteed fill rate by product category specified in Section III. Priority: 0. Response Type: Text. 28. Products, Services and Solutions - Describe any special programs that your company offers that will improve customers’ ability to access Products, on-time delivery or other innovative strategies. Priority: 0. Response Type: Text. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 29. Products, Services and Solutions - Describe the capacity of your company to broaden the scope of the contract and keep the product offerings current and ensure that latest products, standards and technology for Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions. Priority: 0. Response Type: Text. 30. Administration - Describe your company’s normal order processing procedure from point of customer contact through delivery and billing. Priority: 0. Response Type: Text. 31. Administration - In what formats do you accept orders (telephone, e-commerce, etc.)? Priority: 0. Response Type: Text. 32. Administration - Please state if you use a single system or platform for all phases of ordering, processing, delivery and billing. Priority: 0. Response Type: Text. 33. Administration - State which forms of ordering allow the use of a procurement card and the accepted banking (credit card) affiliation. Priority: 0. Response Type: Text. 34. Administration - Describe your company’s e-commerce capabilities. Include details about your company’s ability to create punch out sites and accept orders electronically (cXML, OCI, etc.). Priority: 0. Response Type: Text. 35. Administration - Provide detail on where your company has integrated with a pubic agency’s ERP (Oracle, Infor Lawson, SAP, etc.) system in the past and include some details about the resources you have in place to support these integrations. List, by ERP provider, the following information: name of public agency, ERP system used, “go live” date, net sales per calendar year since “go live”, and percentage of agency sales being processed through this connection. Priority: 0. Response Type: Text. 36. Administration - Describe any existing multi-state cooperative purchasing programs, including the entity’s name(s), contact person(s), contact information, contract term (including contract options) and annual volume by year for each of the last three years. Priority: 0. Response Type: Text. 37. Administration - Describe your ability to provide customized reports (i.e. commodity histories, purchase histories by department, green spend, etc.) for each Participating Public Agency. Priority: 0. Response Type: Text. 38. Environmental - Provide a brief description of your company’s environmental initiatives, including your company’s environmental policies and/or strategies, your investments in being an environmentally preferable product leader, and any resources dedicated to your environmental strategy, including staff. Priority: 0. Response Type: Text. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 39. Environmental - Describe your company’s process for defining, verifying, and labeling green/sustainable products and services in your offering. Explain how you help public agencies navigate toward the green products in your offering through website filters, keyword searches, displaying eco-logos, etc. Priority: 0. Response Type: Text. 40. Environmental - Please indicate if you have any products in your offering that have any third- party environmental certifications, such as: (a) Consortium for Energy Efficiency (lamps); (b) Cradle to Cradle (e.g., building materials, construction adhesives, paint); (c) Design Lights Consortium (e.g., LED lighting equipment); and (d) ENERGY STAR (e.g., appliances, HVAC and lighting equipment) Priority: 0. Response Type: Text. 41. Environmental - Describe your company’s recycling services. Describe any buy back or take back options offered for products sold on this contract such as batteries, mercury-containing equipment, etc. Describe your company’s efforts to reduce or reuse packaging (or avoid difficult-to- recycle packaging such as polystyrene foam) and minimize the environmental footprint in the shipping process. Priority: 0. Response Type: Text. 42. Environmental - What percentage of your offering is environmentally preferable and what are your plans to improve this offering? Priority: 0. Response Type: Text. 43. Financial Statements - Submit your latest Dun & Bradstreet report by uploading the file below. Priority: 0. Response Type: File Attachment. Comment? yes 44. Financial Statements - Please include an audited income statement and balance sheet from the most recent reporting period by uploading the file(s) below. Priority: 0. Response Type: File Attachment. Comment? yes 45. Additional Information - Please use this opportunity to describe any/all other features, advantages and benefits of your organization that you feel will provide additional value and benefit to a Participating Public Agency. You may upload any file(s) below by using the 'paperclip' icon. Priority: 0. Response Type: Text. 14 U.S. Communities State Notice Addendum Point Value: 0 Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation. Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: http://www.usa.gov/Agencies/Local_Government/Cities.shtml Other states: State of Oregon, State of Hawaii, State of Washington DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Click here for a list of all agencies and specific states included in the State Notice Addendum. 1. Have you read and do you acknowledge the information provided above? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 15 U.S. Communities FEMA Standard Terms and Conditions Addendum for Contracts and Grants Point Value: 0 If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency ("FEMA") grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ("44 CFR 13"). In addition, Contractor agrees to the following specific provisions: 1. Pursuant to 44 CFR 13.36(i)(1), City is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(i)(2), City may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(i)(3)-(6)(12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor ("DOL") regulations (41 CFR Ch. 60); b. Copeland "Anti-Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); c. Davis-Bacon Act (40 U.S.C. 276a-276a-7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327- 330) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. 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 (Pub. L. 94-163, 89 Stat. 871). 4. Pursuant to 44 CFR 13.36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5. Pursuant to 44 CFR 13.36(i)(8), Contractor agrees to the following provisions regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the City and be disposed of in accordance with City policy. The City, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 6. Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: (1) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as City deems necessary, Contractor shall permit City, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or City makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. 1. Have you read and do you acknowledge the information provided above? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 16 U.S. Communities Community Development Block Grant Addendum Point Value: 0 Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Contractor shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized, whichever is the more restrictive requirement. When using Federal Funding, Contractor shall comply with all wage and latest reporting provisions of the Federal Davis-Bacon Act. HUD-4010 Labor Provisions also applies to this contract. 1. Have you read and do you acknowledge the information provided above? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 17 U.S. Communities Uniform Administrative Requirements Point Value: 0 By entering into this Contract the Contractor agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, PART 200-UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1. Have you read and do you acknowledge the information provided above? Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 5. Response Type: Choose from a List. True/False. Comment? yes 18 References Point Value: 10 Proposers are required to provide three (3) client references, including contact information, for similar projects that the Proposer has completed within the past five (5) years. It is preferred that at least one (1) client references be a government sector client. Instructions: 1 Download the attached References form 2 Distribute to designated references 3 Collect the responses 4 Attach the completed forms below 1. Attach the completed reference form here from Reference #1. Priority: 3. Response Type: File Attachment. Comment? yes 2. Attach the completed reference form here from Reference #2. Priority: 3. Response Type: File Attachment. Comment? yes 3. Attach the completed reference form here from Reference #3. Priority: 3. Response Type: File Attachment. Comment? yes 19 Sustainability Point Value: 0 The City has adopted an overall policy supporting a greater use of "green solutions" or enhanced sustainability measures that consider environmental quality, social equity and economic vitality. In order to minimize waste, enhance efficiencies, and achieve multiple benefits and project synergies, all City projects must identify opportunities for sustainability improvements and implement those improvements when financially reasonable and operationally practical. Incorporate sustainability and efficiency into the planning, design, construction, operation and maintenance of the project. Highlight each component of the project that you feel deserves consideration in this context, and demonstrate how sustainability and efficiency are integrated into the project. If it is not possible to comprehensively integrate significant sustainability measures, then highlight elements you feel deserve consideration in this context. 1. Include a concise summary of your company’s policies, strategies, and actions that demonstrate your philosophy and commitment to sustainability. Priority: 3. Response Type: Text. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 2. Describe how your Proposal will address the established City policies referenced in this RFP specific to the project or service on which you are proposing. Priority: 3. Response Type: Text. 20 City of Kansas City HRD Forms and Instructions Point Value: 0 City of Kansas City, Missouri MBE/WBE/SLBE Contract Requirements (a) City of Kansas City, Missouri MBE/WBE/SLBE Requirements. The City of Kansas City, Missouri desires that Minority Business Enterprises (MBE) and Women's Business Enterprises (WBE) have a maximum opportunity to participate in the performance of this contract. Due to the unique nature of this Solicitation, the City has not set a specific goal for MBE or WBE participation in this contract. Nevertheless, Proposers are still required to make and provide documentation of its good faith efforts to utilize City certified MBEs and WBEs in the performance of this contract in accordance with the requirements specified in the HRD Forms and Instructions or in lieu therefore, comply with (b) below. (b) Alternative Method to Meet City's MBE/WBE/SLBE Program Requirements. In lieu of a Supplier complying with the City's MBE/WBE Program requirements set forth in (a) above, Supplier(s) may assist City Certified Minority Business Enterprises (MBEs), City Certified Woman Business Enterprises (WBEs) and City Certified Small Local Business Enterprises (SLBEs) grow, develop, and prosper in the public sector. To meet this objective, the City's Director of Human Relations requests that the Supplier(s) awarded the national U.S. Communities Contract provide the same U.S. Communities national discounted pricing received by the City to City Certified MBEs, WBEs and SLBEs when City Certified MBEs, WBEs, and SLBEs bid or submit a proposal on City of Kansas City, Missouri Construction or Maintenance Solicitations and other public sector Construction and Maintenance Solicitations. Please see the Instructions and Conditions (Section 2) for more information regarding the City's MBE/WBE/SLBE Requirements. Required forms (if applicable) are linked below. Click on the form name to download it. Complete and upload each form in the appropriate question below. • HRD 06 : RFQ/P Instructions • HRD 08: Contractor Utilization Plan and Request for Waiver (00450) • HRD 10: Timetable for Utilization (00460 HRD 10) • HRD 11: Request for Modification or Substitution (00470) • HRD 13: Affidavit of Intended Utilization • 004501.01: Letter of Intent to Subcontract • 01290.14: Contractor Affidavit for Final Payment • 01290.15: Subcontractor Affidavit for Final Payment DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1. Please attach (using the "paperclip" icon) the completed form: HRD Form 08 - Contractor Utilization Plan and Request for Waiver (00450), if utilizing "option a". Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 3. Response Type: Text. 2. Please attach (using the "paperclip" icon) the completed form: HRD Form 13 - Affidavit of Intended Utilization, if utilizing "option a". Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 3. Response Type: Text. 3. Please indicate here if utilizing "option b". Please state any questions or concerns you have regarding this information in the Comments section provided below. Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 4. If proposing "option b", please describe how this requirement will be met. Priority: 3. Response Type: Text. 21 Cooperative Procurement with Other Jurisdictions Form Point Value: 0 The Proposer agrees to provide products and/or services to any municipality, county, state, governmental, public utility, non-profit hospital, educational institute, special governmental agency, and non-profit corporation performing governmental functions that participates in or is represented by the Mid-America Council of Public Purchasing (MACPP) in the greater Kansas City Metropolitan Trade Area and any member of the Mid-America Regional Council (MARC). 1. Do you agree to the statement above? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 22 Tax Clearance for City and Local Governments Point Value: 0 The local governments of City of Kansas City, Jackson County, Missouri; Johnson County, Kansas; and the Unified Government of Wyandotte County/Kansas City, Kansas (collectively the "Local Governments"), have agreed to help enforce each other's Tax Laws to insure that taxpayer funded contracts are performed by Contractors in compliance with the Tax Laws of the Local Governments. Contractor agrees that Contractor shall be in compliance with the Tax Laws of the Local Governments throughout the term of this contract and any contract renewals and that proof of Contractor's compliance with the Tax Laws of the Local Governments shall be a condition precedent to City making City's first payment under the contract or any contract renewal. The selected Contractor may obtain the City tax clearance letter from the City's Commissioner of Revenue at (816) 513-1135 or (816) 513-1089 (website) and authorize the City to obtain the Clearance letters from the Local Governments of City of Kansas City, Jackson County, Missouri; Johnson County, DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Kansas; and the Unified Government of Wyandotte County/Kansas City, Kansas (collectively the "Local Governments"), dated not more than ninety (90) days from the date of submission. 1. Do you acknowledge the requirement in this section? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes 23 Employee Eligibility Verification Affidavit Point Value: 0 Please download the attached Employee Eligibility Verification Affidavit. Please sign, notarize, and scan the final form below, including the first and last page of the E-Verify MOU. 1. Please attach the signed and notarized Employee Eligibility Verification Affidavit here. Priority: 3. Response Type: File Attachment. Comment? yes 24 Addendum 1 Point Value: 0 This addendum addresses changes made to the following: Section 20 - City of Kansas City HRD Forms and Instructions 1 Section 20 has been modified to reflect the City's MBE/WBE/SLBE contract requirements as related to this RFP. 2 Questions #1 and #2 have been modified to reflect both are applicable if electing to propose MBE/WBE participation (Option "a"). 3 Questions #3 and #4 have been added for those electing to use the City's alternative method for MBE/WBE/SLBE participation (Option "b"). 1. Do you acknowledge that you have read and understand the Addendum as stated? Priority: 0. Response Type: Choose from a List. True/False. Comment? yes 25 Addendum 2 Point Value: 0 This addendum answers the following submitted question: Q: In regards to "City of Kansas City HRD Forms and Instructions City of Kansas City, Missouri MBE/WBE/SLBE Contract Requirements": Do we have to answer all 4 questions, or can we answer questions 3 and 4. We are MBE company based out of New York and we intend to use MWBE companies for projects under this contract. It will be hard to find applicable MWBE companies in such short time. A: Suppliers must attach the two required HRD documents in questions 1 and 2. In these documents, suppliers determine which Kansas City approved/certified MBE/WBE subcontractors they will be utilizing in their RFP submission. You can reach out to HRD to discuss the forms and subcontractors in more detail at 816-513-1836. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1. Do you acknowledge that you have read and understand the Addendum as stated? Priority: 0. Response Type: Choose from a List. True/False. Comment? yes 26 Addendum 3 Point Value: 0 This addendum addresses the following questions: Q1. What should we put under MBE and WBE Goal percentage? Also, please provide "Subcontract Amount" while filling out HRD 08 and HRD 13 forms. A1. The City has not set specific goals for MBE/WBE participation for this contract. If selecting this option ("option a"), Proposers are required to make and provide documentation of its good faith efforts to utilize City certified MBEs and WBEs in the performance of this contract in accordance with the requirements specified in the HRD Forms and Instructions provided in the RFP. Participation levels must be part of the proposal if not electing to include participation through "option b". The subcontract amount will be determined by the percentage of participation proposed. The City of Kansas City paid $141,000 to the incumbent during the past twelve months; however, this contract has no guaranteed usage. The contract will be available for City departments to use on an 'as needed' basis. The annual average usage over the last five years has been approximately $400,000. Q2. Under "Appendix_A2" Excel file, in reference to column "Annual Usage" value is referencing to projected yearly sales? Please clarify. A2. The quantity provided in the "Annual Usage" column is the amount purchased by all participating agencies in the U.S. Communities program during the previous contract year. Q3. Which file needs to be attached in question 12, Section 11? A3. No file is required for this question. Comments may be entered in the field provided, or a file can be uploaded by using the 'paperclip icon'. 1. Do you acknowledge that you have read and understand the Addendum as stated? Priority: 3. Response Type: Choose from a List. True/False. Comment? yes DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 19 (REV. 12-05-16) STANDARD CITY CONTRACT MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI CONTRACT NO.: EV2370 TITLE/DESCRIPTION: Electrical, Lighting, Data Communications and Security Products and Related Products, Services and Solutions THIS Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation (“CITY”), and __________________________________________________ (“CONTRACTOR”). Sec. 1. The Contract. The Contract between the CITY and CONTRACTOR consists of the following Contract Documents: (a) this Contract; (b) CONTRACTOR’s Proposal dated _________ that is attached hereto and incorporated into this Contract; (c) CITY’s RFP No. EV2370 that is incorporated into this Contract by reference; (d) any CITY issued Purchase Order; (e) any CITY and CONTRACTOR executed Work Order that is incorporated into a CITY issued Purchase Order; (d) any and all Attachments and Exhibits attached to the Contract. All documents listed in this Section 1 shall be collectively referred to as the “Contract Documents” and are incorporated into this Contract. CITY and CONTRACTOR agree that the terms “Agreement” and “Contract” and “Contract Documents” are used interchangeably in this Contract and the terms “Agreement” and “Contract” and “Contract Documents” each include all “Contract Documents.” Sec. 2. Initial Term of Contract and Additional Periods. (a) Initial Term. The initial term of this Contract shall begin on ____________, ____ and shall end on ______________________, ____. The Manager of Procurement Services is authorized to enter into an amendment of this Contract with CONTRACTOR to extend the term of this Contract and time of performance for this Contract. (b) Renewal Terms. At any time prior to the expiration of the initial term or any subsequent term, the CITY, in its sole discretion, may renew this Contract for up to four (4) additional one (1) year terms. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 19 (REV. 12-05-16) (c) Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or all options to renew, CONTRACTOR and CITY shall continue performance under this Contract until the CITY has a new contract in place with either CONTRACTOR or another provider or until the CITY terminates the Contract. Sec. 3. Purchase Orders and Work Orders. (a) Purchase Order. CITY shall order all Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions, (hereinafter “the Products” or “Products and Services” or “Services” depending on the context of the terms used) by means of a Purchase Order issued by the CITY’s Manager of Procurement Services for which sufficient funds have been certified and encumbered by the City’s Director of Finance. CONTRACTOR shall not provide any “Products” or “Products and Services” or “Services” in excess of the dollar amount contained in any Purchase Order even if there is an executed Work Order between the CITY and CONTRACTOR. CONTRACTOR shall not be entitled to any payment from CITY in excess of the dollar amount of the Purchase Orders from CITY even if such amount is authorized in a Work Order executed by CITY and CONTRACTOR. All Purchase Orders shall automatically incorporate the Contract and all Contract requirements even if the Contract is not referenced. (b) Products. CONTRACTOR shall timely provide all Products ordered by the CITY at the Prices set forth in the Contract. . (c) Services or Work Orders for both Products and Services. (1) The CITY may request CONTRACTOR to provide Services or both Products and Services. Prior to CONTRACTOR submitting a written detailed Proposal for Services or for both Products and Services to a requesting CITY Department, the CONTRACTOR must obtain written authorization from the CITY’s Manager of Procurement Services.to submit a Proposal to the CITY Department. CONTRACTOR shall not perform any Services or provide both Services and Products unless the Manager of Procurement Services authorizes CONTRACTOR to provide Services or both Products and Services and all other contractual requirements are met including the Pricing for all Products, Products and Services and Services (2) Prior to the Manager of Procurement Services authorizing CONTRACTOR to provide Services or both Products and Services to a CITY Department, the Manager of Procurement Services shall: a. Obtain MBE/WBE goals from the CITY’s Director of Human Relations if the estimated cost of the Services or Products and Services exceeds the dollar thresholds for MBE/WBE goals and Workforce Goals for MBE/WBE goals; b. Have the CITY’s Director of Human Relations determine whether the needed Services are subject to Prevailing Wage requirements and Payment Bond and Performance and Maintenance Bond requirements; c. Any other Legal requirements including compliance with the CITY’s SLBE requirements if the CITY’s MBE/WBE program requirements are not applicable due to not meeting the dollar thresholds. (3) If the Manager of Procurement Services authorizes CONTRACTOR to submit a Proposal for Services or for both Products and Services, CONTRACTOR shall submit a detailed Proposal that includes the Scope of Services, the Proposed Schedule, the Price and if applicable, comply with MBE/WBE goals, Prevailing Wage requirements, and DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 3 of 19 (REV. 12-05-16) Payment Bond and Performanc Bond requirements, or SLBE requirements. If the CITY and CONTRACTOR agree to CONTRACTOR’s Proposal, the CITY will issue a Purchase Order and Work Order that is executed by the CITY and CONTRACTOR. All Work Orders and Purchase Orders signed by the CITY and CONTRACTOR shall automatically incorporate this Contract (even if the Work Order does not specifically incorporate this Contract). (d) CONTRACTOR shall bill the City, in a form acceptable to the City, on the following basis: monthly, one time; other (select when the Contractor will bill the City and delete all others). Sec. 4. Effective Date of Contract. (a) Notwithstanding Section 2 of this Contract, neither party has any obligation under this Contract until the Manager of Procurement Services issues a Purchase Order which shall be signed by the City’s Director of Finance certifying there is a balance, otherwise unencumbered, to the credit of the appropriation to which the expenditure is to be charged, and a cash balance, otherwise unencumbered, in the treasury, to the credit of the fund from which payment will be made, each sufficient to meet the obligation incurred in the Purchase Order. (b) The date of the first Purchase Order issued by the CITY is the effective date of this Contract. (c) The date of the first Purchase Order issued by the CITY after the CITY renews this Contract shall be the effective date of the renewal term or transition term. Sec. 5. Invoices. (a) CONTRACTOR shall submit to CITY a request for payment (hereinafter “Invoice”) for services performed in sufficient detail for the CITY to determine that the amount CONTRACTOR is requesting is in fact due and payable. (b) CITY shall not pay any Invoice from CONTRACTOR unless CONTRACTOR is in compliance with, and not in breach or default of, all terms, covenants and conditions of this Contract. If damages are sustained by CITY as a result of breach or default by CONTRACTOR, CITY may withhold payment(s) to CONTRACTOR for the purpose of set off until such time as the exact amount of damages due to CITY from CONTRACTOR may be determined. (c) CITY shall not process CONTRACTOR’s Invoice unless CONTRACTOR’s Invoice is in proper form, correctly computed, and is approved by CITY as payable under the terms of this Contract. (d) CITY is not liable for any obligation incurred by CONTRACTOR except as approved under the provisions of this Contract. (e) If CONTRACTOR is required to meet MBE/WBE goals for this Contract, CONTRACTOR shall not submit an Invoice to the City unless CONTRACTOR’s Invoice is accompanied by a DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 4 of 19 (REV. 12-05-16) copy of the most recent 00485.01 M/WBE Monthly Utilization Report submitted by CONTRACTOR to the City’s Human Relations Department. CONTRACTOR shall remain current on CONTRACTOR’s filing of 00485.01 M/WBE Monthly Utilization Reports. CITY shall not pay CONTRACTOR’s Invoice unless CONTRACTOR is current on CONTRACTOR’s filing of 00485.01 M/WBE Monthly Utilization Reports. Sec. 6. Representations and Warranties of CONTRACTOR. CONTRACTOR hereby represents and warrants to the CITY the following: (a) CONTRACTOR is in good standing under the laws of the state of Missouri and each state in which it does business, except any such state where the failure to be in good standing would not have a material adverse effect on CONTRACTOR’s ability to perform this Contract in accordance with its terms. (b) The execution, delivery and performance by CONTRACTOR of this Contract have been duly authorized by all necessary corporate action and do not and will not (i) require any consent or approval of CONTRACTOR's board of directors; (ii) require any authorization, consent or approval by, or registration, declaration or filing with, or notice to, any governmental department, commission, board, bureau, agency or instrumentality, or any third party, except such authorization, consent, approval, registration, declaration, filing or notice as has been obtained prior to the date hereof; (iii) violate any provision of any law, rule or regulation or of any order, writ, injunction or decree presently in effect having applicability to CONTRACTOR or its articles or by-laws; and (iv) result in a breach of or constitute a default under any material agreement, lease or instrument to which CONTRACTOR is a party or by which it or its properties may be bound or affected. (c) CONTRACTOR shall not enter into any contract for the services to CITY that purports to grant a security interest or right of repossession to any person or entity respecting the services, or any portions thereof or chattels placed thereon. (d) There is no litigation, proceeding or other investigation pending or, to the knowledge of CONTRACTOR, threatened against CONTRACTOR which would prevent consummation of the transaction contemplated by this Contract or would have a materially adverse effect on CONTRACTOR. Sec. 7. Survival of the Representations, Warranties and Covenants. All representations, warranties and covenants expressed herein shall survive the execution of this Contract for the benefit of the parties hereto. Sec. 8. Governing Law. This Contract shall be construed and governed in accordance with the laws of the State of Missouri without giving effect to Missouri’s choice of law provisions. The CITY and CONTRACTOR: (1) submit to the jurisdiction of the state and federal courts located in Jackson County, Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non conveniens as an objection to the location of any litigation. Sec. 9. Termination for Convenience. CITY may, at any time upon fifteen (15) days written notice to CONTRACTOR specifying the effective date of termination, terminate this Contract, in whole or in part. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 5 of 19 (REV. 12-05-16) Sec. 10. Default and Remedies. (a) If CONTRACTOR shall be in default or breach of any provision of this Contract, CITY may terminate this Contract, suspend CITY’s performance, withhold payment or invoke any other legal or equitable remedy after giving CONTRACTOR ten (10) days written notice and opportunity to cure such default or breach. (b) If CITY shall be in default or breach of any provision of this Contract, CONTRACTOR may terminate this contract or suspend CONTRACTOR’s performance after giving CITY ten (10) days written notice and opportunity to cure such default or breach. Sec. 11. Waiver. Waiver by CITY of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or of any other term, covenant or condition. No term, covenant, or condition of this Contract can be waived except by written consent of CITY, and forbearance or indulgence by CITY in any regard whatsoever shall not constitute a waiver of same to be performed by CONTRACTOR to which the same may apply and, until complete performance by CONTRACTOR of the term, covenant or condition, CITY shall be entitled to invoke any remedy available to it under this Contract or by law despite any such forbearance or indulgence. Sec. 12. Acceptance. No payment made under this Contract shall be proof of satisfactory performance of the Contract, either wholly or in part, and no payment shall be construed as acceptance of deficient or unsatisfactory services. Sec. 13. Records. (a) For purposes of this Section: 1. “CITY” shall mean the City Auditor, the City’s Internal Auditor, the City’s Director of Human Relations, the City Manager, the City department administering this Contract and their delegates and agents. 2. “Record” shall mean any document, book, paper, photograph, map, sound recordings or other material, regardless of physical form or characteristics, made or received in connection with this Contract and all Contract amendments and renewals. (b) CONTRACTOR shall maintain and retain all Records for a term of five (5) years that shall begin after the expiration or termination of this Contract and all Contract amendments. CITY shall have a right to examine or audit all Records, and CONTRACTOR shall provide access to CITY of all Records upon ten (10) days written notice from the CITY. (c) The books, documents and records of CONTRACTOR in connection with this Contract shall be made available to the City Auditor, the City’s Internal Auditor, the City’s Director of Human Relations and the City department administering this Contract within ten (10) days after the written request is made. Sec. 14. Affirmative Action. If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or more people, Contractor shall comply with City’s Affirmative Action requirements in accordance with the provisions of Chapter 3 of City’s Code, the rules and regulations relating to those sections, and any DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 6 of 19 (REV. 12-05-16) additions or amendments thereto; in executing any Contract subject to said provisions, Contractor warrants that it has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the Contract. Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age in a manner prohibited by Chapter 3 of City’s Code. Contractor shall: (a) Submit, in print or electronic format, a copy of Contractor’s current certificate of compliance to the City’s Human Relations Department (HRD) prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. If, and only if, Contractor does not possess a current certification of compliance, Contractor shall submit, in print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. (b) Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the subcontract. (c) Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the Subcontractor’s current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current certificate of compliance, Contractor shall obtain a copy of the Subcontractor’s affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. City has the right to take action as directed by City’s Human Relations Department to enforce this provision. If Contractor fails, refuses or neglects to comply with the provisions of Chapter 3 of City’s Code, then such failure shall be deemed a total breach of this Contract and this Contract may be terminated, canceled or suspended, in whole or in part, and Contractor may be declared ineligible for any further contracts funded by City for a period of one (1) year. This is a material term of this Contract. Sec. 15. Tax Compliance. If the CITY’s payments to CONTRACTOR exceed $160,000.01 for the period of May 1st through April 30th, CONTRACTOR shall provide proof of compliance with the CITY’s tax ordinances administered by the CITY’s Commissioner of Revenue as a precondition to the CITY making the first payment under this Contract. CONTRACTOR also shall submit to the CITY proof of compliance with the CITY’s tax ordinances administered by the CITY’s Commissioner of Revenue as a condition precedent to the CITY making final payment under the Contract. Sec. 16. Buy American Preference. It is the policy of the CITY that any manufactured goods or commodities used or supplied in the performance of any CITY Contract or any subcontract thereto shall be manufactured or produced in the United States whenever possible. Sec. 17. Notices. All notices to be given hereunder shall be in writing and may be given, served or made by depositing the same in the United States mail addressed to the party to be notified, postpaid and registered or certified with return receipt requested or by delivering the same in person to such person. Notice deposited in the mail in accordance with the provisions hereof shall be effective unless otherwise stated in such notice or in this Contract from and after the second day next following the date postmarked on the envelope containing such notice. Notice given in any other manner shall be effective only if and when received by the party to be notified. All notices shall be sent to the following addresses: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 7 of 19 (REV. 12-05-16) If to the CITY: City of Kansas City, Missouri Procurement Services Division 414 East 12th Street, 1st Floor, Room 102 W Kansas City, Missouri 64106 Attention: Cedric Rowan, C.P.M., Manager Telephone: (816) 513-1592 Facsimile: (816) 513-1156 With copies to: Cecilia Abbott, Esq. City Attorney Law Department of Kansas City, Missouri 414 East 12th Street, 23rd Floor Kansas City, Missouri 64106 Telephone: (816) 513-3127 If to the CONTRACTOR: (INSERT Name and Complete Address) Sec. 18. General Indemnification. (a) For purposes of this Section only, the following terms shall have the meanings listed: 1. Claims means all claims, damages, liability, losses, costs and expenses, court costs and reasonable attorneys' fees, including attorneys’ fees incurred by the CITY in the enforcement of this indemnity obligation. 2. CONTRACTOR's Agents means CONTRACTOR's officers, employees, subcontractors, successors, assigns, invitees, and other agents. 3. CITY means CITY, its Agencies, its agents, officials, officers and employees. (b) CONTRACTOR's obligations under this Section with respect to indemnification for acts or omissions, including negligence, of CITY, shall be limited to the coverage and limits of insurance that CONTRACTOR is required to procure and maintain under this Contract. CONTRACTOR affirms that it has had the opportunity to recover all costs of the insurance requirements imposed by this Contract in its contract price. (c) CONTRACTOR shall defend, indemnify and hold harmless CITY from and against all claims arising out of or resulting from all acts or omissions in connection with this Contract caused in whole or in part by CONTRACTOR or CONTRACTOR's Agents, regardless of whether or not caused in part by any act or omission, including negligence, of CITY. CONTRACTOR is not obligated under this Section to indemnify CITY for the sole negligence of CITY. (d) In no event shall the language in this Section constitute or be construed as a waiver or limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 8 of 19 (REV. 12-05-16) Sec. 19. Indemnification for Professional Negligence. If this contract is for professional services, CONTRACTOR shall indemnify, and hold harmless CITY and any of its agencies, officials, officers, or employees from and against all claims, damages, liability, losses, costs, and expenses, including reasonable attorneys’ fees, arising out of any negligent acts or omissions in connection with this Contract, caused by CONTRACTOR, its employees, agents, subcontractors, or caused by others for whom CONTRACTOR is liable, in the performance of professional services under this Contract. CONTRACTOR is not obligated under this Section to indemnify CITY for the negligent acts of CITY or any of its agencies, officials, officers, or employees. Sec. 20. Insurance. (a) CONTRACTOR shall procure and maintain in effect throughout the term of this Contract insurance policies with coverage not less than the types and amounts specified in this Section. CONTRACTOR must have: 1. Commercial General Liability Insurance Policy: with limits of $1,000,000 per occurrence and $2,000,000 aggregate, written on an “occurrence” basis. The policy shall be written or endorsed to include the following provisions: a. Severability of Interests Coverage applying to Additional Insureds b. Contractual Liability c. Per Project Aggregate Liability Limit or, where not available, the aggregate limit shall be $2,000,000. d. No Contractual Liability Limitation Endorsement e. Additional Insured Endorsement, ISO form CG20 10, current edition, or its equivalent. 2. Workers’ Compensation Insurance and Employers Liability Policies as required by Missouri law. 3. Commercial Automobile Liability Insurance Policy: with a limit of $1,000,000 per occurrence, covering owned, hired, and non-owned automobiles. The Policy shall provide coverage on an “any auto” basis and on an “occurrence” basis. This insurance policy will be written on a Commercial Business Auto form, or acceptable equivalent, and will protect against claims arising out of the operation of motor vehicles, as to acts done in connection with the Contract, by CONTRACTOR. 4. If this Contract is for professional services, CONTRACTOR shall obtain Professional Liability Insurance with limits per claim and annual aggregate of $1,000,000. (b) All insurance policies required in this Section shall provide that the policy will not be canceled until after the Insurer provides the CITY ten (10) days written notice of cancellation in the event that the cancellation is for CONTRACTOR’s nonpayment of premiums and thirty (30) days written notice of cancellation to CITY for all other reasons of cancellation. (c) The Commercial General and Automobile Liability Insurance Policies specified above shall provide that CITY and its agencies, agents, officials, officers, and employees, while acting DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 9 of 19 (REV. 12-05-16) within the scope of their authority, will be named as additional insureds for the services performed under this Contract. CONTRACTOR shall provide to CITY at execution of this Contract a certificate of insurance showing all required endorsements and additional insureds. (d) All insurance policies must be provided by Insurance Companies that have an A.M. Best’s rating of “A-V” or better, and are licensed or approved by the State of Missouri to provide insurance in Missouri. (e) Regardless of any approval by CITY, CONTRACTOR shall maintain the required insurance coverage in force at all times during the term of this Contract. CONTRACTOR’s failure to maintain the required insurance coverage will not relieve CONTRACTOR of its contractual obligation to indemnify the CITY pursuant to this Section of this Contract. In the event CONTRACTOR fails to maintain the required insurance coverage in effect, CITY may declare CONTRACTOR in default. (f) In no event shall the language in this Section constitute or be construed as a waiver or limitation of the CITY’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law. Sec. 21. Interpretation of the Contract. (a) CITY selected CONTRACTOR through a negotiated procurement process rather than an Invitation for Bids (IFB) solicitation. Unlike the IFB, this process allows the CITY and CONTRACTOR to discuss and negotiate a contract at arms length prior to entering a final contract that is acceptable to both the CITY and the CONTRACTOR. After negotiation and discussion, CONTRACTOR and CITY have incorporated multiple documents into this Agreement and the meaning of some of the words used in the Agreement may be uncertain, incomplete or duplicative and the Agreement may promise something at one place and take that promise away at another. In sum, the Agreement may contain words and provisions that are susceptible of more than one meaning so that reasonable persons of average intelligence may fairly and honestly differ in their construction of the words and provisions. It is the intent of the CITY and the CONTRACTOR that the CITY’s taxpayers receive the benefit or advantage in the construction and interpretation of this Agreement, regardless of the normal judicial rules of contract construction even if the construction and interpretation of the Agreement will cost the CONTRACTOR more money and time. CITY and CONTRACTOR agree that CITY’s Manager of Procurement Services shall resolve all disagreements as to the meaning of this Agreement or any ambiguity in this Agreement, in favor of the CITY and its taxpayers even if it will cost the CONTRACTOR more money and time. The decision of CITY’s Manager of Procurement shall be final and conclusive if the Manager of Procurement Services acted in good faith. (b) CONTRACTOR acknowledges and agrees that the CITY has provided CONTRACTOR with an opportunity to have CONTRACTOR’s attorney review and advise CONTRACTOR on the Agreement and any potential ambiguities or areas of disagreement and the potential adverse legal consequences of CONTRACTOR agreeing to this Section as well as the entire Agreement. CONTRACTOR certifies that CONTRACTOR has provided the CITY DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 10 of 19 (REV. 12-05-16) written notice of all ambiguities, conflicts, errors or discrepancies that it has discovered in the Agreement and the written resolution thereof by the CITY as embodied in this final Agreement is acceptable to CONTRACTOR. (c) CONTRACTOR certifies that CONTRACTOR has either (1) waived its right to have CONTRACTOR’s attorney review this Section and Agreement; or (2) CONTRACTOR has consulted with an attorney on this Section and Agreement. (d) CONTRACTOR knowingly and voluntarily agrees to this Section and the entire Agreement. CONTRACTOR certifies that this contract was not procured by fraud, duress or undue influence. Sec. 22. Contract Execution. This Contract may be executed in one or more counterparts, each of which will be deemed an original copy of this Contract and all of which, when taken together, will be deemed to constitute one and the same Contract. This Contract shall be effective upon the execution of counterparts by both parties, notwithstanding that both parties may not sign the same counterpart. The parties' signatures transmitted by facsimile or by other electronic means shall be proof of the execution of this Contract and shall be acceptable in a court of law. Sec. 23. Guaranteed Lowest Pricing. CONTRACTOR certifies that this Contract contains CONTRACTOR’s lowest and best pricing for all services supplied by CONTRACTOR to any government, governmental entity, political subdivision, city, state, school district or any other public entity in the United States as of the date of this Contract. Sec. 24. Assignability and Subcontracting. (a) Assignability. Contractor shall not assign or transfer any part or all of Contractor’s obligation or interest in this Contract without prior written approval of City. If Contractor shall assign or transfer any of its obligations or interests under this Contract without the City’s prior written approval, it shall constitute a material breach of this Contract. This provision shall not prohibit contractor from subcontracting as otherwise provided for herein. (b) Subcontracting. Contractor shall not subcontract any part or all of Contractor’s obligations or interests in this Contract unless the subcontractor has been identified in a format required by City. If Contractor shall subcontract any part of Contractor’s obligations or interests under this Contract without having identified the subcontractor, it shall constitute a material breach of this Contract. The utilization of subcontractors shall not relieve Contractor of any of its responsibilities under the Contract, and Contractor shall remain responsible to City for the negligent acts, errors, omissions or neglect of any subcontractor and of such subcontractor’s officers, agents and employees. City shall have the right to reject, at any point during the term of this Contract, any subcontractor identified by Contractor, and to require that any subcontractor cease working under this Contract. City’s right shall be exercisable in its sole and subjective discretion. City shall not be obligated to pay or be liable for payment of any monies which may be due to any subcontractor. Contractor shall include in any subcontract a requirement that the subcontractor comply with all requirements of this Contract in performing Contractor’s services hereunder. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 11 of 19 (REV. 12-05-16) Sec. 25. Professional Services – Conflict of Interest Certification. If this Contract is for professional services other than for medical doctors or appraisers, CONTRACTOR certifies that CONTRACTOR is not an expert witness for any party in litigation against the CITY at the time of the issuance of this Contract. Sec. 26. Minority and Women’s Business Enterprises. (a) CITY is committed to ensuring that minority and women’s business enterprises (M/WBE) participate to the maximum extent possible in the performance of CITY contracts. CONTRACTOR agrees to comply with all requirements of City’s Minority and Women’s Business Enterprise Program as enacted in CITY’S Code CITY’S Code Chapter 3 Sections 3-421 through 3-469 and as hereinafter amended. If CITY requrests CONTRACTOR to perform Services with MBE/WBE goals, CONTRACTOR shall make its good faith efforts to meet the MBE/WBE goals. CONTRACTOR shall meet the goals set forth in its Contractor Utilization Plan. . (b) If CONTRACTOR fails to achieve the M/WBE goals stated in its Contractor Utilization Plan, as amended, the CITY will sustain damages, the exact extent of which would be difficult or impossible to ascertain or estimate at the time of execution of this contract. Therefore, in order to liquidate those damages, the monetary difference between the amount of the M/WBE goals set forth in this Contractor Utilization Plan, as amended, and the amount actually paid to qualified MBEs and WBEs for performing a commercially useful function will be deducted from the CONTRACTOR’S payments as liquidated damages. In determining the amount actually paid to qualified MBEs and WBEs, no credit will be given for the portion of participation that was not approved by the Director of City’s Human Relations Division, unless the Director determines that the CONTRACTOR acted in good faith. No deduction for liquidated damages will be made when, for reasons beyond the control of the CONTRACTOR, the M/WBE participation stated in the Contractor Utilization Plan, as amended and approved by the Director, is not met. Sec. 27. Employee Eligibility Verification. CONTRACTOR shall execute and submit an affidavit, in a form prescribed by the CITY, affirming that CONTRACTOR does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work in the United States as defined in 8 U.S.C. §1324a(h)(3). CONTRACTOR shall attach to the affidavit documentation sufficient to establish CONTRACTOR’s enrollment and participation in an electronic verification of work program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration and Reform and Control Act of 1986. CONTRACTOR may obtain additional information about E-Verify and enroll at https://e- verify.uscis.gov/enroll/StartPage.aspx?JS=YES. For those CONTRACTORs enrolled in E-Verify, the first and last pages of the E-Verify Memorandum of Understanding that CONTRACTOR will obtain upon successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with this section. CONTRACTOR shall submit the affidavit and attachments to the CITY prior to execution of the contract, or at any point during the term of the contract if requested by the CITY. Sec. 28. Emergencies. (a) Disaster means any large scale event such as an act of terrorism, fire, wind, flood, earthquake or other natural or man-made calamity which results in, or has the potential to result in a significant loss of life or property. (b) During and after a disaster, CONTRACTOR shall provide special services to the CITY including CONTRACTOR shall open CONTRACTOR’s facilities even on nights and weekends as necessary to meet the needs of the City during a disaster. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 12 of 19 (REV. 12-05-16) (c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or for extending CONTRACTOR’s hours of operation during a disaster. CITY shall pay CONTRACTOR the agreed upon contract prices for all purchases made by CITY during the disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for any purchases made by CITY during a disaster. (d) CONTRACTOR shall quickly mobilize CONTRACTOR’s internal and external resources to assist CITY when a disaster unfolds. (e) Extended hours and personnel. During disasters, CONTRACTOR’s facilities shall stay open 24 hours if requested by the CITY. CONTRACTOR shall utilize additional CONTRACTOR personnel to take CITY orders if necessary. CONTRACTOR’s Call Center shall accept phone orders 24 hours a day. (f) CONTRACTOR shall have contingency plans with CONTRACTOR’s suppliers to provide additional supplies and equipment quickly to CITY as needed. (g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any and all documentation requirements of the Federal Emergency Management Agency (FEMA). Sec. 29. Time of Delivery. Delivery is required to be made in accordance with the schedule shown in the solicitation and purchase order. Sec. 30. F.O.B. Destination. All deliveries of Products shall be F.O.B. Destination and all freight charges are included in the Purchase Price charged by CONTRACTOR to the CITY. Sec. 31. Quality. All Products shall be new, in current production, and the best of their kind. When applicable, parts and maintenance shall be reasonably available. New equipment that is obsolete or technically outdated is not acceptable. Remanufactured or reconditioned items are not considered new. Items shall be properly packaged, packed, labeled, and identified in accordance with commercial standards acceptable to the trade and as required by ICC and other federal and state regulations. Packing slips will accompany the shipment. Sec. 32. Brand Name or Equal. Whenever the name of the manufacturer or the supplier is mentioned on the face hereof and the words “or equal” do not follow, it shall be deemed that the words “or equal” shall follow such designations unless the face hereof specifies “no substitutions”. The CITY may assume that items submitted are equal or it may request samples and proof thereof and unless approved before shipment, reserves right to return at the CONTRACTOR’S expense all items that are not acceptable as equals, said items to be replaced by the CONTRACTOR with satisfactory items at the original submitted price. Sec. 33. Commercial Warranty. The CONTRACTOR agrees that the Products and Services furnished under this Contract shall be covered by the most favorable commercial warranties the CONTRACTOR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 13 of 19 (REV. 12-05-16) gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the CITY by any other clause of this contract. Sec. 34. Sellers Invoice. Invoices shall be prepared and submitted in duplicate to address shown on the purchase order. Separate invoices are required for each purchase order. Invoices shall contain the following information: purchase order number, item number, description of supplies or services, sizes, unit of measure, quantity, unit price, and extended totals. Sec. 35. Inspection and Acceptance. Inspection and acceptance will be at destination unless specified otherwise, and will be made by the CITY department shown in the shipping address or other duly authorized representative of the CITY. Until delivery and acceptance, and after any rejection, risk of loss will be on the CONTRACTOR unless loss results from negligence of the CITY. CONTRACTOR will be notified of rejected shipments. Unless agreed otherwise, items will be returned freight collect. Sec. 36. Loss and Damaged Shipments. Risk of loss or damage to items prior to the time of their receipt and acceptance by the CITY is upon the CONTRACTOR. The CITY has no obligation to accept damaged shipments and reserves the right to return at CONTRACTOR’s expense damaged merchandise even though the damage was not apparent or discovered until after receipt of the items. Sec. 37. Late Shipments. CONTRACTOR is responsible to notify the CITY department receiving the items and the Senior Buyer of any late or delayed shipments. The CITY reserves the right to cancel all or any part of an order if the shipment is not made as promised. Sec. 38. Tax Exemption - Federal and State. A. The CITY is exempt from Federal Excise and Transportation taxes on purchases under Chapter 32, Internal Revenue Code. The federal tax registration number issued by the St. Louis District Director on November 11, 1974 is No. 43740340K. B. The CITY is exempt from payment of Missouri Sales and Use Tax in Accordance with Section 39(10) Article 3, of the Missouri Constitution and Sections 144.040 and 144.615 RSMo 1969 and supplement thereto. A copy of the exemption from Missouri Sales and Use Tax is available upon request. Sec. 39. Annual Appropriation of Funds. A. Multi-year term supply and service contracts and leases and the exercise of options to renew term contracts are subject to annual appropriation of funds by the City Council. Payments made under term contracts and leases are considered items of current expense. Purchase orders are funded when issued, therefore are current expense items and are not subject to any subsequent appropriation of funds. B. In the event sufficient funds are not appropriated for the payment of lease payments or anticipated term contract payments required to be paid in the next occurring lease or contract term and if no funds are legally available from other sources, the lease or contract may be terminated at the end of the original term or renewal term and the CITY shall not be obligated to make further payments beyond the then current original or renewal term. The CITY will provide notice of its inability to continue the lease or contract at such time as the DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 14 of 19 (REV. 12-05-16) Manager of Procurement Services is aware of the nonappropriation of funds; however, failure to notify does not renew the term of lease or contract. If a lease is cancelled, the events of default will occur as described in the lease and/or the section titled TERMINATION FOR DEFAULT. The CITY has no monetary obligations in event of termination or reduction of a term contract since such contracts represent estimated quantities and are not funded as a contract, but only to the extent of purchase orders issued. Sec. 40. Performance and Maintenance Bond and Payment Bond. (a) If a Work Order is estimated to exceed $50,000.00 and is for the erection, construction, alteration, repair or improvement of any building, road, street, public utility or other public facility owned by the public entity as defined by Section 107.170, RSMo, CONTRACTOR shall obtain a performance and maintenance bond and payment bond as required by this Section. The City approved performance and maintenance bond and payment bond are incorporated in this Contract by reference and Contractor shall require its Surety to issue the performance and maintenance bonds and payment bonds on City approved forms. (b) All Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. A certified copy of such agent's authority to act must accompany all Bonds signed by an agent. If the surety on any Bond furnished by Seller is declared bankrupt or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirement of the preceding sentence, Seller shall within twenty (20) days thereafter substitute another Bond and surety, both of which must be acceptable to City. (c) The performance and maintenance bond and payment bond shall remain in effect at least one (1) year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. (d) All Bonds required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety that is duly licensed in the State of Missouri and in the jurisdiction in which the Project is located, if not in Missouri, to issue Bonds. All surety companies shall hold an A.M. Best rating of B+, V, or better. (e) If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirement of Paragraph 5.01 B, Contractor shall within twenty (20) days thereafter substitute another Bond and surety, both of which must be acceptable to City. Sec. 41. Prevailing Wage. A. Prevailing Wage. If a Work Order includes work that requires payment of prevailing wage as set forth in Sections 290.210 to 290.340, RSMo (the “Law”), CONTRACTOR shall pay workers prevailing wage in accordance with this Section and the Law. Under the Law, work that meets the definition of “construction” “includes construction, reconstruction, improvement, enlargement, alteration, painting and decorating, or major repair.” “Maintenance work”that is not DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 15 of 19 (REV. 12-05-16) subject to the Law is defined as “the repair, but not the replacement, of existing facilities when the size, type or extent of the existing facilities is not thereby changed or increased.” 1. Contractor shall comply and require its Subcontractors to comply with; a. Sections 290.210 to 290.340, RSMo the State of Missouri Prevailing Wage Law (the “Law”); and b. 8 CSR 30-3.010 to 8 CSR 30-3.060, the Prevailing Wage Law Rules (the “Rules”); and c. the Annual Wage Order (Wage Order) issued by the State of Missouri’s Department of Labor and Industrial Relations; and d. any applicable Annual Incremental Wage Increase (Wage Increase) to the Annual Wage Order. 2. The Law, Rules, Wage Order and any Wage Increase are incorporated into and made part hereof this Contract and shall be collectively referred to in this Section as the “Prevailing Wage Requirements.” In the event this Contract is renewed for an additional term, the Wage Order in effect as of the commencement date of the additional term, as amended by any applicable Wage Increase, shall be deemed incorporated herein and shall apply to and remain in effect for the duration of the additional term. The new Wage Order and any applicable Wage Increase shall govern notwithstanding the fact that the Wage Order being replaced might be physically attached to this Contract. 3. Contractor shall pay and require its Subcontractors to pay to all workers performing work under this Contract not less than the prevailing hourly rate of wages for the class or type of work performed by the worker in accordance with the Law, Rules, Wage Order and any applicable Wage Increase. Contractor shall take whatever steps are necessary to insure that the prevailing hourly wage rates are paid and that all workers for Contractor and each of its Subcontractors are paid for the class or type of work performed by the worker in accordance with the Prevailing Wage Requirements. 4. Prior to each of its Subcontractors beginning Work on the Site, Contractor shall require each Subcontractor to complete City’s Form 00490 entitled “Pre-contract Certification” that sets forth the Subcontractor’s prevailing wage and tax compliance history for the two (2) years prior to the bid. Contractor shall retain one (1) year and make the Pre-contract Certifications available to City within five (5) days after written request. 5. Contractor shall keep and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to keep full and accurate records on City’s forms. Contractor shall: a. Keep and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to keep full and accurate records on City’s “Daily Labor Force Report” Form indicating the worker’s name, occupational title or classification group and skill and the workers’ hours. City shall furnish blank copies of the Daily Labor Force Report Form to Contractor for its use and for distribution to Subcontractors. Contractor shall submit its and its Subcontractors Daily Labor Force Reports to City each day; and b. Submit, and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to submit, electronically, in a format prescribed by the City, Certified Payroll Report Information indicating the worker’s name, address, DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 16 of 19 (REV. 12-05-16) social security number, occupation(s), craft(s) of every worker employed in connection with the public work together with the number of hours worked by each worker and the actual wages paid in connection with the Project and other pertinent information as requested by the City; and c. Submit, and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to submit, electronically, in format prescribed by the City, a Payroll Certification. The Payroll Certification must be signed by the employee or agent who pays or supervises the payment of the workers employed under the Contract for the Contractor and each Subcontractor. The Daily Labor Force Report, documents used to compile information for the Certif ied Payroll Report, and Payroll Certification are collectively referred to in this Section as the “Records.” 6. Contractor shall make all of Contractor’s and Subcontractors’ Records open to inspection by any authorized representatives of City and the Missouri Department of Labor and Industrial Relations at any reasonable time and as often as they may be necessary and such Records shall not be destroyed or removed from the State of Missouri for a period of one (1) year following the completion of the public work in connection with which the Records are made. Contractor shall have its and its Subcontractors Certified Payroll Reports and Payroll Certifications available at the Contractor’s office and shall provide the Records to the City electronically at City’s sole discretion. In addition, all Records shall be considered a public record and Contractor shall provide the Records to the City in the format required by the City within three (3) working days of any request by City at the Contractor’s cost. City, in its sole discretion, may require Contractor to send any of the Records directly to the person who requested the Record at Contractor’s expense. 7. Contractor shall post and keep posted a clearly legible statement of all prevailing hourly wage rates to be paid to all workers employed by Contractor and each of its Subcontractors in the performance of this Contract in a prominent and easily accessible place at the Site of the Work by all workers. 8. If the Contract Price exceeds $250,000.00, Contractor shall and shall require each Subcontractor engaged in any construction of public works to have its name, acceptable abbreviation or recognizable logo and the name of the city and state of the mailing address of the principal office of the company, on each motor vehicle and motorized self-propelled piece of equipment which is used in connection with the Project during the time the Contractor or Subcontractor is engaged on the project. The sign shall be legible from a distance of twenty (20’) feet, but the size of the lettering need not be larger than two (2”) inches. In cases where equipment is leased or where affixing a legible sign to the equipment is impractical, the Contractor may place a temporary stationary sign, with the information required pursuant to this section, at the main entrance of the Project in place of affixing the required information on the equipment so long as such sign is not in violation of any state or federal statute, rule or regulation. Motor vehicles which are required to have similar information affixed thereto pursuant to requirements of a regulatory agency of the state or federal government are exempt from the provisions of this subsection. 9. Contractor must correct any errors in Contractor’s or any Subcontractors’ Records, or Contractor’s or any Subcontractors’ violations of the Law, Rules, Annual Wage Order and any Wage Increase within fourteen (14) calendar days after notice from City. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 17 of 19 (REV. 12-05-16) 10. Contractor shall and shall require its Subcontractors to cooperate with the City and the Department of Labor and Industrial Relations in the enforcement of this Section, the Law, Rules, Annual Wage Order and any Wage Increase. Contractor shall and shall require its Subcontractors to permit City and the Department of Labor and Industrial Relations to interview any and all workers during working hours on the Project at Contractor’s sole cost and expense. 11. Contractor shall file with City, upon completion of the Project and prior to final payment therefore, affidavits from Contractor and each of its Subcontractors, stating that each has fully complied with the provisions and requirements of the Missouri Prevailing Wage Law. City shall not make final payment until the affidavits, in proper form and order, from Contractor and each of its Subcontractors, are filed by Contractor. 12. Contractor shall forfeit as a statutory penalty to the City one hundred dollars ($100.00) for each worker employed, for each calendar day, or portion thereof, such worker is paid less than the prevailing hourly rates for any work done under this Contract, by Contractor or by any of Contractor’s Subcontractors. If Contractor or any of its Subcontractors have violated any section(s) of 290.210 to 290.340, RSMo, in the course of the execution of the Contract, City shall when making payments to the Contractor becoming due under this Contract, withhold and retain therefrom all sums and amounts due and owing as a result of any violation of sections 290.210 to 290.340, RSMo. B. Prevailing Wage Damages. Contractor acknowledges and agrees that, based on the experience of City, violations of the Missouri Prevailing Wage Act, whether by Contractor or its Subcontractors, commonly result in additional costs to City. Contractor agrees that additional costs to City for any particular violation are difficult to establish and include but are not limited to: costs of construction delays, additional work for City, additional interest expenses, investigations, and the cost of establishing and maintaining a special division working under the City Manager to monitor prevailing wage compliance. 1. In the event of the failure by Contractor or any of its Subcontractors to pay wages as provided in the Missouri Prevailing Wage Act, City shall be entitled to deduct from the Contract Price, and shall retain as liquidated damages, one hundred dollars ($100.00) per day, per worker who is paid less than the prevailing hourly rate of wages, to approximate the additional costs. The sum shall be deducted, paid or owed whether or not the Contract Times have expired. 2. City shall give written notice to Contractor setting forth the workers who have been underpaid, the amount of the statutory penalty and the amount of the liquidated damages as provided for in this Subparagraph. Contractor shall have fourteen (14) calendar days to respond, which time may be extended by City upon written request. If Contractor fails to respond within the specified time, the City’s original notice shall be deemed final. If Contractor responds to City’s notice, City will furnish Contractor a final decision in writing within five (5) days of completing any investigation. C. Excessive Unemployment. 1. Resident Laborers” means laborers who have been residents of the State of Missouri for at least thirty days and who intend to remain Missouri residents, and residents of Nonrestrictive States. 2. “Nonrestrictive States” means states identified by the Missouri Department of Labor and Industrial Relations Division of Labor Standards that have not enacted state laws restricting DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 18 of 19 (REV. 12-05-16) Missouri laborers from working on public works projects. A list of Nonrestrictive States can be found on the Division web site at http://www.dolir.mo.gov/ls/index.htm. 3. A period of Excessive Unemployment is declared when the Missouri Department of Labor and Industrial Relations Division of Labor Standards provides notice of such declaration. When in effect, notice will be provided on the Division web site at http://www.dolir.mo.gov/ls/index.htm. It is Contractor’s obligation to determine whether a period of Excessive Unemployment is in effect when this Contract is let. 4. Contractor agrees to follow the provisions of Section 290.560 - 290.575 RSMo and agrees that if a period of Excessive Unemployment has been declared at any point during the term of this Contract, it will employ and require all Subcontractors of whatever tier to employ only Resident Laborers for the Work to be performed under this Contract. Provided, however, Contractor may use laborers who are not Resident Laborers when Resident Laborers are not available or are incapable of performing the particular type of work involved if Contractor so certifies in writing to City and City issues a written approval. This provision does not apply to regularly employed nonresident executive, supervisory or technical employees. Sec. 42. Workforce. If Contractor is required to pay prevailing wages for the work performed pursuant to this Contract, Contractor agrees to comply with all requirements of City’s Construction Employment Program as enacted in City’s Code, Sections 3-501 through 3-525 and as hereinafter amended. Contractor shall meet or exceed the construction employment goals unless the same shall have been waived in the manner provided by law. Contractor’s compliance with this provision is a material part of this Contract. Contractor shall comply with City’s Workforce Program Reporting System requirements. Contractor shall use City’s Internet web based Workforce Program Reporting System provided by City and protocols included in that software during the term of this Contract. Contractor shall maintain user applications to City’s provided system for all applicable personnel and shall require subcontractors to maintain applications. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 19 of 19 (REV. 12-05-16) CONTRACTOR I hereby certify that I have the authority to execute this document on behalf of CONTRACTOR. Contractor: By: Title: Date: APPROVED AS TO FORM Assistant City Attorney (Date) KANSAS CITY, MISSOURI By: Title: Date: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Appendix A-1 - Market Basket Pricing for Electrical Items for RFP EV2370 Proposer Name: Authorized Signature: INSTRUCTIONS 1)Provide a price quote for each item listed below based on your discounts offered in Exhibit B (Discount by Category). This is not a core list. 2)Manufacturer discounts listed here must be the same discounts listed in Appendix B - NO EXCEPTIONS. 3)Along with the pricing information, state the manufacturer offered, model number, price list and number used, and the price list page on which the item can be found. 4)Bidders must offer prices from a current published manufacturer's price list or catalog price list. 5)Any items that are "NO BID" will result in a pro-rated point deduction in the cost evaluation. Bidders should bid on as many items as possible. ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 1 3M CO. - ELECTRICAL MARKETS DIV. VINYL TAPE 3/4 X 66, INSULATING MATERIAL, FIRE-STOP, TAPE & HEAT SHRINK EA 33+SUPER-3/4X66FT 88175944 30474 2 3M CO. - ELECTRICAL MARKETS DIV. VINYL ELECTRICAL TAPE 3/4 X 66, INSULATING MATERIAL, FIRE- STOP, TAPE & HEAT SHRINK EA 88-SUPER-3/4X66FT 88176224 6341 3 3M CO. - ELECTRICAL MARKETS DIV. VINYL ELECTRICAL TAPE 1 1/2 X 44, INSULATING MATERIAL, FIRE- STOP, TAPE & HEAT SHRINK EA 88-SUPER-1-1/2X44FT 88176220 3644 4 3M CO. - ELECTRICAL MARKETS DIV. FIRE AND ARC PROOFING TAPE 3 X 20, INSULATING MATERIAL, FIRE-STOP, TAPE & HEAT SHRINK EA 77-3INX20FT 88176172 1210 5 3M CO. - ELECTRICAL MARKETS DIV.MOLDABLE PUTTY STICKS 1.4 X 11, IND ADHESIVES EA MP+1.4X11 22047187 882 6 3M CO. - ELECTRICAL MARKETS DIV.ELECTRICAL COATING FD 15OZ, IND ADHESIVES EA SCOTCHKOTE FD 25438657 814 7 3M CO. - ELECTRICAL MARKETS DIV. DETECTOR LOOP SEALANT PLY PACK 1 LITER, SEALING COMPOUND/BARRIER/CHICO EA DLS5000 25019729 712 8 3M CO. - ELECTRICAL MARKETS DIV. 4 FIRE BARRIER PUTTY SLEEVE KIT, INSULATING MATERIAL, FIRE- STOP, TAPE & HEAT SHRINK EA DT400 25274427 436 9 3M CO. - ELECTRICAL MARKETS DIV. 2 FIRE BARRIER PUTTY SLEEVE KIT, INSULATING MATERIAL, FIRE- STOP, TAPE & HEAT SHRINK EA DT200 25274426 406 10 AUTOMATIC TIMING & CONTROLS PHASE MONITOR, ES TEST EQUIPMENT EA SLA-230-ASA 99564003 450 11 AUTOMATIC TIMING & CONTROLS PHASE MONITOR, ES TEST EQUIPMENT EA SLA-230-ALA 99564006 272 12 BRADY WORLDWIDE INCORPORATED PHOTOLUM EXIT SIGN WALL MOUNTED RED, IDENTIFICATION PRODUCTS, LABELERS & LABELING EA 90885B 22052492 300 13 BURNDY LLC CU-HYLUG-1250MCM-CENTER, COMPRESSION CONNECTORS AND BUTT SPLICES EA YAC454N 25645452 2000 14 BURNDY LLC MECHNCL MULTI PORT CONNECTOR 600V 3 PORT, MECHANICAL CONNECTORS AND BUTT SPLICES EA BIBS43 99508585 1430 15 COOPER B-LINE SYSTEMS SH CHNL 1 5/8 X 1 5/8-9/16 X 1 1/8 10FT, CHANNEL-METALLIC EA B22SH-120GLV 88035486 16130 16 COOPER B-LINE SYSTEMS CHNL 1 5/8X1 5/8 9/16X7/8 SH 12GA 120IN, CHANNEL-METALLIC EA B22SH-120AL 88035485 10730 17 COOPER B-LINE SYSTEMS 2IN CABLE HOOK TO ROD FASTENER, 50/PK, FASTENING DEVICES, & VELCRO PK BCH32-W2 97280897 4465 18 COOPER B-LINE SYSTEMS 1 5/8X1 5/8 FBRGLS CHNL BTB 120IN, FIBERGLASS CHANNEL AND FITTINGS EA BFP22A-120 92140978 2000 19 COOPER B-LINE SYSTEMS CHNL 1 5/8X1 5/8 9/16X7/8 SH 12GA 120IN, CHANNEL-METALLIC EA B22SH-120SS4 90073820 1580 20 COOPER B-LINE SYSTEMS BOX MOUNTING CLIP FOR USE W/BA50 SERIES, 10/PK, FASTENING DEVICES, & VELCRO PK BA50A 25134801 2505 21 COOPER B-LINE SYSTEMS DURABLOK ROOFTOP CHNL SUPPORT 5X6X9.6, OTHER CHANNEL FITTINGS EA DB10 25189300 766 22 COOPER BUSSMANN INC BUSS MIDGET FUSE, LOW VOLTAGE, SUPPLEMENTARY FUSES EA FNM-10 88050549 10638 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 23 COOPER BUSSMANN INC LIMITRON FAST ACTING FUSE, LOW VOLTAGE, SUPPLEMENTARY FUSES EA KTK-10 88052097 10328 24 COOPER BUSSMANN INC BUSS FUSEHOLDER, FUSE HOLDERS AND BLOCKS EA HEB-AA 88051296 6505 25 COOPER BUSSMANN INC LIMITRON FAST ACTING FUSE, LOW VOLTAGE, SUPPLEMENTARY FUSES EA KTK-5 88052113 4315 26 COOPER BUSSMANN INC BUSS FUSEHOLDER WATERPROOF, FUSE HOLDERS AND BLOCKS EA BK/HEB-AA 95029398 3337 27 COOPER BUSSMANN INC CLASS CC FAST ACTING FUSE CLASS CC, LOW VOLTAGE, BRANCH CIRCUIT RATED FUSES EA KTK-R-5 88052139 2277 28 COOPER BUSSMANN INC BUSS MIDGET FUSE, LOW VOLTAGE, SUPPLEMENTARY FUSES EA FNQ-10 88050587 1725 29 COOPER BUSSMANN INC BUSS FUSEHOLDER, FUSE HOLDERS AND BLOCKS EA HEX-AA 88051338 1043 30 COOPER BUSSMANN INC BUSS FUSEHOLDER, FUSE HOLDERS AND BLOCKS EA HEB-AW-RYC 88051309 620 31 COOPER BUSSMANN INC BUSS FUSEHOLDER, FUSE HOLDERS AND BLOCKS EA HEB-AW-RLC-A 88051304 440 32 COOPER CROUSE-HINDS DIVISION 4 SQ OUTLET BOX 2 1/8 DP1/2 AND 3/4 KO, 4 SQ BOXES, RINGS, AND COVERS EA TP403 99477183 12866 33 CRC INDUSTRIES, INC.SILICONE SEALANT RED 10.3OZ CART., IND ADHESIVES EA 14075 99486620 2208 34 ERICO INTERNATIONAL CORPORATION ANGLEBRACKETASSEMBLY BC200BLKJ-HOOK, FASTENING DEVICES, & VELCRO EA CATHPBC200B 25180511 22001 35 ERICO INTERNATIONAL CORPORATION CLIPCABLECATHP2 INCH, FASTENING DEVICES, & VELCRO EA CAT32HP 25180527 27921 36 ERICO INTERNATIONAL CORPORATION 2IN JHOOK TO 4Z34 TO WIRE-ROD-FLANGE, FASTENING DEVICES, & VELCRO EA CAT32HP4Z34 25439481 5839 37 ERICO INTERNATIONAL CORPORATION CLIPCABLECATHP3 INCH, FASTENING DEVICES, & VELCRO EA CAT48HP 25180528 14336 38 ERICO INTERNATIONAL CORPORATION CLIPCABLECATHP4 INCH, FASTENING DEVICES, & VELCRO EA CAT64HP 25180529 3982 39 ERICO INTERNATIONAL CORPORATION HANGERBARELECTRICAL BOX24 SPAN, FASTENING DEVICES, & VELCRO EA 512 88091777 2053 40 FLUKE ELECTRONICS CORP.ACV DETECTOR 90-1000V, TEST AND MEASUREMENT EA FLUKE-1AC-A1-II 96051655 593 41 FLUKE ELECTRONICS CORP.ELECTRICIANS TRUE RMS MULTIMETER, TEST AND MEASUREMENT EA FLUKE-117 25079181 199 42 GENERAL ELECTRIC LIGHTING T8 32W SPP 4100K ECO, FLUORESCENT LAMPS EA F32T8/SPP41/ECO 25437757 565353 43 GENERAL ELECTRIC LIGHTING 72866 LINEAR FLUORESCENT, FLUORESCENT LAMPS EA F28T8/XLSPX41ECO 25184924 157365 44 GENERAL ELECTRIC LIGHTING T8 32W SPP 3500K ECO, FLUORESCENT LAMPS EA F32T8/SPP35/ECO 25437756 99943 45 GENERAL ELECTRIC LIGHTING T8 32W SPP 5000K ECO, FLUORESCENT LAMPS EA F32T8/SPP50/ECO 25437758 56679 46 GENERAL ELECTRIC LIGHTING 4FT 25W F32T8, FLUORESCENT LAMPS EA F32T8/25WSPX41EC 25137939 41369 47 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV IS BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE232MAXP-N-ULTRA 25187725 40331 48 GENERAL ELECTRIC LIGHTING T8 32W SPX41 ECOLUX, FLUORESCENT LAMPS EA F32T8/SPX41/ECO2 25448605 38004 49 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT ECO LAMP, FLUORESCENT LAMPS EA F34/CW/C/WM/ECO 25442493 33287 50 GENERAL ELECTRIC LIGHTING T12 34W CX 4100K WM ECO, FLUORESCENT LAMPS EA F34/CX41/WM/ECO 25438080 31769 51 GENERAL ELECTRIC LIGHTING FLUORESCENT LAMP, FLUORESCENT LAMPS EA F17T8/SP41/ECO 99564429 24231 52 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T8 25W 3500K, FLUORESCENT LAMPS EA F32T825SXLSPX35ECO 25605517 20910 53 GENERAL ELECTRIC LIGHTING 72864 LINEAR FLUORESCENT, FLUORESCENT LAMPS EA F28T8/XLSPX35ECO 25188218 20209 54 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV BALLAST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE432MAXP-N-ULTRA 25261206 20052 55 GENERAL ELECTRIC LIGHTING 66472 LINEAR FLUORESCENT, FLUORESCENT LAMPS EA F28T8/XLSPP41ECO 25420080 18401 56 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T8 28W 4100K, FLUORESCENT LAMPS EA F28T8SXLSPX41ECO 25605518 15739 57 GENERAL ELECTRIC LIGHTING COMPACT FLUORESCENT ECO LAMP, COMPACT FLUORESCENT LAMPS EA F26DBX/841/ECO4P 25079093 15304 58 GENERAL ELECTRIC LIGHTING FLOUR ECOLUX XL LAMP, FLUORESCENT LAMPS EA F32T8XLSPX41HLEC 22058641 15077 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 59 GENERAL ELECTRIC LIGHTING LFL MV PROLINE ELEC INSTANT START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE232MAX-G-N 25187728 14652 60 GENERAL ELECTRIC LIGHTING LED T8 4000K 22-23KL DIM INTEG DRVR DLC, LED LAMPS AND SYSTEMS EA LED18ET8/4/840 25688449 12955 61 GENERAL ELECTRIC LIGHTING FLUORESCENT LAMP, FLUORESCENT LAMPS EA F17T8/SP35/ECO 99564428 12445 62 GENERAL ELECTRIC LIGHTING LINEAR FLUOR T8 32W 4100K PROLINE ECO, FLUORESCENT LAMPS EA F32T8/841/PRO/EC 25438096 12281 63 GENERAL ELECTRIC LIGHTING COMPACT FLUORESCENT ECO LAMP, COMPACT FLUORESCENT LAMPS EA F26DBX/835/ECO4P 25079092 11947 64 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F32TBX/841/A/ECO 25082721 11407 65 GENERAL ELECTRIC LIGHTING T8 32W SPX50 ECOLUX, FLUORESCENT LAMPS EA F32T8/SPX50/ECO2 25448606 11400 66 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 HO ECO 4100K 54W, FLUORESCENT LAMPS EA F54W/T5/841/ECO 25012089 11116 67 GENERAL ELECTRIC LIGHTING T8 U6 4100K ECO LAMP, FLUORESCENT LAMPS EA F32T8SP41/U6/ECO 22118501 10169 68 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV BALLAST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE332MAXP-N-ULTRA 25261361 10048 69 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F42TBX/841/A/ECO 25082725 9890 70 GENERAL ELECTRIC LIGHTING MULTI-VAPOR E28 CLR LMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR250/U 88112492 9295 71 GENERAL ELECTRIC LIGHTING LFL MV PROLINE ELEC INSTANT START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE432MAX-G-N 25247899 9237 72 GENERAL ELECTRIC LIGHTING T8 32W SPX35 ECOLUX, FLUORESCENT LAMPS EA F32T8/SPX35/ECO2 25448604 9176 73 GENERAL ELECTRIC LIGHTING MULTI-VAPOR E28 CLR LMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR175/U 88112491 9086 74 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F32TBX/835/A/ECO 25082720 8844 75 GENERAL ELECTRIC LIGHTING LED BRIGHT STIK 10W 2850K 3PK, LED LAMPS AND SYSTEMS EA LED10LS3/828 25704467 8731 76 GENERAL ELECTRIC LIGHTING LFL ULTRASTRT ELEC PROG/RAPD START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE232-MVPS-N 25111407 8603 77 GENERAL ELECTRIC LIGHTING BIAX LAMP, COMPACT FLUORESCENT LAMPS EA F40/30BX/SPX35 88311228 8601 78 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 ECO 4100K 28W, FLUORESCENT LAMPS EA F28W/T5/841/ECO 25011864 8501 79 GENERAL ELECTRIC LIGHTING T8 32W LONG LIFE SPX41 ECOLUX, FLUORESCENT LAMPS EA F32T8/XL/SPX41E2 25448609 7932 80 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 HO ECO 5000K 54W, FLUORESCENT LAMPS EA F54W/T5/850/ECO 25012094 7751 81 GENERAL ELECTRIC LIGHTING CFL LOW WATT BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F13BX/841/ECO 25082745 7610 82 GENERAL ELECTRIC LIGHTING BIAX LAMP, COMPACT FLUORESCENT LAMPS EA F40/30BX/SPX41 88312603 7581 83 GENERAL ELECTRIC LIGHTING 68922 LINEAR FLUORESCENT, FLUORESCENT LAMPS EA F32T8/SPX41/U6/2 25456287 7344 84 GENERAL ELECTRIC LIGHTING FLUORESCENT LAMP, FLUORESCENT LAMPS EA F25T8/SP41/ECO 99564433 7314 85 GENERAL ELECTRIC LIGHTING MULTI-VAPOR LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR175/U/MED 91007376 7190 86 GENERAL ELECTRIC LIGHTING LED GLASS TUBE 4FT 15W 3500K, LED LAMPS AND SYSTEMS EA LED15ET8/G/4/835 25807385 7100 87 GENERAL ELECTRIC LIGHTING 72119 FLUORESCENT, FLUORESCENT LAMPS EA F31T8SPX41/U/ECO 25175690 6575 88 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F42TBX/835/A/ECO 25082724 6457 89 GENERAL ELECTRIC LIGHTING 400W HPS LUCALOX ECO LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU400/H/ECO 25061638 6151 90 GENERAL ELECTRIC LIGHTING 4FT 25W F32T8, FLUORESCENT LAMPS EA F32T8/25WSPX35EC 25137936 6132 91 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 ECO 3500K 28W, FLUORESCENT LAMPS EA F28W/T5/835/ECO 25011863 6048 92 GENERAL ELECTRIC LIGHTING MULTI-VAPOR E37 LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR400/U 88112493 5821 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 93 GENERAL ELECTRIC LIGHTING HPS LUCALOX 250W LOW MERC, HIGH INTENSITY DISCHARGE LAMPS EA LU250/H/ECO 25079090 5773 94 GENERAL ELECTRIC LIGHTING T8 8FT LONG LIFE SPP41, FLUORESCENT LAMPS EA F96T8/XL/SPP41 25448617 5557 95 GENERAL ELECTRIC LIGHTING T8 32W LONG LIFE SPX35 ECOLUX, FLUORESCENT LAMPS EA F32T8/XL/SPX35E2 25448608 5544 96 GENERAL ELECTRIC LIGHTING T8 32W SPP 6500K ECO, FLUORESCENT LAMPS EA F32T8/SPP65/ECO 25437759 5527 97 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T5 WATTMISER, FLUORESCENT LAMPS EA F28T5/835/WM/ECO 25170304 5489 98 GENERAL ELECTRIC LIGHTING HPS LUCALOX 100W LOW MERC, HIGH INTENSITY DISCHARGE LAMPS EA LU100/H/ECO 25079087 5301 99 GENERAL ELECTRIC LIGHTING 14W CFL SPIRAL T3 LAMP, COMPACT FLUORESCENT LAMPS EA FLE14HT3/2/841 25640399 5278 100 GENERAL ELECTRIC LIGHTING 12 WATT LED GLASS TUBE, LED LAMPS AND SYSTEMS EA LED12ET8/G/4/840 25835370 5246 101 GENERAL ELECTRIC LIGHTING LED GLASS TUBE 4FT 15W 4000K, LED LAMPS AND SYSTEMS EA LED15ET8/G/4/840 25793940 5179 102 GENERAL ELECTRIC LIGHTING CFL 14W T3 SPIRAL SELF-BALLASTED, COMPACT FLUORESCENT LAMPS EA FLE14HT3/2/827 25638633 5166 103 GENERAL ELECTRIC LIGHTING CFL 23W T3 SPIRAL SELF-BALLASTED, COMPACT FLUORESCENT LAMPS EA FLE23HT3/2/841 25640946 5111 104 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 HO ECO 3500K 54W, FLUORESCENT LAMPS EA F54W/T5/835/ECO 25012085 5084 105 GENERAL ELECTRIC LIGHTING CFL DOUBLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F18DBX/841/ECO4P 25082707 5057 106 GENERAL ELECTRIC LIGHTING LED 11W A19 WHT 60W REPL GE 11328, LED LAMPS AND SYSTEMS EA LED11DA19/827 25652551 4863 107 GENERAL ELECTRIC LIGHTING COMPACT FLUORESCENT LAMP, COMPACT FLUORESCENT LAMPS EA FLE20HT3/2/827 22066799 4811 108 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T5 WATTMISER, FLUORESCENT LAMPS EA F54T5/841/WM/ECO 25170310 4801 109 GENERAL ELECTRIC LIGHTING LINEAR FLUOR T12 60W 4100K, FLUORESCENT LAMPS EA F96T12XL/HL41/WM 25438089 4790 110 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR100/U/MED 94056835 4778 111 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T5 WATTMISER, FLUORESCENT LAMPS EA F54T5/850/WM/ECO 25170311 4654 112 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR400/U/ED28 91025570 4514 113 GENERAL ELECTRIC LIGHTING CFL DOUBLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F26DBX/841/ECO 25082700 4497 114 GENERAL ELECTRIC LIGHTING LINEAR FLUOR U-LAMP T12 35W 4100K, FLUORESCENT LAMPS EA F35/CX41/U6/WM 25438087 4443 115 GENERAL ELECTRIC LIGHTING CFL LAMP 26W X-LONG LIFE, COMPACT FLUORESCENT LAMPS EA FLE26HT3/2/XL827 25052112 4303 116 GENERAL ELECTRIC LIGHTING 4FT 25W F32T8, FLUORESCENT LAMPS EA F32T8/25WSPX50EC 25137937 4262 117 GENERAL ELECTRIC LIGHTING LED A19 WHT 10W DIMMING 2700K, LED LAMPS AND SYSTEMS EA LED11DAV3/827W 25671813 4162 118 GENERAL ELECTRIC LIGHTING 43293, LED LAMPS AND SYSTEMS EA LED12ET8/G/4/850 25843289 4140 119 GENERAL ELECTRIC LIGHTING 4FT T8 FLOUR FIXT W/CG, FLUORESCENT LAMPS EA F32T8SPX50ECOCVG 22051588 4056 120 GENERAL ELECTRIC LIGHTING HPS LUCALOX 150W LOW MERC, HIGH INTENSITY DISCHARGE LAMPS EA LU150/55/H/ECO 25079088 4045 121 GENERAL ELECTRIC LIGHTING LED GLASS TUBE 4FT 15W 5000K, LED LAMPS AND SYSTEMS EA LED15ET8/G/4/850 25807386 3988 122 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T8 28W 3500K, FLUORESCENT LAMPS EA F28T8SXLSPX35ECO 25605515 3852 123 GENERAL ELECTRIC LIGHTING MULTI-VAPOR CLEAR LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR1000/U 88112275 3850 124 GENERAL ELECTRIC LIGHTING CFL E26 MED BASE 2700K, COMPACT FLUORESCENT LAMPS EA FLE23H/T3/2/827 NEW 25692960 3726 125 GENERAL ELECTRIC LIGHTING CFL DOUBLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F26DBX/835/ECO 25082699 3644 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 126 GENERAL ELECTRIC LIGHTING CFL PRGM/RAPID START BLLST 63097, COMPACT FLUORESCENT BALLASTS EA GEC226-MVPS-3W-NEW 25472999 3610 127 GENERAL ELECTRIC LIGHTING COMPACT FLUOR LAMP ELEC SELF BALLASTED, COMPACT FLUORESCENT LAMPS EA FLE13HT2/2/827 25084963 3452 128 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV IS BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE232MAXP-L-ULTRA 25187724 3419 129 GENERAL ELECTRIC LIGHTING 72118 FLUORESCENT, FLUORESCENT LAMPS EA F31T8SPX35/U/ECO 25175689 3201 130 GENERAL ELECTRIC LIGHTING 32W 6IN UBEND ECO, FLUORESCENT LAMPS EA F32T8SPX41U6/ECO 25168169 3172 131 GENERAL ELECTRIC LIGHTING 96IN SLIM LINE LINEAR FLUOR LAMP, FLUORESCENT LAMPS EA F96T12/CW/C/WM 25446831 3122 132 GENERAL ELECTRIC LIGHTING CFL DOUBLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F18DBX/835/ECO4P 25082706 3081 133 GENERAL ELECTRIC LIGHTING LED BRIGHT STIK 10W 5000K 3PK, LED LAMPS AND SYSTEMS EA LED10LS3/850 25773220 2963 134 GENERAL ELECTRIC LIGHTING CFL DOUBLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F18DBX/841/ECO 25082754 2962 135 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F26TBX/841/A/ECO 25082717 2951 136 GENERAL ELECTRIC LIGHTING 48IN HI-OUT WHT LMP, FLUORESCENT LAMPS EA F48T12/CW/HO 88111899 2910 137 GENERAL ELECTRIC LIGHTING LINEAR FLUORESCENT T5 WATTMISER, FLUORESCENT LAMPS EA F28T5/841/WM/ECO 25170305 2850 138 GENERAL ELECTRIC LIGHTING U-SHAPE FLUOR 32W T8 6IN ECO, FLUORESCENT LAMPS EA F32T8SPX35U6/ECO 25168168 2799 139 GENERAL ELECTRIC LIGHTING HPS LUCALOX CLEAR LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU70/MED/ECO 88112268 2791 140 GENERAL ELECTRIC LIGHTING LED 18W T8 4FT GLASS TUBE 5000K, LED LAMPS AND SYSTEMS EA LED18ET8/G/4/850 25807388 2774 141 GENERAL ELECTRIC LIGHTING LFL ULTRASTART ELEC PROG/RAPID START, FLUORESCENT T8 ELECTRONIC BALLAST EA GE432-MVPS-N 25105731 2728 142 GENERAL ELECTRIC LIGHTING T8 U6 3500K ECO LAMP, FLUORESCENT LAMPS EA F32T8SP35/U6/ECO 22118500 2685 143 GENERAL ELECTRIC LIGHTING LED T8 4000K 18W (94382), LED LAMPS AND SYSTEMS EA LED21T8/4/840 25641474 2600 144 GENERAL ELECTRIC LIGHTING LED 18W GLASS TUBE T8 4000K 2200L 18W, LED LAMPS AND SYSTEMS EA LED18ET8/G/4/840 25806263 2598 145 GENERAL ELECTRIC LIGHTING LFL MV PROLINE ELEC INSTANT START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE332MAX-G-N 25247895 2595 146 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F26TBX/835/A/ECO 25082716 2504 147 GENERAL ELECTRIC LIGHTING CFL TRIPLE BIAX PLUG-IN T4, COMPACT FLUORESCENT LAMPS EA F32TBX/830/A/ECO 25082719 2464 148 GENERAL ELECTRIC LIGHTING LFL ULTRASTART ELEC PROG/RAPID START, FLUORESCENT T8 ELECTRONIC BALLAST EA GE332-MVPS-N 25111409 2336 149 GENERAL ELECTRIC LIGHTING MULTI - VAPOR, HIGH INTENSITY DISCHARGE LAMPS EA MVR1500/U/SPORTS 99565223 2169 150 GENERAL ELECTRIC LIGHTING HALOGEN PAR38 90W INDOOR FLOOD, HALOGEN LAMPS EA 90PARH1100FL25TP 25438098 2168 151 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV BALLAST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE432MAXP-L-ULTRA 25261362 2151 152 GENERAL ELECTRIC LIGHTING 68160 10W LED BR30 REFLECTOR LAMP, LED LAMPS AND SYSTEMS EA LED10DR303/827W 25481087 2146 153 GENERAL ELECTRIC LIGHTING LED 12W G24 900L 4000K HORIZONTAL, LED LAMPS AND SYSTEMS EA LED12G24Q-H/840 25698297 2106 154 GENERAL ELECTRIC LIGHTING U-SHAPE FLUOR 32W T8, FLUORESCENT LAMPS EA F32T8/SPX35/U6/2 25456286 2071 155 GENERAL ELECTRIC LIGHTING LFL MV PROLNE ELEC PROG/RAPD START BLLST, FLUORESCENT T12 ELECTRONIC BALLAST EA GE240PS-MV-N 25247901 2003 156 GENERAL ELECTRIC LIGHTING 10WATT R30 FLOOD, LED LAMPS AND SYSTEMS EA LED10DR303/830W 25477645 1989 157 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR70/U/MED 94058601 1986 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 158 GENERAL ELECTRIC LIGHTING 16953 CFL OTHER, COMPACT FLUORESCENT LAMPS EA F40/30BX/SPX30 88311233 1985 159 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 ECO 3500K 14W, FLUORESCENT LAMPS EA F14W/T5/835/ECO 25011842 1978 160 GENERAL ELECTRIC LIGHTING LED A21 75W REPLACEMENT 14W, LED LAMPS AND SYSTEMS EA LED14DA21/827W 25646113 1956 161 GENERAL ELECTRIC LIGHTING HPS LUCALOX 100W LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU100/MED/ECO 88112242 1899 162 GENERAL ELECTRIC LIGHTING HPS LUCALOX LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU150/MED/ECO 88112247 1870 163 GENERAL ELECTRIC LIGHTING LED 12W G24 900L 3500K HORIZONTAL, LED LAMPS AND SYSTEMS EA LED12G24Q-H/835 25698295 1827 164 GENERAL ELECTRIC LIGHTING LED 16W A21 E26 MED 2700K, LED LAMPS AND SYSTEMS EA LED16DA212/827 25763128 1779 165 GENERAL ELECTRIC LIGHTING B17 MET HAL LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR100/U/MED 89089085 1745 166 GENERAL ELECTRIC LIGHTING HPS LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU100/ECO/NC 99426257 1739 167 GENERAL ELECTRIC LIGHTING LFL ELEC HIGH EFF MV INSTANT START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE132MAXP-N-ULTRA 25187722 1735 168 GENERAL ELECTRIC LIGHTING FLUOR LAMP, FLUORESCENT LAMPS EA F28T8/SPX41/U6/ECO 25473000 1704 169 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM400ML5AA4-5 25163965 1666 170 GENERAL ELECTRIC LIGHTING LAMP FLUOR T5 HO ECO 4100K 24W, FLUORESCENT LAMPS EA F24W/T5/841/ECO 25012021 1580 171 GENERAL ELECTRIC LIGHTING LED T8 3400K 22-23KL DIM INTEG DRVR DLC, LED LAMPS AND SYSTEMS EA LED18ET8/4/835 25688451 1533 172 GENERAL ELECTRIC LIGHTING HID 1000W LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR1000/U/BT37 96011619 1528 173 GENERAL ELECTRIC LIGHTING CFL MV PROLN ELEC PRGRM/RAPD START BLLST, COMPACT FLUORESCENT BALLASTS EA GEC242-MVPS-3W-NEW 25481111 1487 174 GENERAL ELECTRIC LIGHTING LED T8 TUBE DRIVER 18W 2 LAMP (94385), LED LAMPS AND SYSTEMS EA LED21T8/DR/2L 25641477 1455 175 GENERAL ELECTRIC LIGHTING HPS LUCALOX 70W LOW MERC, HIGH INTENSITY DISCHARGE LAMPS EA LU70/H/ECO 25079086 1437 176 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MVR150/U/MED 92042162 1351 177 GENERAL ELECTRIC LIGHTING LED 7W 120V 2700K 80CRI, LED LIGHTING FIXTURES EA LED7DP203B827/35 25723308 1336 178 GENERAL ELECTRIC LIGHTING HPS LUCALOX E25 LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU1000/ECO 88112243 1289 179 GENERAL ELECTRIC LIGHTING LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR100/U/MED/O 96011656 1273 180 GENERAL ELECTRIC LIGHTING LIGHT EMITTING DIODE, LED LIGHTING FIXTURES EA LED12DA21/850FE 25702700 1267 181 GENERAL ELECTRIC LIGHTING HALOGEN PAR 38, HALOGEN LAMPS EA 67PAR/HIR+/FL25 25141141 1262 182 GENERAL ELECTRIC LIGHTING LED BRIGHT STIK 16W 2850K 2PK, LED LAMPS AND SYSTEMS EA LED16LS2/828 25807592 1245 183 GENERAL ELECTRIC LIGHTING FLR LAMP, FLUORESCENT LAMPS EA F96T12/CW/1500/0 88112024 1200 184 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM100MLTLA3D-5 99422055 1121 185 GENERAL ELECTRIC LIGHTING CFL ULTRASTART ELEC MV INSTANT START, COMPACT FLUORESCENT BALLASTS EA GEC240MAX-A 25256700 1101 186 GENERAL ELECTRIC LIGHTING HPS LUCALOX CLEAR LAMP, HIGH INTENSITY DISCHARGE LAMPS EA LU50/MED/ECO 88112261 1100 187 GENERAL ELECTRIC LIGHTING LED T8 5000K 22-23KL DIM INTEG DRVR DLC, LED LAMPS AND SYSTEMS EA LED18ET8/4/850 25688450 1099 188 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV BALLAST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE259MAXPN-ULTRA 22065427 1092 189 GENERAL ELECTRIC LIGHTING 73546 PARS AND HALOGEN, HALOGEN LAMPS EA 48PAR30L/HIR+/FL 25201068 1037 190 GENERAL ELECTRIC LIGHTING LFL MV PROLINE ELEC INSTANT START BLLST, FLUORESCENT T12 ELECTRONIC BALLAST EA GE260IS-MV-N 25247903 994 191 GENERAL ELECTRIC LIGHTING LED 12W G24 900L 4000K VERTICAL, LED LAMPS AND SYSTEMS EA LED12G24Q-V/840 25698296 992 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 192 GENERAL ELECTRIC LIGHTING LFL ULTRAMAX ELEC HIGH EFF MV IS BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE232MAXP-H-ULTRA 25275631 950 193 GENERAL ELECTRIC LIGHTING LED A21 LAMP 17W 27K, LED LAMPS AND SYSTEMS EA LED17DA21/827 25689053 931 194 GENERAL ELECTRIC LIGHTING LED BRIGHT STIK 16W 5000K 2PK, LED LAMPS AND SYSTEMS EA LED16LS2/850 25807593 926 195 GENERAL ELECTRIC LIGHTING HID REPLCEMNT KIT MAG HPS CORE/COIL BLST, LED POWER SUPPLIES/DRIVERS EA GES400ML5AA4-5 25399500 917 196 GENERAL ELECTRIC LIGHTING LFL ULTRASTRT ELEC PROG/RAPD START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE254MVPS90-A 25467264 910 197 GENERAL ELECTRIC LIGHTING LFL 2-28W T5 NBF UNV BALLAST, FLUORESCENT T5 ELECTRONIC BALLAST EA GE228MVPS-MC 25543125 837 198 GENERAL ELECTRIC LIGHTING 18W PAR38 LED FLOOD LAMP 3000K, LED LIGHTING FIXTURES EA LED18D38OW383040 25719965 828 199 GENERAL ELECTRIC LIGHTING LED BRIGHT STIK 9W 5000K 3PK, LED LAMPS AND SYSTEMS EA LED9LS3/850 25855763 814 200 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR70/U/MED 92116534 811 201 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM175MLTAA3-5 99422058 782 202 GENERAL ELECTRIC LIGHTING 100W CONSTANT COLOR HID LAMP, HIGH INTENSITY DISCHARGE LAMPS EA CMH100PAR38FLECO 99657136 757 203 GENERAL ELECTRIC LIGHTING LFL MV PROLINE ELEC INSTANT START BLLST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE259MAX-G-N 25247900 704 204 GENERAL ELECTRIC LIGHTING LINEAR FLUOR 4LMP T5 HIGH OUTPUT BALLAST, FLUORESCENT T5 ELECTRONIC BALLAST EA GE454MVPS90-E-S 25639066 688 205 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID ELECTRONIC BALLAST EA GEM175ML5AA3-5 25399502 665 206 GENERAL ELECTRIC LIGHTING HPS BALLAST KIT QUAD TAP 150W, HID MAGNETIC BALLAST EA GES150MLTLA3D-5 99422040 649 207 GENERAL ELECTRIC LIGHTING MULTI-VAPOR HID LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR150/U/MED/O 99703328 628 208 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR50/U/MED 93197867 624 209 GENERAL ELECTRIC LIGHTING CFL ULTRAMAX ELEC MV INSTANT START BLLST, COMPACT FLUORESCENT BALLASTS EA GEC340MAX-A 25259159 572 210 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM1000ML5AA5-5 99526605 558 211 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA MXR70/U/MED/O 95045522 537 212 GENERAL ELECTRIC LIGHTING MH LAMP, HIGH INTENSITY DISCHARGE LAMPS EA CMH70TU/830/G12 99504568 530 213 GENERAL ELECTRIC LIGHTING 150W METAL HALIDE LAMP, HIGH INTENSITY DISCHARGE LAMPS EA CMH150TU/830/G12 99970153 526 214 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM250ML5AC3-5 99526604 513 215 GENERAL ELECTRIC LIGHTING LFL ULTRASTRT ELEC PROG/RAPD START BLLST, FLUORESCENT T5 ELECTRONIC BALLAST EA GE254MVPS-D-1 25688293 510 216 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM150MLTLC3D-5 99429434 467 217 GENERAL ELECTRIC LIGHTING MV PROLINE ELEC T8 HO FLUOR LAMP BALLAST, FLUORESCENT T8 ELECTRONIC BALLAST EA GE286MAX-HO-N 25403951 445 218 GENERAL ELECTRIC LIGHTING HID REPLCEMNT KIT MAG HPS CORE/COIL BLST, HID MAGNETIC BALLAST EA GES400MLTAA4-5 99422046 444 219 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG MH CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM70MLTLA3D-5 99422053 443 220 GENERAL ELECTRIC LIGHTING HID REPLCEMNT KIT MAG HPS CORE/COIL BLST, HID MAGNETIC BALLAST EA GES70MLTLA3D-5 99422037 409 221 GENERAL ELECTRIC LIGHTING HID BALLAST KIT HPS 5-TAP 250W, HID MAGNETIC BALLAST EA GES250ML5AA4-5 99526606 390 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 222 GENERAL ELECTRIC LIGHTING HID REPLACEMENT MAG HPS CORE/COIL BLLST, HID MAGNETIC BALLAST EA GES100MLTLA3D-5 99422038 346 223 GENERAL ELECTRIC LIGHTING NARROW FLOOD 40 BEAM SILVER PAR38 26W, LED LAMPS AND SYSTEMS EA LED26DP38S840/40 25477639 345 224 GENERAL ELECTRIC LIGHTING LINEAR FLUOR ELEC T5 4-LAMP BALLAST, FLUORESCENT T5 ELECTRONIC BALLAST EA GE454MVPS90-F 25511000 337 225 GENERAL ELECTRIC LIGHTING MVR750/VBU/PA200, HIGH INTENSITY DISCHARGE LAMPS EA MVR750/VBU/PA 99527713 305 226 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM400MLTAA4-5 25172301 286 227 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GES1000ML5AA5-5 99526608 280 228 GENERAL ELECTRIC LIGHTING NARROW FLOOD 40 BEAM SILVER PAR38 26W, LED LAMPS AND SYSTEMS EA LED26DP38S830/40 25477638 267 229 GENERAL ELECTRIC LIGHTING LED ED37 165W EX39 BASE HID REPLACEMENT, LED LAMPS AND SYSTEMS EA LED165/M400/740 25720311 204 230 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM150048TAC5-5 99426644 194 231 GENERAL ELECTRIC LIGHTING HID REPLACEMENT KIT MAG CORE/COIL BLLST, HID MAGNETIC BALLAST EA GEM1500MLTAC5-5 99426661 177 232 GENERAL ELECTRIC LIGHTING CONTROLS RELAY, LIGHTING - LOW VOLTAGE SWITCHING EA RR9P 93173297 774 233 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-WHT-500S 88284548 981500 234 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-GRN-500S 88284562 906000 235 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-BLK-500S 88284568 829000 236 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-RED-500S 88284552 588000 237 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-BLU-500S 88284566 438000 238 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-GRN-500S 88284538 383000 239 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-BLK-500S 88284544 342000 240 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-WHT-500S 88284526 325500 241 GENERIC VENDOR METAL CLAD CABLE, ARMORED CABLE M MC ALUM 12/2 250FT COIL 88321210 297000 242 GENERIC VENDOR THHN/THWN-2 SOL 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-SOL-WHT-500S 88284618 276500 243 GENERIC VENDOR THHN/THWN-2 SOL 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-SOL-GRN-500S 88284232 229500 244 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-RED-500S 88284528 216500 245 GENERIC VENDOR THHN/THWN-2 SOL 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-SOL-BLK-500S 88284225 183500 246 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-6-STR-BLK-500S 88284514 149175 247 GENERIC VENDOR BARE CU, BARE COPPER WIRE M BARE-CU-SD-6-SOL-315S 88283891 148033 248 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-YEL-500S 88284546 148000 249 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-12-STR-ORN-500S 88284558 146000 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 250 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-BLU-500S 88284542 142000 251 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-8-STR-BLK-500R 88284522 133335 252 GENERIC VENDOR 600V CU, NON-METALLIC "ROMEX" & UF CABLE M NM-WG-14-2-1000R 88297609 128000 253 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-8-STR-BLK-1000R 89039878 105000 254 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-10-STR-BRN-500S 88284540 95500 255 GENERIC VENDOR METAL CLAD CABLE, ARMORED CABLE M MC ALUM 12/2-STR 250FT COIL 92041388 91000 256 GENERIC VENDOR METAL CLAD CABLE, ARMORED CABLE M MC ALUM 12/3 250FT COIL 88321215 83750 257 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-6-STR-BLK-CUT REEL 22061694 79197 258 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-2-STR-BLK-CUT REEL 22061504 75430 259 GENERIC VENDOR METAL CLAD CABLE, ARMORED CABLE M MC ALUM 12/2 1000FT REEL 90041479 65260 260 GENERIC VENDOR 600V CU, NON-METALLIC "ROMEX" & UF CABLE M NM-WG-14-3-1000R 88321335 60000 261 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-6-STR-GRN-500S 88284512 43170 262 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-3/0-STR-BLK-CUT REEL 22061513 39007 263 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-6-STR-GRN-CUT REEL 22061562 38380 264 GENERIC VENDOR 2 ACSR TRIPLEX SD, COVERED CONDUCTER M CONCH PE 1800FT REEL 88302859 37298 265 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-3-STR-BLK-CUT REEL 22061511 36621 266 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-4-STR-BLK-CUT REEL 22061543 33885 267 GENERIC VENDOR 600V CU, XLP USE RHH RHW COPPER WIRE M XLP-USE-6-STR-BLK-CUT REEL 22063034 32924 268 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-4-STR-BLK-500R 88284508 29500 269 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-1/0-STR-BLK-CUT REEL 22061492 26574 270 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-1-STR-BLK-CUT REEL 22061497 26238 271 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-4/0-STR-BLK-CUT REEL 22061522 23784 272 GENERIC VENDOR THHN/THWN-2 19 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-2/0-STR-BLK-CUT REEL 22061499 19111 273 GENERIC VENDOR 1/0-2 TRIPLEX UD 600V, SECONDARY/UD-600V M BRENAU YES 1000FT REEL 88302952 18506 274 GENERIC VENDOR THHN/THWN-2 37 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-350MCM-BLK-CUT REEL 22061520 18154 275 GENERIC VENDOR METAL CLAD CABLE, ARMORED CABLE M MC ALUM 12/3-STR 250FTCOIL 92041389 17750 276 GENERIC VENDOR MC ALUMINUM CABLE, ARMORED CABLE M MC ALUM 10/3 250FT COIL 89000607 14000 277 GENERIC VENDOR THHN/THWN-2 61 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-600MCM-BLK-CUT REEL 22061549 12369 278 GENERIC VENDOR THHN/THWN-2 37 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-500MCM-BLK-CUT REEL 22080895 11656 279 GENERIC VENDOR BARE CU, BARE COPPER WIRE M BARE-CU-SD-4/0-19STR-CUT REEL 22063080 10600 280 GENERIC VENDOR THHN/THWN-2 61 STR 600V 90DEG CU, THHN BUILDING WIRE EA THHN-600MCM-BLK-CUT REEL 22061549 7500 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 281 GENERIC VENDOR THHN/THWN-2 37 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-250MCM-BLK-CUT REEL 22061502 6834 282 GENERIC VENDOR THHN/THWN-2 61 STR 600V 90DEG CU, THHN BUILDING WIRE M THHN-750MCM-BLK-CUT REEL 22061570 2970 283 GENERIC VENDOR STEEL THINWALL CONDUIT, 10 FT LENGTH, 10/CS, EMT CONDUIT CS 1/2-EMT 88272937 357280 284 GENERIC VENDOR STEEL THINWALL CONDUIT, LENGTH 10 FT, 10/CS, EMT CONDUIT CS 3/4-EMT 88272942 294465 285 GENERIC VENDOR STEEL THINWALL CONDUIT, 10 FT LENGTH, 10/CS, EMT CONDUIT CS 1-EMT 88272936 57270 286 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 3/4-GALV 88272905 32080 287 GENERIC VENDOR STEEL THINWALL CONDUIT, 10 FT LENGTH, 10/CS, EMT CONDUIT CS 2-EMT 88272939 14530 288 GENERIC VENDOR STEEL THINWALL CONDUIT, 10 FT LENGTH, 10/CS, EMT CONDUIT CS 1-1/4-EMT 88272935 12970 289 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 1-GALV 88272872 11250 290 GENERIC VENDOR STEEL THINWALL CONDUIT, 10 FT LENGTH, 10/CS, EMT CONDUIT CS 1-1/2-EMT 88272934 10760 291 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 1/2-GALV 88272874 10750 292 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 2-GALV 88272878 4880 293 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 1-1/2-GALV 88272868 3550 294 GENERIC VENDOR ALUM RIGID CONDUIT, 10 FT LENGTH, 10/CS, ALUMINUM CONDUIT CS 4-ALUM 88272927 3150 295 GENERIC VENDOR RIGID CONDUIT, 10 FT LENGTH, 10/CS, GALVANIZED CONDUIT CS 4-GALV 88272907 1550 296 GENERIC VENDOR 20FT RIDGID CONDUIT, ELBOWS, COUPLINGS AND NIPPLES EA 4-GALV-20 25105725 1000 297 GENERIC VENDOR 90 DEGREE C 600V, PORTABLE CORDS M SOOW-12-3-BLK-CUT REEL 22063697 19941 298 GENERIC VENDOR 90 DEGREE C 600V, PORTABLE CORDS M SOOW-6-4-BLK-CUT REEL 22061486 6367 299 GENERIC VENDOR 600V 30 AWG 2014STR WELDING, WELDING, LOCOMOTIVE CABLE M WELDING-4/0-BLK-CUT REEL 22064492 4735 300 GENERIC VENDOR LOOP LEAD IN SHL, TRAFFIC SIGNAL CABLES M 14-2CS-LLI-CUT REEL 22108374 42099 301 GENERIC VENDOR TRAFFIC SIG CABLE, TRAFFIC SIGNAL CABLES M 14-12C-TSC-CUT REEL 25264111 12507 302 GREENLEE TEXTRON, INC. OMNIMARKER TELEPHONE - 163, TRAILERS, TRENCHERS, & CABLE PLOWS EA 0163-0001-1 22066703 3072 303 GREENLEE TEXTRON, INC. TWINESPIRAL WRAP 1 PLY/GRAYBAR BUCKET, PULLING LINE & ROPES EA 430G 98333670 732 304 GREENLEE TEXTRON, INC. PROFESSIONAL TONE AND PROBE TRACING KIT, COMMUNICATION TOOLS & ACCESSORIES EA 701K-G 25293639 170 305 GREENLEE TEXTRON, INC.INDICATOR-VOLTAGE, TEST AND MEASUREMENT EA 2010 88311861 147 306 HUBBELL LENOIR CITY INC BOX OB 12X12X12, HAND-HOLES,BOX ASSEMBLIES,ENCLOSURES,CABINTS EA PC1212BA12 89005028 275 307 HUBBELL LENOIR CITY INC BOX W/NO BASE 12-IN, HAND-HOLES,BOX ASSEMBLIES,ENCLOSURES,CABINTS EA PG1118BA12 93150215 128 308 HUBBELL LENOIR CITY INC BOX OB 13X24X12 NO.5, HAND-HOLES,BOX ASSEMBLIES,ENCLOSURES,CABINTS EA PG1324BA12 89005016 113 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 309 HUBBELL LENOIR CITY INC STK BOX OB 13X24X18, HAND-HOLES,BOX ASSEMBLIES,ENCLOSURES,CABINTS EA PG1324BA18 89005017 106 310 HUBBELL LENOIR CITY INC BOX OB 24X36X24, HAND-HOLES,BOX ASSEMBLIES,ENCLOSURES,CABINTS EA PG2436BA24 89004988 100 311 HUBBELL LIGHTING 4V TWIN HEAD EMERG LITE, INCANDESCENT LIGHTING FIXTURES EA EZ-2 88084337 810 312 HUBBELL POWER SYSTEMS 30-IN CABLE RACK, MISC EA C2031126 88056579 5654 313 HUBBELL POWER SYSTEMS 100A CUTOUT, CUTOUTS EA C710213PB 88056876 300 314 HUBBELL WIRING DEVICES PLUG 15A 125V 5-15P B/W, STRAIGHT BLADE PLUGS AND CONNECTORS EA HBL5266C 95005504 7138 315 HUBBELL WIRING DEVICES 20A COM SELF TEST GFR IVORY, GFCI ELECTRICAL RECEPTACLES EA GFRST20I 25712101 4694 316 HUBBELL WIRING DEVICES CONN 20A 125V 5-20R B/W, STRAIGHT BLADE PLUGS AND CONNECTORS EA HBL5369C 95005496 2627 317 HUBBELL WIRING DEVICES 20A COM SELF TEST TRWR GFR IVORY, GFCI ELECTRICAL RECEPTACLES EA GFTWRST20I 25711945 2386 318 HUBBELL WIRING DEVICES CONN 15A 125V 5-15R B/W, STRAIGHT BLADE PLUGS AND CONNECTORS EA HBL5269C 95005502 2356 319 HUBBELL WIRING DEVICES 20A COM SELF TEST GFR WHITE, GFCI ELECTRICAL RECEPTACLES EA GFRST20W 25712105 2055 320 HUBBELL WIRING DEVICES PLUG 20A 125V 5-20P B/W, STRAIGHT BLADE PLUGS AND CONNECTORS EA HBL5366C 95005498 1669 321 HUBBELL WIRING DEVICES 20 AMP USB/TAMP RESIST RECEPTACLE WHITE, ELECTRICAL RECEPTACLES - INCLUDES USB EA USB20X2W 25500645 1291 322 HUBBELL WIRING DEVICES 20A COM SELF TEST GFR BROWN, GFCI ELECTRICAL RECEPTACLES EA GFRST20 25712102 884 323 HUBBELL WIRING DEVICES 20A COM SELF TEST GFR GRAY, GFCI ELECTRICAL RECEPTACLES EA GFRST20GY 25712100 878 324 HUBBELL WIRING DEVICES DUP RCPT HG 20A 125V 5-20R IV, ELECTRICAL RECEPTACLES - INCLUDES USB EA HBL8300I 88127754 630 325 HUBBELL WIRING DEVICES F-BOX CVR RECT DUP FLAP BRS, FLOOR BOXES-STEEL & CAST, AND FITTINGS EA S3825 88128993 236 326 HUBBELL WIRING DEVICES 3 SERVICE FB COVER GY, FLOOR BOXES-STEEL & CAST, AND FITTINGS EA 3SFBCGYA 22070276 221 327 IDEAL INDUSTRIES INC WIRENUT 72B BLUE 100PC/BX, TWIST ON WIRE CONNECTORS M 30-072 88134892 253716 328 IDEAL INDUSTRIES INC WIRENUT 73B ORAN 100PC/BX, TWIST ON WIRE CONNECTORS M 30-073 88134893 238800 329 IDEAL INDUSTRIES INC BALLAST DISCONNECT, 75/PK, MISC FITTINGS PK 30-382J 25108387 28124 330 IDEAL INDUSTRIES INC WP CONN KIT, MISC FITTINGS EA 65U 89034696 660 331 ILSCO CORP AL MEC (4) 350-10 W INS UL CSA, LIQUIDTIGHT FITTINGS NON- METALLIC EA PED4-350SS-DB 22067760 232 332 INTERMATIC INC ELECTRONIC PHOTO CONTROL 120-277V, LIGHITNG CONTROLS - PHOTO EA ELC4536 25647518 2451 333 INTERMATIC INC 120V 50/60HZ 1800W INTIN SWIVEL MOUNT, LIGHITNG CONTROLS - PHOTO EA K4221C 88314052 1830 334 INTERMATIC INC 120V 50/60 HZ 1800W INTIN FIXED, LIGHITNG CONTROLS - PHOTO EA K4021C 88318521 1782 335 INTERMATIC INC NEMA 1 - 125 V SPST, RELAYS & TIMERS EA T101 88138684 159 336 LEVITON MANUFACTURING COMPANY, INC 20A SLIM GFCI W/WP, GFCI ELECTRICAL RECEPTACLES EA GFNT2-I 25718283 3034 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 337 LEVITON MANUFACTURING COMPANY, INC 20A SLIM GFCI W/WP, GFCI ELECTRICAL RECEPTACLES EA GFNT2-W 25718284 1827 338 LEVITON MANUFACTURING COMPANY, INC 20A STANDADR PWR PK, LIGHTING CONTROLS - MOTION SENSORS EA OPP20-D1 25567655 533 339 LEVITON MANUFACTURING COMPANY, INC DECORA OCCUPNCY SENSR WHT, LIGHTING CONTROLS - MOTION SENSORS EA ODS10-IDW 99554488 272 340 LEVITON MANUFACTURING COMPANY, INC MED GRADE 20A SURGE 6 OUTLET 7FT CORD, GROUND FAULT AND TEMP POWER DEVICES EA 5306M-2S7 25541757 270 341 LEVITON MANUFACTURING COMPANY, INC 1200VA 120/277 V AC 60HZ SP&3WAY DIMMER, LIGHTING CONTROLS - DIMMERS EA IP710-LFZ 25619440 213 342 LEVITON MANUFACTURING COMPANY, INC OCC CLNG 2000SF MULTI, LIGHTING CONTROLS - MOTION SENSORS EA OSC20-M0W 25026289 167 343 LEVITON MANUFACTURING COMPANY, INC OCC SENS 360D 1000 SQ FT, LIGHTING CONTROLS - MOTION SENSORS EA OSC10-M0W 25051540 134 344 LITHONIA LIGHTING LED EMERGENCY LIGHTING UNIT, LED LIGHTING FIXTURES EA EU2 LED M12 25414724 3864 345 LITHONIA LIGHTING 6V LED EMERG LITE UNIT DAMP LOC, LED LIGHTING FIXTURES EA ELM2 LED M12 25360645 3433 346 LITHONIA LIGHTING LED EXIT SIGN, LED LIGHTING FIXTURES EA EXR LED EL M6 25414726 2169 347 LITHONIA LIGHTING LED EMERGENCY EXIT/UNIT COMBO, LED LIGHTING FIXTURES EA ECR LED M6 25414725 1390 348 LITHONIA LIGHTING EXIT LIGHT, LED LIGHTING FIXTURES EA LQM S W 3 R 120/277 EL N M6 96064061 1035 349 LITHONIA LIGHTING EMERGENCY BATTERY PACK, EMERGENCY POWER BACKUP EA EI500 M12 25194568 785 350 LITHONIA LIGHTING CEILING MOUNT SENSOR, LIGHTING CONTROLS - MOTION SENSORS EA CM 9 98407598 545 351 LITHONIA LIGHTING EXIT LIGHT, LED LIGHTING FIXTURES EA LQM S W 3 G 120/277 EL N M6 96066386 260 352 LITHONIA LIGHTING 12V 54W EMERG LIGHT UNIT, HID LIGHTING FIXTURES EA ELM1254 22128135 211 353 LITHONIA LIGHTING LED EXIT/EMERG 2HEAD RED LTTRS W/BATTERY, LED LIGHTING FIXTURES EA LHQM LED R M6 25413879 176 354 LUTRON ELECTRONICS CO ECOSYSTEM BALLAST-3W/DALI, FLUORESCENT T8 ELECTRONIC BALLAST EA EC3DT4MWKU1S 25370708 323 355 LUTRON ELECTRONICS CO POWPAK DIM MODULE W/0-10V CONTROL, LIGHTING CONTROLS - DIMMERS EA RMJ-5T-DV-B 25631080 304 356 LUTRON ELECTRONICS CO HI-LUME 3D T8 32W 2 LAMP, FLUORESCENT DIMMING BALLAST EA H3DT832GU210 25370804 288 357 LUTRON ELECTRONICS CO 32 WATT FLOURESCENT DIMMING BALLAST, FLUORESCENT DIMMING BALLAST EA H3DT832GU310 25293445 261 358 LUTRON ELECTRONICS CO ECOSYSTEM BALLAST-3W/DALI, FLUORESCENT DIMMING BALLAST EA EC3DT4MWKU2S 25369624 231 359 LUTRON ELECTRONICS CO SINGLE POLE/3-WAY BOXED PCKGNG - WHT, LIGHTING CONTROLS - DIMMERS EA DVSTV-WH 25677040 205 360 LUTRON ELECTRONICS CO ECOSYSTEM T8 LINEAR & U-BENT 10% DIMMING, FLOURESCENT LIGHTING FIXTURES EA EC5T832GUNV3L 25220385 169 361 LUTRON ELECTRONICS CO T5 HO LAMP BALLAST, FLUORESCENT DIMMING BALLAST EA H3DT554CU210 25421439 142 362 MILBANK MANUFACTURING CO 4 TERM RINGLESS SML CLS PLT 1-200A MB, METERING, OTHER EA U5987-XL-200 25795106 794 363 NSI INDUSTRIES 105-285V 1000W INSTANT RESPONSE TURNLOCK, SIGNALING EQUIPMENT & SMOKE ALARMS EA 2007A 88271969 1094 364 NSI INDUSTRIES MULTIVOLT 365 DAY ASTRO SUPERCAP 2 CH. 2, NOT IN USE EA DZS200BP 25097694 153 365 PANDUIT CORP LOCKING TIE BLK 7.4IN, 100/PK, WIRING ACCESSORIES & CABLE TIES PK PLT2S-C0 88199644 117600 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 366 PANDUIT CORP LOCKING TIE BLK 11.5IN BULK PKG, WIRING ACCESSORIES & CABLE TIES M PLT3S-M0 88199678 76000 367 PANDUIT CORP LASHING TIE BLK 20.1IN BULK PKG, WIRING ACCESSORIES & CABLE TIES EA PLT5EH-C0 88199708 64400 368 PANDUIT CORP LOCKING TIE BLK 14.5IN, 50/PK, WIRING ACCESSORIES & CABLE TIES PK PLT4H-L0 88199689 56500 369 PANDUIT CORP LATCH DUCT INT WHT 8FT P/FT, PLASTIC RACEWAY AND FITTINGS EA LD10IW8-A 97112737 17312 370 PANDUIT CORP LATCH DUCT ELECT IVY 6FTP/FT, PLASTIC RACEWAY AND FITTINGS EA LD10EI6-A 88285345 13530 371 PANDUIT CORP LATCH DUCT ELECT IVY 6FTP/FT, PLASTIC RACEWAY AND FITTINGS EA LD5EI6-A 88285344 13470 372 PANDUIT CORP LATCH DUCT WHT 6FT P/FT, PLASTIC RACEWAY AND FITTINGS EA LD10WH6-A 88198226 10566 373 PANDUIT CORP WHT LATCH DUCT P/FT, PLASTIC RACEWAY AND FITTINGS EA LD10WH10-A 98318344 6120 374 PANDUIT CORP VELCRO CABLE TIE 75 FT BLACK, WIRING ACCESSORIES & CABLE TIES EA HLS-75R0 98402846 663 375 PHILIPS LIGHTING ELECTRONICS ELE BALLAST (2) F32T8 120-277V, FLUORESCENT T8 ELECTRONIC BALLAST EA ICN2P32N35I 25192337 3948 376 PHILIPS LIGHTING ELECTRONICS ELE BAL (2) 26W CFL (4-PIN) 120-277V KIT, COMPACT FLUORESCENT BALLASTS EA ICF2S26H1LDK 22056964 2079 377 PHILIPS LIGHTING ELECTRONICS ELE BALLAST (4) F32T8 120-277V, FLUORESCENT T8 ELECTRONIC BALLAST EA ICN4P32N35I 25399281 1979 378 PHILIPS LIGHTING ELECTRONICS ELE BALLAST (3) F32T8 120-277V, FLUORESCENT T8 ELECTRONIC BALLAST EA ICN3P32N35I 25393044 1008 379 PHILIPS LIGHTING ELECTRONICS ELE MH BAL 100W M140 120-277V 50/60HZ, HID ELECTRONIC BALLAST EA IMH100DBLSM 25182875 285 380 PHILIPS LIGHTING ELECTRONICS HPS BAL 400W S51 480V/120T KIT, HID KITS EA 71A8443001D 89034755 169 381 PHOENIX CONTACT UDK 4, TERMINAL BLOCKS & ACCESSORIES EA 2775016 99536156 3449 382 PREFORMED LINE PRODS DROP TERMINATION CLOSURE, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA COYDTC-001 25319831 760 383 QUIKTRON, INC. 10FT CAT5E 350MHZ BTD PATCH CBL GRY, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 570-100-010 22085703 10000 384 QUIKTRON, INC. 5 FT BLUE CAT 6 UIHC LABEL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 540-110-005PUI 25447516 9350 385 QUIKTRON, INC. 2M LC-SC DPLX 9/125 FIBER CBL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 810-L47-006 22085464 4612 386 QUIKTRON, INC. 7FT BLUE UIHC CAT6, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 540-110-007PUI 25450871 3150 387 QUIKTRON, INC. 2M LC-LC DPLX 9/125 FIBER CBL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 810-LL7-006 22085474 2918 388 QUIKTRON, INC. 2M LC-LC DPLX 50/125 LOMMF FIBER CBL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 852-LL2-006 25105058 2165 389 QUIKTRON, INC. 3M LC-LC DPLX 50/125 LOMMF FIBER CBL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 852-LL2-009 25105059 1886 390 QUIKTRON, INC. 1M LC-LC DPLX 50/125 LOMMF FIBER CBL, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 852-LL2-003 25105204 1814 391 QUIKTRON, INC. RR SGL GANG HD15 3.5MM RCA A/V 4 WHT WP, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 2212-60030-001 25439816 405 392 QUIKTRON, INC. 50FT RR MULTI FORMAT RUN CBL CMG RATED, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 2212-60005-050 25439810 369 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 393 QUIKTRON, INC. 35FT RR MULTI FORMAT RUN CBL CMG RATED, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 2212-60004-035 25439809 247 394 RAB LIGHTING INC LED DOORWAY LIGHT, LED LIGHTING FIXTURES EA ENTRA12 25591335 239 395 RAB LIGHTING INC LED DOORWAY LIGHT, LED LIGHTING FIXTURES EA ENTRA12/PC 25591341 196 396 RAB LIGHTING INC LED 4FT 36W VAPORITE 5000K 120-277V WHT, LED LIGHTING FIXTURES EA SHARK4-36W/D10 25804296 192 397 RAB LIGHTING INC LED WALL PACK 37W COOL 5000K BRNZ, LED LIGHTING FIXTURES EA WP2LED37 25723319 178 398 RAB LIGHTING INC 18W LED FLOOD 5100K COOL BRONZE, LED LIGHTING FIXTURES EA FFLED18 25400754 175 399 RAB LIGHTING INC LED WALL PACK 30W COOL 5000K BRNZ, LED LIGHTING FIXTURES EA WP1LED30 25723320 127 400 RAB LIGHTING INC 78W LED HIGH BAY, LED LIGHTING FIXTURES EA BAYLED78W 25500792 114 401 RAB LIGHTING INC 150 WATT LED FLOOD WITH TRUNION MOUNT, LED LIGHTING FIXTURES EA FXLED150T 25638514 110 402 RAB LIGHTING INC LED WALL PACK 55W 5000K BRONZE, LED LIGHTING FIXTURES EA WP3LED55 25723317 110 403 RAB LIGHTING INC LED LINEAR 4FT VAPOR TIGHT WASHDOWN 50W, LED LIGHTING FIXTURES EA SHARK4-50W/D10 25793975 105 404 RAYOVAC CORPORATION ALKALINE AAA BATTERY, 8/PK, FLASHLIGHTS, BATTERIES, & ACCESSORIES PK ALAAA-8J 88219680 76578 405 RAYOVAC CORPORATION ALKALINE AA BATTERY INDIVIDUAL, 8/EA, FLASHLIGHTS, BATTERIES, & ACCESSORIES EA ALAA-8J 88219679 144360 406 RAYOVAC CORPORATION ALKALINE D BATTERY INDIVIDUAL, FLASHLIGHTS, BATTERIES, & ACCESSORIES EA ALD-6J 88219682 36736 407 RAYOVAC CORPORATION ALKALINE C BATTERY INDIVIDUAL, FLASHLIGHTS, BATTERIES, & ACCESSORIES EA ALC-6J 88219681 24825 408 RAYOVAC CORPORATION ALKALINE 9V BATTERY INDIVIDUAL, FLASHLIGHTS, BATTERIES, & ACCESSORIES EA AL9V-6J 88219678 23453 409 RAYOVAC CORPORATION ALKALINE AA BATTERY RECLOSABLE 24PK, FLASHLIGHTS, BATTERIES, & ACCESSORIES EA ALAA-24PPJ 99563170 2260 410 SCHNEIDER ELECTRIC USA INC CB 120/240V 20A/1P, QO MINIATURE CIRCUIT BRKRS EA QO120 88242626 5100 411 SCHNEIDER ELECTRIC USA INC CB 120/240V 20A/1P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB120 88243046 3854 412 SCHNEIDER ELECTRIC USA INC 30MM CONTACT BLOCK 1N/O 1N/C, PUSH BUTTONS, PILOT LIGHTS & SELECTOR SWITCHES EA 9001KA1 88247319 837 413 SCHNEIDER ELECTRIC USA INC CB 120/240V 30A/2P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB230 88243093 667 414 SCHNEIDER ELECTRIC USA INC CB 120/240V 30A/2P, QO MINIATURE CIRCUIT BRKRS EA QO230 88242794 627 415 SCHNEIDER ELECTRIC USA INC CB 120/240V 20A/2P, QO MINIATURE CIRCUIT BRKRS EA QO220 88242778 597 416 SCHNEIDER ELECTRIC USA INC CB 120/240V 20A/2P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB220 88243083 596 417 SCHNEIDER ELECTRIC USA INC RELAY 2CO CYL PIN 10A 240V 120VAC COIL L, RELAYS & TIMERS EA 8501KPR12P14V20 25668495 564 418 SCHNEIDER ELECTRIC USA INC CB 120/240V 2X20A/1P TANDEM, QO MINIATURE CIRCUIT BRKRS EA QO2020 88242745 406 419 SCHNEIDER ELECTRIC USA INC CB 120/240V 20A/1P GFI, QO MINIATURE CIRCUIT BRKRS EA QO120GFI 88242629 347 420 SCHNEIDER ELECTRIC USA INC MINIATURE CIRCUIT BREAKER 120/240V 20A, QO MINIATURE CIRCUIT BRKRS EA QO220CAFI 25652403 304 421 SCHNEIDER ELECTRIC USA INC MINIATURE CIRCUIT BREAKER 120V 20A, MOLDED CASE CIRCUIT BREAKERS EA QOB120GFI 88243050 288 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 422 SCHNEIDER ELECTRIC USA INC CB 240V 30A/3P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB330 88243123 282 423 SCHNEIDER ELECTRIC USA INC CB 240V 20A/3P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB320 88243117 273 424 SCHNEIDER ELECTRIC USA INC PROXIMITY SENSOR 30MM AC/DC XS6, SENSORS EA XS630B1MAU20 22101504 261 425 SCHNEIDER ELECTRIC USA INC INDUCTIVE SENSOR 264VAC 200MA XS, SENSORS EA XS2M30MA250K 95039861 250 426 SCHNEIDER ELECTRIC USA INC METER MAIN RINGLESS OH/UG 200A, QO 1-PHASE LOAD CENTERSRS EA QC816F200C 97124415 241 427 SCHNEIDER ELECTRIC USA INC CONTACTOR+STARTER CONTACT KIT 600VAC 1A, CONTACTORS AND STARTERS EA 9998SL3 88250697 240 428 SCHNEIDER ELECTRIC USA INC CONTACTOR+STARTER CONTACT KIT 600VAC 60A, CONTACTORS AND STARTERS EA 9998SL4 88250698 233 429 SCHNEIDER ELECTRIC USA INC LOAD CENTER 3PH SECONDARY SURGE ARRESTOR, SURGE PROTECTIVE DEVICES EA SDSA3650 93145021 223 430 SCHNEIDER ELECTRIC USA INC STARTER 600VAC 27AMP NEMA +OPTIONS, CONTACTORS AND STARTERS EA 8536SCO3V02S 88245458 195 431 SCHNEIDER ELECTRIC USA INC CB 240V 100A/3P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB3100 88243113 172 432 SCHNEIDER ELECTRIC USA INC TOUCH PANEL SCREEN 5.7 COLOR, NOT IN USE EA HMISTU855 25323309 158 433 SCHNEIDER ELECTRIC USA INC CB 240V 50A/3P BOLT ON, MOLDED CASE CIRCUIT BREAKERS EA QOB350 88243133 146 434 SCHNEIDER ELECTRIC USA INC CONTACTOR+STARTER CONTACT KIT 600VAC 3A, CONTACTORS AND STARTERS EA 9998SL7 88250700 125 435 SCHNEIDER ELECTRIC USA INC ANA 8 U/I IN ISOLATED FAST, PLCS AND INDUSTRIAL PCS EA BMXAMI0810 25281220 120 436 SCHNEIDER ELECTRIC USA INC RELAY 600VAC 10AMP NEMA +OPTIONS, RELAYS & TIMERS EA 8501XDO40V62Y414 92114965 120 437 SCHNEIDER ELECTRIC USA INC STARTER 600VAC 45AMP NEMA +OPTIONS, CONTACTORS AND STARTERS EA 8536SDO1V02S 88245523 119 438 SCHNEIDER ELECTRIC USA INC SWITCH FUSIBLE GD 240V 100A 2P NEMA3R, GENERAL DUTY SAFETY SWITCHES EA D223NRB 88239372 108 439 SCHNEIDER ELECTRIC USA INC RELAY 600VAC 10AMP NEMA +OPTIONS, RELAYS & TIMERS EA 8501XDO80V62 88244943 100 440 THOMAS & BETTS CORP - ELECTRICAL 3/4 GRAY PVC COATED CONDUIT STL RGD, 10FT/LENGTH, COATED CONDUIT EA COND3/4-G 90002103 5090 441 THOMAS & BETTS CORP - ELECTRICAL KD C7554ATP, OTHER CHANNEL FITTINGS EA C755 4ATP 25050683 5000 442 THOMAS & BETTS CORP - ELECTRICAL 10FT 12GA 304 SS HALF SLT CHNL, CHANNEL-METALLIC EA A1200HS 10SS 91012003 961 443 THOMAS & BETTS CORP - ELECTRICAL SUPER STRUT STAINLESS STEEL CHAN, 10 FT/LENGTH, CHANNEL- METALLIC EA B1400HS 10SS 91016678 741 444 VEOLIA ES TECHNICAL SOLUTIONS, LLC 4FT LRG RECYCLE BOX FOR 68 T12 OR 146 T8, HARNESSES, CARABINERS, BELTS, AND ACCESSORIES EA SUPPLY-065 22082951 180 445 WATTSTOPPER 24V CNTR MNT 360 LGT LEVL ISOLATED RELAY, LIGHTING CONTROLS - MOTION SENSORS EA DT-300 25026923 176 446 WATTSTOPPER 24 VDC BLT-IN-LGHT LV SEN, LIGHTING CONTROLS - MOTION SENSORS EA DT-200 97221390 134 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Appendix A-2 - Market Basket Pricing for Data Communications & Security Items for RFP EV2370 Proposer Name: Authorized Signature: INSTRUCTIONS 1)Provide a price quote for each item listed below based on your discounts offered in Exhibit B (Discount by Category). This is not a core list. 2)Manufacturer discounts listed here must be the same discounts listed in Appendix B - NO EXCEPTIONS. 3)Along with the pricing information, state the manufacturer offered, model number, price list and number used, and the price list page on which the item can be found. 4)Bidders must offer prices from a current published manufacturer's price list or catalog price list. 5)Any items that are "NO BID" will result in a pro-rated point deduction in the cost evaluation. Bidders should bid on as many items as possible. ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 1 3M CO. - ELECTRICAL MARKETS DIV. SMALL FIBER OPTIC SPLICECASE, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 2178-S 97127663 296 2 3M CO. - ELECTRICAL MARKETS DIV. CONNECTOR ST SM HOT MELTYELLOW BOOT, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 8100-YS 96002334 2559 3 AFL TELECOMMUNICATIONS LLC FUSECONNECT SC APC SM 900UM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA FUSE-SC9SMA-6 25619505 397 4 AFL TELECOMMUNICATIONS LLC ADSS MINISPAN535 48 FIBERS SINGLE MODE, SINGLEMODE ADSS & OPGW EA AE0489C820EA7 25281055 14112 5 AFL TELECOMMUNICATIONS LLC 36SM MINI-SPAN 424 8.3/125 ADSS, SINGLEMODE ADSS & OPGW EA AE0369C520AA4 25688023 46918 6 AFL TELECOMMUNICATIONS LLC FUSECONNECT LC UPC SM 900UM PACK OF 6, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA FUSE-LC9SMU-6 25619501 344 7 AFL TELECOMMUNICATIONS LLC 2U 6 SLT RCK MNT PTCH PNL BK EMPTY, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA FM001029-BE 25250046 123 8 ALLEN TEL PRODUCTS INCORPORATED CAT 6 STR VIP 1FT BU, SOLID & STRANDED CONDUCTOR PATCH CORDS EA AT1601-BU 22017001 10159 9 ALLEN TEL PRODUCTS INCORPORATED DUPLEX LC -LC SINGLEMODE 1 METER, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA GBLC2-D1-01 25054042 1293 10 ALLEN TEL PRODUCTS INCORPORATED 48PT CAT 6 PATCH PANEL, PATCH PANELS EA AT66-PNL-48 22017141 108 11 ALLEN TEL PRODUCTS INCORPORATED DUPLEX LC -LC SINGLEMODE 2 METER, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA GBLC2-D1-02 25054043 1125 12 BELDEN 3613 D15A1000, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-S-BED-ACUB 25247094 352000 13 BELDEN 2413 008A1000, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-GY-S-BED-APIBDN-CE 25068488 416000 14 BELDEN 1213 004U1000, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-YL-P-BED-APIBDN 97209527 396000 15 BELDEN 2413 004A1000, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-YL-S-BED-APIBDN-CE 22071133 311000 16 BELDEN 10GXS13007A1000, 1000 FT/EA, CAT6A PLENUM EA 6AP4P23-PU-S-BED-APUB 25700244 1003052 17 BELDEN 10GXS13 0091000, CAT6A PLENUM M 6AP4P23-WH-R-BED-APUB 25700237 53000 18 BELDEN 2413 D15U1000, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-BED-APIBDN-CE 25402022 110000 19 BELDEN 2413 D15A1000, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-S-BED-APIBDN-CE 22071132 110000 20 BELDEN FD3D012P9, MULTI-MODE DISTRIBUTION CABLE PLENUM EA M-5-PO-12-DN-A-LE-BK-BED-SP 25760702 31395 21 BELDEN 1585A D15U1000, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-BL-P-BED-AP 99544802 165000 22 BELDEN CAT6+ PC BONDED SOL T568A/B CMR GN 10 FT, SOLID & STRANDED CONDUCTOR PATCH CORDS EA C601105010 25195141 3724 23 BELDEN 2C18FS-CM-CH-R-BED, MULTI-CONDUCTOR SHLD AUDIO & CONTROL M 8760 0601000 88030678 37000 24 BELDEN 10GXS13 D151000, CAT6A PLENUM M 6AP4P23-BL-R-BED-APUB 25700234 40000 25 BERK-TEK LLC 10032094, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-BER-AP 97120890 774298 26 BERK-TEK LLC 10136226, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-BER-AP-NS 25101606 696000 27 BERK-TEK LLC 10032090, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-YL-P-BER-AP 97120888 484000 28 BERK-TEK LLC 11082057, CAT6A PLENUM M 6AP4P24-BL-R-BER-AP-FH 25637483 277000 29 BERK-TEK LLC 10032227, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-BL-P-BER-AP 99477766 645000 30 BERK-TEK LLC 10032092, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-BER-AP 97120889 202000 31 BERK-TEK LLC 10130484, CAT6A PLENUM M 6AP4P24-BL-R-BER-AP 25021155 105000 32 BERK-TEK LLC 10032426, CAT.5EXH UTP NON-PLENUM EXTRA HEADROOM CABLE M 5EXHNP4P24-BL-P-BER-PV 96087410 513000 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 33 BERK-TEK LLC 10032065, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-BL-P-BER-AP 96092573 271000 34 BERK-TEK LLC 11074707, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-BL-P-1.5K-BER-AP 25480511 300000 35 BERK-TEK LLC 11074913, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-YL-P-1.5K-BER-AP 25526052 300000 36 BERK-TEK LLC 10163780, CATEGORY 6 EXH, UTP PLENUM EXTRA HEADROOM M 6EXHP4P24-BL-S-BER-AP 22069361 120000 37 BERK-TEK LLC 10032455, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-BL-P-BER-PV 97192600 207004 38 BERK-TEK LLC 10032459, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-WH-P-BER-PV 97193145 150000 39 BERK-TEK LLC 10136230, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-BER-AP-NS 25101608 123000 40 BERK-TEK LLC 11083158, CAT6A PLENUM M 6AP4P24-GN-R-BER-AP-FH 25694756 56200 41 BERK-TEK LLC 10137385, CAT6A PLENUM M 6AP4P24-YL-R-BER-AP 25091874 40004 42 BERK-TEK LLC PDR024AB0707, SINGLE MODE DISTRIBUTION CABLE RISER EA S-RN-24-DN-YL-BER 99478040 15084 43 BERK-TEK LLC 11085661, CAT6A PLENUM M 6AP4P24-VI-R-BER-AP-FH 25700456 45000 44 BERK-TEK LLC 10032419, CAT.5EXH UTP NON-PLENUM EXTRA HEADROOM CABLE M 5EXHNP4P24-YL-P-BER-PV 95033619 152000 45 BERK-TEK LLC 10032528, CATEGORY 5E UTP NON-PLENUM CABLE M 5ENP4P24-BL-P-BER-PV 99477809 193000 46 BERK-TEK LLC 10071496, ALL CAT 5, T3 & 5EXH OUTSIDE PLANT AND INDOOR/OUTDOOR CABLES M 5EO4P24-BK-R-BER-NR 22105807 96150 47 BOGEN COMMUNICATIONS INC SPEAKER CEILING 2 X 2 PANEL, VOICE SECURITY NOTIF EA CSD2X2 22121345 442 48 CHATSWORTH PRODUCTS INCORPORATED UNIV HORZ CBL MNGR 19IN 2, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA 30130-719 22007599 1682 49 CHATSWORTH PRODUCTS INCORPORATED STANDARD 19IN RACK BLK, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA 55053-703 94058665 283 50 CHATSWORTH PRODUCTS INCORPORATED 12IN CABLE RWAY TUBE BLK, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA 10250-712 94058656 246 51 CLARITY DIV. OF VALCOM LAY IN CEILING SPEAKER UL 2 X 2 PKG OF 2, PAGING EQUIPMENT INCL AMPLIFIERS, SPEAKERS EA S-522B-2 25566327 3762 52 COMMSCOPE TECHNOLOGIES LLC.6504+ WHITE 8773714/10, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-CMS-TPNS 25362786 895000 53 COMMSCOPE TECHNOLOGIES LLC.2091B BLUE 760107201, CAT6A PLENUM M 6AP4P24-BL-P-MAX-AP 25236662 252000 54 COMMSCOPE TECHNOLOGIES LLC.2071E WHITE 700208101, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-MAX-AP 96096826 390000 55 COMMSCOPE TECHNOLOGIES LLC.TE640R-BL02, CAT6A PVC M 6ANP4P24-BL-R-TEC-PV 25097811 443000 56 COMMSCOPE TECHNOLOGIES LLC.1071E SLATE 700211931, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-GY-P-MAX-PV 96096777 543000 57 COMMSCOPE TECHNOLOGIES LLC.2071E BLUE 700208093, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-MAX-AP 96096815 236000 58 COMMSCOPE TECHNOLOGIES LLC. D-288-LA-8W-F12NS/8107307/DB, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-288-LA-A-3E-BK-CMB-CUT REE 25699806 60764 59 COMMSCOPE TECHNOLOGIES LLC.2071E YELLOW 700210123, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-YL-P-MAX-AP 96096817 199000 60 COMMSCOPE TECHNOLOGIES LLC.6504+ BLUE 8773614/10, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-CMS-TPNS 25362785 464000 61 COMMSCOPE TECHNOLOGIES LLC. D-288-LN-8W-F12NS 8107367/DB, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-288-LT-A-3E-BK-CMB 25386706 60366 62 COMMSCOPE TECHNOLOGIES LLC.2071E SPRING GREEN 700210164, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-GN-P-MAX-AP 96096821 206000 63 COMMSCOPE TECHNOLOGIES LLC.2071E LILAC 700210214, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-LL-P-MAX-AP 96096808 238000 64 COMMSCOPE TECHNOLOGIES LLC. 2061F BLUE 760041913, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-BL-P-MAX-GP 96077777 323000 65 COMMSCOPE TECHNOLOGIES LLC. 2061F WHITE 760041921, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-WH-P-MAX-AP 96077774 261000 66 COMMSCOPE TECHNOLOGIES LLC.TE640PF-BL02, CAT6A PLENUM FTP M 6AP4P24-S-BL-R-TEC-AP 25064398 135000 67 COMMSCOPE TECHNOLOGIES LLC.360 IPATCH 1100 GS3 EVOLVE 48P PANEL, PATCH PANELS EA 760201111 25726736 133 68 COMMSCOPE TECHNOLOGIES LLC. 1071E LIGHT BLUE 700211964, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-LB-P-MAX-PV 96096778 294000 69 COMMSCOPE TECHNOLOGIES LLC.7504 BLUE 4763214/10, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-CMS-AP 25270194 168000 70 COMMSCOPE TECHNOLOGIES LLC.TE520P-BLII, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-BL-P-TEC-AP 97272675 304000 71 COMMSCOPE TECHNOLOGIES LLC. MPS100E OUTLET-ORANGE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 108232703 98293245 8225 72 COMMSCOPE TECHNOLOGIES LLC. MGS400 ORANGE OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206683 22005525 4726 73 COMMSCOPE TECHNOLOGIES LLC.CAT6 48 PT SL SRS PTCH PL, PATCH PANELS EA 1375015-2 22126726 130 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 74 COMMSCOPE TECHNOLOGIES LLC.TE620P-BLII, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-TEC-AP 25446957 87000 75 COMMSCOPE TECHNOLOGIES LLC.CC0020909/1, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA UNJ600-RD 22117567 7618 76 COMMSCOPE TECHNOLOGIES LLC.1071E YELLOW 700211998, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-YL-P-MAX-PV 96096790 172000 77 COMMSCOPE TECHNOLOGIES LLC.760103945, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-288-LJ-A-3E-BK-MAX 25819381 10200 78 COMMSCOPE TECHNOLOGIES LLC. 6NF4+ BLACK 4665904/10, ALL CATEGORY 6 & 6A OUTSIDE PLANT AND INDOOR/OUTDOOR CABLES M 6O4P24-BK-R-CMS-NR 22110849 114000 79 COMMSCOPE TECHNOLOGIES LLC.1071E BLUE 760004689, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-BL-P-MAX-PV 25014860 137000 80 COMMSCOPE TECHNOLOGIES LLC.75N4 BLUE 4662014/10, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-BL-P-CMS-PV 25372738 204000 81 COMMSCOPE TECHNOLOGIES LLC. MGS400 BLUE OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206758 22005549 4278 82 COMMSCOPE TECHNOLOGIES LLC.GS8E-DG-10FT, SOLID & STRANDED CONDUCTOR PATCH CORDS EA CPC3312-03F010 22005460 3400 83 COMMSCOPE TECHNOLOGIES LLC.058514-000, 7060S AND ACCESSORIES EA FOSC450-B6-6-NT-0-B3V 22110911 126 84 COMMSCOPE TECHNOLOGIES LLC. 2227V WHITE 4112704/10, COAX - RG6 (ALL EXCEPT OUTDOOR , MILITARY & MINIATURE)M RG6U-P-AQ-TC-R-CMS 94023846 80000 85 COMMSCOPE TECHNOLOGIES LLC.5E55 BLUE 4759014/10, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-BL-P-CMS-FP 99426464 161000 86 COMMSCOPE TECHNOLOGIES LLC.1091B BLUE 760105759, CAT6A PVC M 6ANP4P24-BL-R-MAX-PV 22129090 75000 87 COMMSCOPE TECHNOLOGIES LLC.TE620P-WTII, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-TEC-AP 25422832 73000 88 COMMSCOPE TECHNOLOGIES LLC. MGS400 YELLOW OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206691 22005535 3684 89 COMMSCOPE TECHNOLOGIES LLC.GS8E-DG-7FT, SOLID & STRANDED CONDUCTOR PATCH CORDS EA CPC3312-03F007 22005457 3667 90 COMMSCOPE TECHNOLOGIES LLC. TE C6A UTP PC 10 FT BLU 568B, SOLID & STRANDED CONDUCTOR PATCH CORDS EA TCPC-6ARUVB-BL10F 25050876 2100 91 COMMSCOPE TECHNOLOGIES LLC.2071E SLATE 700214372, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-GY-P-MAX-AP 99969438 45000 92 COMMSCOPE TECHNOLOGIES LLC.CAT 6 SL 110 MOD JACK BLK, DATA WIRING DEVICES EA 1375055-2 99714492 3733 93 COMMSCOPE TECHNOLOGIES LLC.UNC6-YL-15FT, TELECOMMUNICATION PRODUCTS INSIDE PLANT EA UC1BBB2-09F015 25089242 2253 94 COMMSCOPE TECHNOLOGIES LLC. MGS400 GREEN OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206709 22005537 2940 95 COMMSCOPE TECHNOLOGIES LLC.CC0020917/1, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA UNJ600-BL 22117568 4557 96 COMMSCOPE TECHNOLOGIES LLC. MGS400 IVORY OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206717 22005539 2551 97 COMMSCOPE TECHNOLOGIES LLC. MGS400 WHITE OUTLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 700206725 22005540 2714 98 COMMSCOPE TECHNOLOGIES LLC.UNC6-YL-7FT, TELECOMMUNICATION PRODUCTS INSIDE PLANT EA UC1BBB2-09F007 25089239 2867 99 COMMSCOPE TECHNOLOGIES LLC. CAT 6A UNSHIELD JACK W/ODUST COVER BLUE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 1933476-6 25574267 2344 100 COMMSCOPE TECHNOLOGIES LLC. 5NF4 BLACK 4286104/10, ALL CAT 5, T3 & 5EXH OUTSIDE PLANT AND INDOOR/OUTDOOR CABLES M 5EXHO4P24-BK-R-CMS-NR-OT 96048169 84000 101 COMMSCOPE TECHNOLOGIES LLC.2071E BLACK 700210222, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BK-R-MAX-AP 96096810 48000 102 CORNING OPTICAL COMMUNICATIONS EDGE8 UNIV MOD 8F LCDUP/MTP OM3/4, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA ECM8-UM08-05-E6Q-ULL 25721835 1689 103 CORNING OPTICAL COMMUNICATIONS EDGE UNIV MODULE 12FBR 50UM PRETIUM 300, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA ECM-UM12-05-93T 25255906 1121 104 CORNING OPTICAL COMMUNICATIONS CLOSET CONN HSG 1U F/2 PNLS, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-01U 25415405 454 105 CORNING OPTICAL COMMUNICATIONS UNICAM CONN LC ORGANIZER 25PK OS2, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-200-99-Z 25314197 209 106 CORNING OPTICAL COMMUNICATIONS LC ANAEROBIC CONNECT SM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-201-98-SP 22120447 11124 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 107 CORNING OPTICAL COMMUNICATIONS CCH SPLICE CASSETTE 24F SM LC, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CS24-A9-P00RE 25437718 133 108 CORNING OPTICAL COMMUNICATIONS SINGLE MODE SC CONN, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-200-41 25314192 5516 109 CORNING OPTICAL COMMUNICATIONS CCH SPLICE CASSETTE12F SM LC, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CS12-A9-P00RE 25437717 219 110 CORNING OPTICAL COMMUNICATIONS CLOSET CONN HSG 4U F/12 PNLS, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-04U 25415408 224 111 CORNING OPTICAL COMMUNICATIONS 144 FIBER SINGLEMODE SJSA GEL-FREE, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA M S-OP-144-LA-A-3E-BK-SIC-CUT REEL-25699792 46728 112 CORNING OPTICAL COMMUNICATIONS SC SM UNICAM CONN, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-200-41-Z 25314194 161 113 CORNING OPTICAL COMMUNICATIONS CCH PNL W/12 LC DUPLEX SM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP24-A9 22054975 382 114 CORNING OPTICAL COMMUNICATIONS LC SENIOR UNICAM SM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-200-99 25314196 3613 115 CORNING OPTICAL COMMUNICATIONS CCH PNL W/6 LC DUPLEX SM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP12-A9 22054973 648 116 CORNING OPTICAL COMMUNICATIONS CLOSET CONN HSG 2U F/4 PNLS, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-02U 25415406 217 117 CORNING OPTICAL COMMUNICATIONS FO CABLE 288F 4030 GRP 1ARMOR LITE GF, FIBER OPTIC APPARATUS INCL SPLICES, ETC.M 288EUC-T4101D20 25649848 20160 118 CORNING OPTICAL COMMUNICATIONS 048EU4-T4701D20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-48-LT-A-4E-BK-SIC-5-CUT REEL 25449117 70163 119 CORNING OPTICAL COMMUNICATIONS CONN UNICAM CERAMIC ST-MM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-000-51 96015246 3518 120 CORNING OPTICAL COMMUNICATIONS 288EU4-T4700D20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-288-LT-A-3E-BK-SIC-24-CUT RE 25686194 15232 121 CORNING OPTICAL COMMUNICATIONS CCH SPLICE CASSETTE 12 FIBER SC SM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CS12-59-P00RE 25416816 137 122 CORNING OPTICAL COMMUNICATIONS 144EU4-T4701D20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-144-LT-A-4E-BK-SIC-16-CUT RE 25449031 33486 123 CORNING OPTICAL COMMUNICATIONS UNICAM SGL MD PC ST CONN, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-200-51 25314193 3105 124 CORNING OPTICAL COMMUNICATIONS LC UNICAM 50UM OM3/OM4, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-050-99-X 22110797 2891 125 CORNING OPTICAL COMMUNICATIONS LC SENIOR UNICAM 62.5 MMF, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-000-99 22110795 3092 126 CORNING OPTICAL COMMUNICATIONS 288EU4-T4100D20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-288-LT-A-3E-BK-SIC-24-OT 25238372 15420 127 CORNING OPTICAL COMMUNICATIONS 002EB1-14100A20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-2-TD-G-3-BK-2.5K-SIC 25373754 265134 128 CORNING OPTICAL COMMUNICATIONS 012EB4-14100A20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-12-ND-G-3E-BK-SIC-CUT REEL 25685872 170020 129 CORNING OPTICAL COMMUNICATIONS JUMPER 05 LC PC DUPLEX MM TO 05 LC P 2M, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 050502T5120002M 25296736 1201 130 CORNING OPTICAL COMMUNICATIONS 12 FIBER JUMPER NON-PINNED TO NON-PINNED, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA J757512TE8-NB002M 25726103 140 131 CORNING OPTICAL COMMUNICATIONS 048E88-61131-A3, SINGLE MODE DISTRIBUTION CABLE PLENUM M S-IPJ-48-DN-YL-SIC-CUT REEL 25501455 6221 132 CORNING OPTICAL COMMUNICATIONS JUMPER 05 LC PC DUPLEX MM TO 05 LC P 3M, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 050502T5120003M 25296737 1123 133 CORNING OPTICAL COMMUNICATIONS 144EUC-T4101D20, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA- CTA M S-OP-144-LA-A-4E-BK-SIC-12 25361747 26000 134 CORNING OPTICAL COMMUNICATIONS CCH PNL 12 SIMPLEX SC/APC, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP12-6C 22108800 350 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 135 CORNING OPTICAL COMMUNICATIONS 024E88-33131-A3, SINGLE MODE DISTRIBUTION CABLE PLENUM EA S-IPJ-24-DN-YL-SIC-CUT REEL 25444954 10650 136 CORNING OPTICAL COMMUNICATIONS LC UNICAM 50UM OM2, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-050-99 22110796 2197 137 CORNING OPTICAL COMMUNICATIONS PNL W/6 SC DUPLX SM CERAMC, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP12-59 97221942 403 138 CORNING OPTICAL COMMUNICATIONS WALL MOUNT CROSS CONNECT/SPLICE, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA SPH-01P 25671435 465 139 CORNING OPTICAL COMMUNICATIONS 024T88-33180-A3, MULTI-MODE DISTRIBUTION CABLE PLENUM M M-5-IPJ-24-DN-LE-AQ-CCS-CUT REEL 22086255 7215 140 CORNING OPTICAL COMMUNICATIONS 012K8F-31130-29, MULTI-MODE DISTRIBUTION CABLE RISER M M-RO-12-DN-A-L-BK-SIC-CUT REEL 22080700 17000 141 CORNING OPTICAL COMMUNICATIONS 12-FBR CBL RSR SMFE, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT EA 012ECF-14101-20 25162476 12076 142 CORNING OPTICAL COMMUNICATIONS 012E88-33131-A3, SINGLE MODE DISTRIBUTION CABLE PLENUM M S-IPJ-12-DN-YL-SIC-CUT REEL 25237137 13545 143 CORNING OPTICAL COMMUNICATIONS EDGE SPLICE CASSETTE LC UPC, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA EDGE-CS12-AE 25530969 168 144 CORNING OPTICAL COMMUNICATIONS 12FBR CCH PNL W/ST SGLMOD, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP12-19T 99567269 373 145 CORNING OPTICAL COMMUNICATIONS UNICAM CONNECTOR ST-MM, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA 95-000-50 96015245 2393 146 CORNING OPTICAL COMMUNICATIONS BUFFER TUBE FAN OUT KIT, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA FAN-BT25-12 94010572 1734 147 CORNING OPTICAL COMMUNICATIONS 048ZU4-T4F22D20, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M S-OP-48-LT-A-3U-BK-SIC-5-B-CUT RE 25843903 30800 148 CORNING OPTICAL COMMUNICATIONS 6 ADAPT S/M ST PANEL, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CP06-19T 97191141 702 149 CORNING OPTICAL COMMUNICATIONS 012E8F-31131-29, SINGLE MODE DISTRIBUTION CABLE RISER M S-RO-12-DN-A-BK-SIC-CUT REEL 22080703 32075 150 CORNING OPTICAL COMMUNICATIONS 024E88-33131-A3, SINGLE MODE DISTRIBUTION CABLE PLENUM M S-IPJ-24-DN-YL-SIC-CUT REEL 25444954 8440 151 CORNING OPTICAL COMMUNICATIONS CCH SPLICE CASSETTE, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA CCH-CS 25415409 235 152 CORTELCO T-T DESK STD W/VOL CNTRL, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 250044-VBA-20M 99456667 1818 153 CORTELCO 7 SERIES LINE POWERED CID PH BLK ENHANCE, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 273000-TP2-27E 25263857 619 154 CORTELCO 7 SERIES SINGLE LINE CID TELEPHONE, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 270000-TP2-27S 25102241 570 155 CORTELCO WALL F-M W/VOL CONTROL, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 255444-VBA-20M 99456711 856 156 CORTELCO COLLEAGUE SPKR BLACK, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 220300-VBA-27S 99510620 617 157 CYBERPOWER SYSTEMS INC 1350VA 810W SINEWAVE LCD PFC 8 OUTLET, UPS & STANDBY POWER SUPPLIES EA CP1350PFCLCD 25370356 179 158 EATON CORPORATION ENVIRONMENTAL MONITORING PROBES, UPS & STANDBY POWER SUPPLIES EA EMP001 25708158 188 159 EMERSON NETWORK POWER RECTIFIER 2000W 48VDC, POWER SUPPLIES AND CHARGERS EA 1R482000E 25475281 100 160 GAI-TRONICS CORP WEATHERPROOF FM 1 BUTTN EMER TEL, Security Alarm/Notif EA 397-001 25358747 215 161 GAI-TRONICS CORP STROBE LED WITH CONSTANTON, Security Alarm/Notif EA 530-001 25172924 102 162 HUBBELL PREMISE WIRING JACK HXJ CAT5E 8POS UNI A/B OR 25PK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA HXJ5EOR25 99701435 304 163 HUBBELL PREMISE WIRING HDMI 110 VIDEO EXTENDER, DATA WALL PLATES EA IMH110ST2W 25643095 168 164 HUBBELL PREMISE WIRING JACK HXJ CAT6 8POS UNI A/B BL 25PK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA HXJ6B25 99701448 183 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 165 HUBBELL PREMISE WIRING ISTATION MOD HDMI 110 SET ACTIVE 2U OW, DATA WALL PLATES EA IMH110ST2OW 25541441 187 166 HUBBELL PREMISE WIRING C6ASPGY, CAT6A PLENUM M 6AP4P24-GY-R-HBL-AP 25030913 45000 167 KIDDE SAFETY PHOTO SMOKE CO, FIRE EQUIPMENT EA 21010333 25625918 1440 168 LEVITON MANUFACTURING COMPANY, INC CAT 6 48 PORT PATCH PANEL, PATCH PANELS EA 69586-U48 22068115 201 169 LEVITON MANUFACTURING COMPANY, INC ATLAS-X1 CAT 6A UTP CONNECTOR WITH SHUTT, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 6AUJK-SW6 25698877 3509 170 LEVITON MANUFACTURING COMPANY, INC ATLAS-X1 CAT 6A UTP CONNECTOR WITH SHUTT, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 6AUJK-SC6 25698797 3363 171 LEVITON MANUFACTURING COMPANY, INC ATLAS-X1 CAT 6A UTP CONNECTOR WITH SHUTT, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 6AUJK-SE6 25698879 3162 172 LEVITON MANUFACTURING COMPANY, INC P-CORD 6 SLIM 7FT BLUE, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 6D460-7L 25120946 4397 173 LEVITON MANUFACTURING COMPANY, INC CAT 6 PATCH CORD SLIM 5FT ORANGE, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 6D560-5O 25806060 4150 174 LEVITON MANUFACTURING COMPANY, INC CAT 6+ ORANGE 25 PK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 61110-BO6 22117352 135 175 LEVITON MANUFACTURING COMPANY, INC P-CORD 6A SLIM 10FT WH, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 6AS10-10W 25195399 2026 176 LEVITON MANUFACTURING COMPANY, INC P-CORD 6A SLIM 7FT WHITE, SOLID & STRANDED CONDUCTOR PATCH CORDS EA 6AS10-7W 25195386 2135 177 LEVITON MANUFACTURING COMPANY, INC CAT 6 24 PORT PATCH PANEL, PATCH PANELS EA 69586-U24 22068113 130 178 LEVITON MANUFACTURING COMPANY, INC CAT 6+ BLUE 25 PK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 61110-BL6 22117353 124 179 LEVITON MANUFACTURING COMPANY, INC CAT 6 JACK BLUE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA 61110-RL6 22068152 3599 180 LEVITON MANUFACTURING COMPANY, INC KIT 12XPIGS 9U LC SM 3M, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA UPPLC-KIT 25390467 247 181 LIEBERT CORPORATION WEB CARD, LAN ELECTRONICS (LOCAL AREA NETWORK)EA IS-WEBCARD 25191997 144 182 MOHAWK WIRE + CABLE CO M57193B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-MOH-AP 99569206 447000 183 MOHAWK WIRE + CABLE CO M56093B, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-YL-P-MOH-AP 99479944 612000 184 MOHAWK WIRE + CABLE CO M58648, CAT6A PLENUM M 6AP4P24-YL-R-MOH-AP 25042227 200000 185 MOHAWK WIRE + CABLE CO M58281B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-MOH-APCE 22054913 407000 186 MOHAWK WIRE + CABLE CO M58283B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-YL-P-MOH-APCE 25044540 210000 187 MOHAWK WIRE + CABLE CO M57545B, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-GY-P-MOH-AP 99485086 356000 188 MOHAWK WIRE + CABLE CO M58886, CAT6A PLENUM FTP M 6AP4P24-S-YL-R-MOH-AP 25408765 51000 189 MOHAWK WIRE + CABLE CO M57546B, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-BL-P-MOH-AP 99485085 265000 190 MOHAWK WIRE + CABLE CO M57197B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-GN-P-MOH-AP 99881458 147000 191 MOHAWK WIRE + CABLE CO M57553B, CATEGORY 5E UTP NON-PLENUM CABLE M 5ENP4P24-BL-P-MOH-PV 99510659 441000 192 MOHAWK WIRE + CABLE CO M56889B, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-WH-P-MOH-PV 99569208 180000 193 MOHAWK WIRE + CABLE CO M57550B, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-YL-P-MOH-AP 99569451 223000 194 MOHAWK WIRE + CABLE CO M57547B, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-WH-P-MOH-AP 99485084 148000 195 MOHAWK WIRE + CABLE CO M58772, ALL CATEGORY 6 & 6A OUTSIDE PLANT AND INDOOR/OUTDOOR CABLES M 6IO-4P24-BK-R-MOH-NR 25090921 44000 196 MOHAWK WIRE + CABLE CO M57417RB, CATEGORY 6 EXH, UTP PLENUM EXTRA HEADROOM M 6EXHP4P24-GY-S-MOH-AP 25187627 61000 197 NEPTCO, INC.POLY MULETAPE, PULLING LINE & ROPES EA WP1800P/3000FT 96064310 131 198 OBERON WIRELESS RIGHT ANGLE WALL MOUNTING BRACKET LCKING, SUPPLIES- OUTSIDE PLANT EA 1012-00 25675709 830 199 OBERON WIRELESS WALL MOUNT BRACKET, CABLE TERMINALS AND BOXES EA 1011-00 25644126 789 200 OBERON WIRELESS WIRELESS AP SECURE CEILING MOUNT LOCKI, SUPPLIES-OUTSIDE PLANT EA 1052-CCOAP 25456332 157 201 OFS FITEL LLC AT-3BE12YT-096, 96/CS, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT CS S-OP-96-LT-A-3E-BK-OFX-CUT REEL 25669158 89802 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 202 OFS FITEL LLC AT-3BEH2YT-096 96 FIBER LT SJSA, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-96-LA-A-3E-BK-OFX-CUT REEL 25360411 80356 203 OFS FITEL LLC AT-3BEH2YT-012 12 FIBER LT SJSA, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-12-LA-A-3E-BK-OFX-CUT REEL 25360406 95652 204 OFS FITEL LLC 216 FIBER SJ/SA SM DRY .35/.31/.25, SINGLE-MODE OUTSIDE PLANT/RO-LT-CT M AT-3BEH2YT-216 25372170 20106 205 ORTRONICS INCORPORATED 48PORT CAT6A FLAT PATCH PANEL 110/6PORT, PATCH PANELS EA OR-PHD6AU48 25404206 326 206 ORTRONICS INCORPORATED TRACJACK CAT6A CLARITY T568A/B FOG WHITE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA OR-TJ6A 25405239 6240 207 ORTRONICS INCORPORATED 48PORT 110/6PORT PANEL CAT6 HD CLARITY, PATCH PANELS EA OR-PHD66U48 99945304 173 208 ORTRONICS INCORPORATED SII CAT6 CLARITY 2 PORT FOGWHITE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA OR-S22600 22037082 3035 209 ORTRONICS INCORPORATED 48 PORT 110/6PORT C5E HDCLARITY, PATCH PANELS EA OR-PHD5E6U48 22037815 155 210 ORTRONICS INCORPORATED RACKMNT 6/DUP/SC CER RECE, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA OR-625MMC-12PE1RB 99505835 128 211 ORTRONICS INCORPORATED WIRE MGMT PANEL 1.75 X 19, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA OR-60400131 97209349 601 212 ORTRONICS INCORPORATED CAT6A 2FT PLENUM WHITE, SOLID & STRANDED CONDUCTOR PATCH CORDS EA OR-SC6AP02DA-09 25819789 1800 213 ORTRONICS INCORPORATED 24PORT 110/6PORT PANEL CAT6 HD CLARITY, PATCH PANELS EA OR-PHD66U24 99945302 126 214 ORTRONICS INCORPORATED CAT6 SII 1JK CLAR FGWT, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA OR-S21600 22037074 3068 215 ORTRONICS INCORPORATED CAT6A PATCH CORD YELLOW 3FT, SOLID & STRANDED CONDUCTOR PATCH CORDS EA OR-MC6A03-04 25689392 1965 216 PANDUIT CORP PUP6AM04WH-UG, CAT6A PLENUM M 6AP4P23-WH-R-PAN-AP 25693365 217000 217 PANDUIT CORP PUP6004GR-W, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-GN-P-PAN-TP 25475143 239000 218 PANDUIT CORP CAT6 TX-6 8P8W MODULE BLUE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGBU 25042005 10254 219 PANDUIT CORP PUP6004BU-UY, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-S-PAN-TP 22123807 150000 220 PANDUIT CORP HD FLEX LC SPLICE/FAP CASSETTE 6-PORT D, FIBER OPTIC APPARATUS INCL SPLICES, ETC.EA FHS9N-12-10N 25815458 402 221 PANDUIT CORP CAT6 MINI-COM TX6 PLUS MOD RED, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGRD 25046159 7248 222 PANDUIT CORP MINI-COM TX-6 PLUS MODULE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TPGR 22065962 6690 223 PANDUIT CORP CAT6 MINI-COM TX6 PLUS MOD OFF WHT, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGIW 25046151 5014 224 PANDUIT CORP MINI-COM TX-6 PLUS MODULE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TPBU 22065959 4233 225 PANDUIT CORP AUG CAT 6 RJ45 10 GB/S 8-POS 8-WIRE UNIV, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ6X88TGGR-24 25111156 3024 226 PANDUIT CORP VTR CBL MGT 6X6 FRT/REAR45RU, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA WMPVHC45E 25025397 114 227 PANDUIT CORP VTR CBL MGT 4X5 FRT/REAR45RU, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA WMPV45E 25025392 154 228 PANDUIT CORP MINI-COM TX6 10GIG MODULE VIOLET, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ6X88TGVL 25002061 4611 229 PANDUIT CORP CAT6 MINI-COM TX6 PLUS MOD ORANGE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGOR 25046158 3928 230 PANDUIT CORP MINICOM CAT5E JACK MODULE BLK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ5E88TGBL 25047859 5601 231 PANDUIT CORP PUP6AM04BU-UG, CAT6A PLENUM M 6AP4P23-BL-R-PAN-AP 25694641 34000 232 PANDUIT CORP CAT 6 RJ45 8-POS 8-WIRE UNIV MOD BULK PA, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGGR-24 25111124 4248 233 PANDUIT CORP CAT6 MINI-COM TX6 PLUS MOD BLACK, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ688TGBL 25046157 3169 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 234 PANDUIT CORP PUP6AM04YL-UG, CAT6A PLENUM M 6AP4P23-YL-R-PAN-AP 25713400 33000 235 PANDUIT CORP MINICOM CAT5E JACK MODULE BLUE, TELEPHONE WIRING DEVICES (JACKS & PLUGS)EA CJ5E88TGBU 25047861 4148 236 PANDUIT CORP HORZ MGR FRONT ONLY 2RU 3.7IN D, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA WMPF1E 22069416 532 237 PARA SYSTEMS INC SNMP CARD V3 SSL SECURITY, UPS & STANDBY POWER SUPPLIES EA SNMP-NV6 25407650 189 238 PELCO CAMERA INTEGRATION FEE PER CAMERA - EITH, Security CCTV/Surv EA DS-SW-CAM 25197599 659 239 PELCO DOME FIX STD INDOOR 12/24V NTSC 2.8-10.5, Security CCTV/Surv EA FD2-V10-6 25443152 165 240 PLANTRONICS/SANTA CRUZ CONVERTIBLE HEADSETDECT 6.0NA, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA CS540 25393222 2830 241 PLANTRONICS/SANTA CRUZ Cnvrtbl hdset DECT 6.0 w/HL10 Lifter, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA CS540/HL10 25409312 1181 242 PLANTRONICS/SANTA CRUZ W740 SAVI 3 IN 1 CONVERTIBLE, HEADSETS & ACCESSORIES EA W740 25385627 786 243 PLANTRONICS/SANTA CRUZ ELEC HOOKSWITCH APC-42 CS500/SAVI, HEADSETS & ACCESSORIES EA 38350-12 25671466 2533 244 PLANTRONICS/SANTA CRUZ W745 SAVI 3 IN 1 W DELUXE CHARGER, HEADSETS & ACCESSORIES EA W745 25394670 300 245 PLANTRONICS/SANTA CRUZ ENCOREPRO HW720, HEADSETS & ACCESSORIES EA HW720 25684758 501 246 PLANTRONICS/SANTA CRUZ SUPRAPLUS WIDEBAND, TELECOMMUNICATION PRODUCTS INSIDE PLANT EA HW251N 25085566 828 247 PLANTRONICS/SANTA CRUZ SUPRAPLUS WIDEBAND, TELECOMMUNICATION PRODUCTS INSIDE PLANT EA HW261N 25085563 583 248 PLANTRONICS/SANTA CRUZ COIL CB QD TO MLE MOD PLG, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 26716-01 95000741 1347 249 PLANTRONICS/SANTA CRUZ HANDSET LIFTER, HEADSETS & ACCESSORIES EA HL10 99970722 812 250 PLANTRONICS/SANTA CRUZ ELEC HOOKSWITCH APV-63 CS500/SAVI, HEADSETS & ACCESSORIES EA 38734-11 25414393 735 251 PLANTRONICS/SANTA CRUZ W740-MSAVI 3IN1CONVERTIBLEMOCDECT 6.0NA, HEADSETS & ACCESSORIES EA W740-M 25385628 146 252 PLANTRONICS/SANTA CRUZ ENCOREPRO HW540, HEADSETS & ACCESSORIES EA HW540 25684752 406 253 PLANTRONICS/SANTA CRUZ M22 AMP UPDT, HEADSETS & ACCESSORIES EA M22 25684767 386 254 PLANTRONICS/SANTA CRUZ SUPRAPLUS WIDEBAND MONAURAL HEADSET, HEADSETS & ACCESSORIES EA HW251 25177053 606 255 PLANTRONICS/SANTA CRUZ PLG PRG AMP W/10FT CORD, HEADSETS & ACCESSORIES EA P10 91010737 366 256 PLANTRONICS/SANTA CRUZ OTH HEADSETMONDECT 6.0NA, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA CS510 25393224 134 257 PLANTRONICS/SANTA CRUZ ENCOREPRO HW710, HEADSETS & ACCESSORIES EA HW710 25684757 264 258 PLANTRONICS/SANTA CRUZ OTH HEADSETBINDECT 6.0NA, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA CS520 25393223 110 259 PLANTRONICS/SANTA CRUZ WIRELESS HEADSET 86305-1, HEADSETS & ACCESSORIES EA CS530 25438331 118 260 PLANTRONICS/SANTA CRUZ BLACKWIRE C320, HEADSETS & ACCESSORIES EA BLACKWIRE C320 25422051 500 261 POWER SONIC CORP SEALED RECHARGEABLE BATTERY, BUILDERS PRODUCTS EA PS-121000 25265664 129 262 POWER SONIC CORP LEADACID BAT 7A 12V B/UPF1, ES BATTERIES, CIRCUIT BREAKERS, FUSES EA PS-1270F1 99847822 1139 263 PROLABS USA INC 10GBASE-LR SFP+ 1310NM 10KM, TELECOMMUNICATION PRODUCTS INSIDE PLANT EA SFP-10G-LR-C 25837403 282 264 SCHNEIDER ELECTRIC IT USA INC APC SMART-UPS RT 2200 VA RM 120V, UPS & STANDBY POWER SUPPLIES EA SURTA2200RMXL2U 25281650 187 265 SCHNEIDER ELECTRIC IT USA INC RACK PDU 2G METERED ZEROU 8.6KW 208V (36, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA AP8865 25309530 218 266 SCHNEIDER ELECTRIC IT USA INC SMART UPS 1500VA LCD RM 2U 120V, UPS & STANDBY POWER SUPPLIES EA SMT1500RM2U 25362006 199 267 SCHNEIDER ELECTRIC IT USA INC UPS NETWORK MNGMNT CARD2 W/ENVIR MONITOR, UPS & STANDBY POWER SUPPLIES EA AP9631 25245365 317 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 268 SCHNEIDER ELECTRIC IT USA INC UPS NETWORK MANAGEMENT CARD 2, UPS & STANDBY POWER SUPPLIES EA AP9630 25245363 464 269 SCHNEIDER ELECTRIC IT USA INC SMART-UPS X 1500VA RK/TWR LCD 120V W/ NT, UPS & STANDBY POWER SUPPLIES EA SMX1500RM2UNC 25265872 112 270 SCHNEIDER ELECTRIC IT USA INC REPLACEMENT BATTERY, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA RBC24 25084686 292 271 SCHNEIDER ELECTRIC IT USA INC APC SMART-UPS 1500VA LCD 120V, UPS & STANDBY POWER SUPPLIES EA SMT1500 25270525 148 272 SCHNEIDER ELECTRIC IT USA INC SMART UPS X 120V EXT BAT PK RACK/TWR, UPS & STANDBY POWER SUPPLIES EA SMX120RMBP2U 25386901 107 273 SCHNEIDER ELECTRIC IT USA INC REPLACEMENT BATTERY CARTRIDGE, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA RBC7 97212509 224 274 SCHNEIDER ELECTRIC IT USA INC APC SMART-UPS 750VA LCD 120V, UPS & STANDBY POWER SUPPLIES EA SMT750 25270528 123 275 SCHNEIDER ELECTRIC IT USA INC APC BACK-UPS RS 865 WATTS / 1500 VAINPUT, UPS & STANDBY POWER SUPPLIES EA BR1500G 25310308 150 276 SCHNEIDER ELECTRIC IT USA INC REPLACEMENT BATTERY CARTRIDGE #55, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA RBC55 25196593 106 277 SCHNEIDER ELECTRIC IT USA INC VERTICAL CABLE ORGZ NETSHELTERVX, METAL FRAMES/RACKS & AUXILIARY PRODUCTS EA AR8442 25011552 199 278 SCHNEIDER ELECTRIC IT USA INC SMART UPS RT TWO POST RAIL KIT, UPS & STANDBY POWER SUPPLIES EA AP9625 25161034 167 279 SUPERIOR ESSEX INTERNATIONAL LP 6H-272-4A, CAT6A PVC EA 6ANP4P24-WH-R-ESS-PV-FH 25262161 1134000 280 SUPERIOR ESSEX INTERNATIONAL LP 6H-272-2B, CAT6A PLENUM M 6AP4P24-BL-R-ESS-AP-FH 25215149 715000 281 SUPERIOR ESSEX INTERNATIONAL LP 6H-272-2A, CAT6A PVC M 6ANP4P24-BL-R-ESS-PV-FH 25262159 518000 282 SUPERIOR ESSEX INTERNATIONAL LP 77-240-2B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-P-ESS-AP-CE 25060507 369000 283 SUPERIOR ESSEX INTERNATIONAL LP 12288RD01, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-288-LA-A-3E-BK-ESS/COR CUT 25810821 35100 284 SUPERIOR ESSEX INTERNATIONAL LP 66-240-2B, CATEGORY 6 UTP PLENUM CABLE, 1000 FT/EA EA 6P4P24-BL-P-ESS-AP 22108318 887000 285 SUPERIOR ESSEX INTERNATIONAL LP 77-240-4B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-WH-P-ESS-AP-CE 25060510 275048 286 SUPERIOR ESSEX INTERNATIONAL LP 51-241-28, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-BL-P-ESS-TP 99550304 368000 287 SUPERIOR ESSEX INTERNATIONAL LP 122883D01, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-288-LA-A-3E-BK-ESS-CUT REEL 25810518 21500 288 SUPERIOR ESSEX INTERNATIONAL LP 77-246-2B, CATEGORY 6 UTP PLENUM CABLE M 6P4P24-BL-S-ESS-AP-CE 22126653 169000 289 SUPERIOR ESSEX INTERNATIONAL LP 77-240-2A, CATEGORY 6 UTP NON-PLENUM CABLE M 6NP4P24-BL-P-ESS-PV-CE 25060502 252000 290 SUPERIOR ESSEX INTERNATIONAL LP 52-241-28, CAT. 5EXH UTP PLENUM EXTRA HEADROOM CABLE M 5EXHP4P24-BL-P-ESS-TP 96093589 211000 291 SUPERIOR ESSEX INTERNATIONAL LP 51-240-25, CATEGORY 5E UTP NON-PLENUM CABLE M 5ENP4P24-BL-P-ESS-PV 99550308 337000 292 SUPERIOR ESSEX INTERNATIONAL LP 52-200-25, CAT.5EXH UTP NON-PLENUM EXTRA HEADROOM CABLE M 5EXHNP4P24-BL-S-ESS-PV 96093579 338000 293 SUPERIOR ESSEX INTERNATIONAL LP W3012K101, SINGLE MODE DISTRIBUTION CABLE RISER M S-RO-12-DN-A-BK-ESS-CUT REEL-OT 25672283 100000 294 SUPERIOR ESSEX INTERNATIONAL LP 54-246-2B, CATEGORY 6 EXH, UTP PLENUM EXTRA HEADROOM M 6EXHP4P24-BL-S-ESS-AP 99847852 78000 295 SUPERIOR ESSEX INTERNATIONAL LP F460-006U32-E991, MULTI-MODE OUTSIDE PLANT / RO-LT-CT EA M-5-PO-6-CL-A-LX-BK-ESS 25835070 21902 296 SUPERIOR ESSEX INTERNATIONAL LP 12144RD01, SINGLE-MODE OUTSIDE PLT/RO/ARMOURED LTA-CTA EA S-OP-144-LA-A-3E-BK-ESS/COR CUT 25810819 15305 297 SUPERIOR ESSEX INTERNATIONAL LP 51-241-68, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-YL-P-ESS-TP 22108083 183000 298 SUPERIOR ESSEX INTERNATIONAL LP 6A-272-2B, CAT6A PLENUM M 6AP4P24-BL-R-ESS-AP 25027756 56000 299 SUPERIOR ESSEX INTERNATIONAL LP 52-240-55, CAT.5EXH UTP NON-PLENUM EXTRA HEADROOM CABLE M 5EXHNP4P24-GN-P-ESS-PV 99565326 245000 300 SUPERIOR ESSEX INTERNATIONAL LP 51-241-58, CATEGORY 5E UTP PLENUM CABLE EA 5EP4P24-GN-P-ESS-TP 22066614 186000 301 SUPERIOR ESSEX INTERNATIONAL LP 52-200-35, CAT.5EXH UTP NON-PLENUM EXTRA HEADROOM CABLE M 5EXHNP4P24-GY-S-ESS-PV 96093582 224000 302 SUPERIOR ESSEX INTERNATIONAL LP 09-116-02, RUS SPEC CABLE, ALUMINUM SHIELD M DB-600P24-AL-89-ESS-CUT REEL 25190018 1600 303 SUPERIOR ESSEX INTERNATIONAL LP 04-001-68, ALL CATEGORY 6 & 6A OUTSIDE PLANT AND INDOOR/OUTDOOR CABLES M 6-O4P24-BK-R-ESS-NR 25054353 75000 304 SUPERIOR ESSEX INTERNATIONAL LP 18-475-33, CATEGORY 3 UTP NON-PLENUM CABLE M 3NP25P24-GY-R-ESS-PV-CUTREEL 22103739 30605 305 SUPERIOR ESSEX INTERNATIONAL LP 51-241-48, CATEGORY 5E UTP PLENUM CABLE M 5EP4P24-WH-P-ESS-TP 99550305 139000 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A ITEM MFG NAME DESCRIPTION UOM MANUFACTURER NUMBER SUPPLIER # ANNUAL USAGE UNIT OF MEASURE Manufacturer & Model # Offered Price List Title & Date/No. Price List Page List Price (EA) Off Price List Offered Net Price after Discount 306 SUPERIOR ESSEX INTERNATIONAL LP 09-081-02, RUS SPEC CABLE, ALUMINUM SHIELD M DB-600P22-AL-89-ESS 98409477 900 307 TALK-A-PHONE ADA COMPLIANT PHONE, Security Alarm/Notif EA ETP-400 22118681 118 308 TE CONNECTIVITY WRP ARND RR SLV 500-1000, INSULATING MATERIAL, FIRE-STOP, TAPE & HEAT SHRINK EA CRSM-84/20-1200 92141098 265 309 THE SIEMON COMPANY 4-PR SLD SYS 6 UTP 1000FT 23AWG RLX BL, CATEGORY 6 UTP PLENUM CABLE EA 9C6P4-E3-06-RXA 22121737 501 310 THE SIEMON COMPANY CBL CPR CAT6 E3 4PR SLD UTP CMR WHT RIB, CATEGORY 6 UTP NON- PLENUM CABLE EA 9C6R4-E3-02-RBA 25811570 200 311 THOMAS & BETTS CORP - ELECTRICAL 1IN PLENUM ORG W/TAPE, CABLE PRESSURIZATION SYSTEMS & ACCESSORIES EA CF4X1C-CUT REEL 22063210 11830 312 TONE COMMANDER SYSTEMS INC ISDN PHONE 10 CALL APPEARANCES-S/T INTF, ALL VOICE TELEPHONE INSTRUMENTS EXCEPT EA 8610T 25063551 162 313 TRIPP LITE MANUFACTURING COMPANY UNIV REPL BATT CARTRIDGE, UPS & STANDBY POWER SUPPLIES EA RBC51 22120760 570 314 VALCOM INC IP SOUNDPOINT SIP LAY-IN CEILING SPEAKER, VOICE SECURITY NOTIF EA VIP-402A 25783716 293 315 VALCOM INC IP 2X2 LAYIN CEILING SPEAKER WHITE, VOICE SECURITY NOTIF EA VIP-402A-IC 25681829 165 316 VALCOM INC LAY IN CEILING SPEAKER 2 X 2 PKG OF 2, VOICE SECURITY NOTIF EA V-9022A-2 98310489 836 317 VALCOM INC ENHANCED NTWK AUDIO PORT, VOICE SECURITY NOTIF EA VIP-801A 25681830 111 318 VELCRO USA INCORPORATED 3/4IN VELCRO BLK 75FT, FASTENING DEVICES, & VELCRO EA 189645 22075182 865 319 WIREMOLD CO STL RACEWAY 700 IVORY, STEEL SURFACE RACEWAY EA V700 88299220 41521 320 WIREMOLD CO STL RACEWAY BASE 10FT V4000 IVORY, STEEL SURFACE RACEWAY EA V4000B-10 93152491 7540 321 WIREMOLD CO STL RACEWAY 500 IVORY, STEEL SURFACE RACEWAY EA V500 88299213 35670 322 WIREMOLD CO OVER FLOOR RACEWAY BASE AND COVER, SPECIALTY RACEWAY EA OFRBC-8 25398697 880 323 WIREMOLD CO TPP IVRY 2-20A DPLX 10FT, STEEL POWER POLE EA 25DTP-4 94025344 199 324 WIREMOLD CO STL DEVICE BOX IVORY, RACEWAY HARDWARD AND ACCESSORIES EA V5748 88299176 4092 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1 of 3 Appendix B-1 - Discount by Category for Electrical Items for RFP EV2370 Proposer Name: Authorized Signature: INSTRUCTIONS : Category Manufacturer Price List Title Price List Date/Number Applicable Column Discount Off Price List Offered 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 PROPOSAL PRICE SHEET For each category listed, state the manufacturer, price list, price list date and number, applicable column from price list, and the discount percentage off the price list you are offering. If you are offering a product category other than those listed below, identify the category and your offer in the row(s) labeled "Other." You may list up to three (3) manufacturers/price lists per category on this worksheet. If additional space is required, please insert additional rows listing your additional offers in the same format as this bid price sheet. Conduit Bodies & Fittings Electronic Vehicle Fueling Stations Conduit, Channel & Fittings Control Equipment & Transformers Distribution Equipment Electrical Distribution Electrical Boxes and Covers Electrical Outlets and Switches DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 2 of 3 Category Manufacturer Price List Title Price List Date/Number Applicable Column Discount Off Price List Offered 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 Fans, Heaters and Ventilation Equipment Flashlights & Batteries Fuses Lamps & Ballasts Enclosures & Cabinets Lighting Fixtures Lugs, Terminals & Connectors Raceway & Plugmold Safety Switches Test Equipment DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 3 of 3 Category Manufacturer Price List Title Price List Date/Number Applicable Column Discount Off Price List Offered 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 Other: Tools & Fasteners Wire & Cable Wiring Devices Other: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 1 of 2 Appendix B-2 - Discount by Category for Data Communications & Security Items for RFP EV2370 Proposer Name: Authorized Signature: INSTRUCTIONS : Category Manufacturer Price List Title Price List Date/Number Applicable Column Discount Off Price List Offered 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 PROPOSAL PRICE SHEET For each category listed, state the manufacturer, price list, price list date and number, applicable column from price list, and the discount percentage off the price list you are offering. If you are offering a product category other than those listed below, identify the category and your offer in the row(s) labeled "Other." You may list up to three (3) manufacturers/price lists per category on this worksheet. If additional space is required, please insert additional rows listing your additional offers in the same format as this bid price sheet. Datacom Cable Datacom Connectivity Power Products Networking Racks and Cabinets Cable Management Tools and Test Equipment Physical Security and Access Control DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 2 of 2 Category Manufacturer Price List Title Price List Date/Number Applicable Column Discount Off Price List Offered 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 Wire & Cable Other: Other: Voice Products Video Surveillance Wireless Solar DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Appendix C - Project Pricing and Additional Discounts for RFP EV2370 Proposer Name: INSTRUCTIONS Authorized Signature: 1)Provide any additional proposed pricing incentives 2)List Services Proposed and the percent mark up over cost Additional Pricing Incentives Discount or Rebate Large Volume Purchase Discounts Quick Payment Discount Annual Rebates Other Services (please list Services Proposed)Proposed Percent (%) Mark up Over Cost DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -1- ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT (“Agreement”) is made as of , by and between U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE (“U.S. Communities”) and (“Supplier”). RECITALS WHEREAS, (“Lead Public Agency”) has entered into a certain Master Agreement dated as of even date herewith, referenced as Agreement No. , by and between Lead Public Agency and Supplier (as amended from time to time in accordance with the terms thereof, the “Master Agreement”) for the purchase of (the “Products and Services”); WHEREAS, the Master Agreement provides that any state, county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization (each a “Public Agency” and collectively, “Public Agencies”) may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with U.S. Communities, in which case the Public Agency becomes a “Participating Public Agency”; WHEREAS, U.S. Communities has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS, U.S. Communities serves in an administrative capacity for Lead Public Agency and other lead public agencies in connection with other master agreements offered by U.S. Communities; WHEREAS, Lead Public Agency desires U.S. Communities to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS, “U.S. Communities Government Purchasing Alliance” is a trade name licensed by U.S. Communities Purchasing & Finance Agency; and WHEREAS, U.S. Communities and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE, in consideration of the mutual covenants contained in this Agreement, U.S. Communities and Supplier hereby agree as follows: ARTICLE I GENERAL TERMS AND CONDITIONS 1.1 The Master Agreement, attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. 1.2 U.S. Communities shall be afforded all of the rights, privileges and indemnifications afforded to Lead Public Agency under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to U.S. Communities under this Agreement DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -2- including, without limitation, Supplier’s obligation to provide insurance and indemnifications to Lead Public Agency. 1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master Agreement. 1.4 U.S. Communities shall perform all of its duties, responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein, and Supplier acknowledges that U.S. Communities shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement, U.S. Communities (a) shall not be construed as a dealer, re- marketer, representative, partner, or agent of any type of Supplier, Lead Public Agency or such Participating Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency, any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by a Participating Public Agency to (i) comply with procedures or requirements of applicable law or ordinance, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement. ARTICLE II TERM OF AGREEMENT 2.1 This Agreement is effective as of and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided, however, that the obligation to pay all amounts owed by Supplier to U.S. Communities through the termination of this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this Agreement. ARTICLE III REPRESENTATIONS AND COVENANTS 3.1 U.S. Communities views the relationship with Supplier as an opportunity to provide benefits to the Lead Public Agency, Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both U.S. Communities and Supplier. 3.2 U.S. Communities’ Representations and Covenants. (a) Marketing. U.S. Communities shall proactively market the Master Agreement to Public Agencies using resources such as a network of major sponsors including the National League of Cities (NLC), the National Association of Counties (NACo), the United States Conference of Mayors (USCM), the Association of School Business Officials (ASBO), and the National Governor’s Association (NGA) (collectively, the “Founding Co-Sponsors”), and individual national, regional and state-level sponsors. In addition, the U.S. Communities staff shall make best efforts to enhance Supplier’s marketing efforts through meetings with Public Agencies, participation in key events and DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -3- tradeshows and other marketing activity such as advertising, articles and promotional campaigns. (b) Training and Knowledge Management Support. U.S. Communities shall provide support for the education, training and engagement of Supplier’s sales force as provided herein. Through its staff (each, a “Program Manager” and collectively, the “Program Managers”), U.S. Communities shall, with scheduling assistance from Supplier, conduct training sessions and conduct calls jointly with Supplier to Public Agencies. U.S. Communities shall also provide Supplier with access to U.S. Communities’ private intranet website which provides presentations, documents and information to assist Supplier’s sales force in effectively promoting the Master Agreement. 3.3 Supplier’s Representations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies (such representations and covenants are sometimes referred to as “Supplier’s Commitments” and are comprised of the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment): (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier’s primary contractual offering of Products and Services to Public Agencies. All of Supplier’s direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier’s primary offering and not just one of Supplier’s contract options. (ii) Supplier’s sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier’s senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier’s Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow-up by Supplier’s staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier’s U.S. Communities program and linked to U.S. Communities’ website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -4- (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state’s request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier’s pricing shall be evaluated on either an overall project basis or the Public Agency’s actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency’s unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency’s purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier’s obligation to match the pricing under Supplier’s contracts offering lower prices. (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier’s pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier’s Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -5- (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier’s sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier’s primary offering to Public Agencies. Supplier’s sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive sales of Supplier’s Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail, online marketing and other sales initiatives are encouraged. All of Supplier’s sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non-transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier’s name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -6- was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the Supplier’s best overall pricing and value to eligible agencies, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train on a national, regional or local level and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage that is accessible from Supplier’s homepage or main menu navigation containing: (1) U.S. Communities standard logo with Founding Co- Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities’ online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities’ online registration process prior to processing the Public Agency’s first sales order. (vi) Supplier’s Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier’s performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -7- contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party 3.4 Breach of Supplier’s Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is found to be in violation of, or non-compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non-compliance and, if Supplier fails to cure such violation or non-compliance within such notice period, it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at U.S. Communities’ sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend U.S. Communities, and its parent companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses (including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall, at Supplier’s sole expense, maintain an accounting of all purchases made by Lead Public Agency and Participating Public Agencies under the Master Agreement. U.S. Communities and Lead Public Agency each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. U.S. Communities shall have the authority to conduct random audits of Supplier’s pricing that is offered to Participating Public Agencies at U.S. Communities’ sole cost and expense. Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to three (3) or more Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S. Communities shall have the ability to conduct a reasonable audit of Supplier’s pricing at Supplier’s sole cost and expense during regular business hours upon reasonable notice. U.S. Communities may conduct the audit internally or may engage a third-party auditing firm on a non-contingent basis. Supplier shall solely be responsible for the cost of the audit. In the event of an audit, the requested materials shall be provided in the format and at the location where kept in the ordinary course of business by Supplier. ARTICLE V FEES & REPORTING 5.1 Administrative Fees. Supplier shall pay to U.S. Communities a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in the amount of two percent (2%) of aggregate purchases made during each calendar month (individually and collectively, “Administrative Fees”). Supplier’s annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities, or its designee or trustee as may be directed in writing by U.S. Communities. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -8- Administrative Fees shall be due and payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such calendar month. U.S. Communities agrees to pay to Lead Public Agency five percent (5%) of all Administrative Fees received from Supplier to help offset Lead Public Agency’s costs incurred in connection with managing the Master Agreement nationally. 5.2 Sales Reports. Within thirty (30) days of the end of each calendar month, Supplier shall deliver to U.S. Communities an electronic accounting report, in the format prescribed by Exhibit B, attached hereto, summarizing all purchases made under the Master Agreement during such calendar month (“Sales Report”). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. Submitted reports shall be verified by U.S. Communities against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. U.S. Communities reserves the right upon reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors and state associations. 5.3 Exception Reporting/Sales Reports Audits. U.S. Communities or its designee may, at its sole discretion, compare Supplier’s Sales Reports with Participating Public Agency records or other sales analysis performed by Participating Public Agencies, sponsors, advisory board members or U.S. Communities staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S. Communities, U.S. Communities shall notify Supplier in writing and Supplier shall have thirty (30) days from the date of such notice to resolve the discrepancy to U.S. Communities’ reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to U.S. Communities’ trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to U.S. Communities in writing to reporting@uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities’ reasonable satisfaction within thirty (30) days, U.S. Communities shall have the right to engage outside services to conduct an independent audit of Supplier’s reports. Supplier shall solely be responsible for the cost of the audit. 5.4 Online Reporting. Within forty-five (45) days of the end of each calendar month, U.S. Communities shall provide online reporting to Supplier containing Supplier’s sales reporting for such calendar month. Supplier shall have access to various reports through the U.S. Communities intranet website. Such reports are useful in resolving reporting issues and enabling Supplier to better manage its Master Agreement. 5.5 Usage Reporting. Within thirty (30) days of the end of each contract year, Supplier shall deliver to U.S. Communities an electronic usage report of all sales under the Master Agreement, including: (i) Supplier’s Product Number (ii) Product Description (iii) Manufacturer Name (iv) Manufacturer Number (v) Unit of Measure (vi) U.S. Communities Price (vii) Number of times ordered (viii) Units sold (ix) Sales by Manufacturer DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -9- 5.6 Supplier’s Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at U.S. Communities’ sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the previous calendar month shall bear interest at the rate of one and one-half percent (1.5%) per month until paid in full. ARTICLE VI MISCELLANEOUS 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 6.2 Assignment. (a) Supplier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of U.S. Communities, and any assignment without such consent shall be void. (b) U.S. Communities. This Agreement and any rights or obligations hereunder may be assigned by U.S. Communities in U.S. Communities’ sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform U.S. Communities’ obligations hereunder. 6.3 Notices. All reports, notices or other communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below. U.S. Communities may, by written notice delivered to Supplier, designate any different address to which subsequent reports, notices or other communications shall be sent. U.S. Communities: U.S. Communities 9711 Washingtonian Blvd. Suite 100 Gaithersburg, MD 20878-7381 Attn: Program Manager Administration Supplier: Attn: U.S. Communities Program Manager 6.4 Severability. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever. 6.5 Waiver. Any failure of a party to enforce, for any period of time, any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -10- 6.6 Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 6.7 Modifications. This Agreement may not be effectively amended, changed, modified, altered or terminated without the prior written consent of the parties hereto. 6.8 Governing Law; Arbitration. This Agreement will be governed by and interpreted in accordance with the laws of the State of California without regard to any conflict of laws principles. Any dispute, claim, or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including the determination of the scope or applicability of this dispute resolution clause, shall be determined by arbitration in Walnut Creek, California, before one (1) arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to recover its reasonable attorneys' fees and arbitration costs from the other party. The arbitration award shall be final and binding. Each party commits that prior to commencement of arbitration proceedings, the parties shall submit the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a mediator from JAMS panel of neutrals, and in promptly scheduling the mediation proceedings. The parties covenant that they will participate in the mediation in good faith, and that they will share equally in its costs. The mediation will be conducted by each party designating a duly authorized officer or other representative to represent the party with the authority to bind the party, and that the parties agree to exchange informally such information as is reasonably necessary and relevant to the issues being mediated. All offers, promises, conduct, and statements, whether oral or written, made in the course of the mediation by any of the parties, their agents, employees, experts, and attorneys, and by the mediator or any JAMS employees, are confidential, privileged, and inadmissible for any purpose, including impeachment, in any arbitration or other proceeding involving the parties, provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non-discoverable as a result of its use in the mediation. If the dispute is not resolved within thirty (30) days from the date of the submission of the dispute to mediation (or such later date as the parties may mutually agree in writing), the administration of the arbitration shall proceed. The mediation may continue, if the parties so agree, after the appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against any application for provisional relief on the ground that a mediation is pending. 6.9 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon U.S. Communities, Supplier and any successor and assign thereto; subject, however, to the limitations contained herein. [Remainder of Page Intentionally Left Blank – Signatures Follow] DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A -11- IN WITNESS WHEREOF, U.S. Communities has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name, all as of the date first written above. U.S. Communities: U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE By Name: Kevin Juhring Title: President Supplier: By Name: Title: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Exhibit A EXHIBIT A MASTER AGREEMENT (To Be Attached) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Exhibit B EXHIBIT B SALES REPORT FORMAT DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (“Agreement”) is made between certain government agencies that execute a Lead Public Agency Certificate (collectively, “Lead Public Agencies”) to be appended and made a part hereof and other government agencies (“Participating Public Agencies”) that agree to the terms and conditions hereof through the U.S. Communities registration process and made a part hereof. RECITALS WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers (each, a “Contract Supplier”) have entered into Master Agreements with Lead Public Agencies to provide a variety of goods, products and services based on national and international volumes (herein “Products and Services”); WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of any intergovernmental cooperative act, if applicable, to the laws of the State of purchase; WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS, the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties agree as follows: 1. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party’s procurement practices. 3. That the cooperative use of solicitations obtained by a party to this Agreement shall be in accordance with the terms and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, efficiency and economy of Participating Public Agencies’ procurement of Products and Services. 5. That the Participating Public Agency will make timely payments to the Contract Supplier for Products and Services received in accordance with the terms and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. Disputes between the Participating Public Agency and Contract Supplier are to be resolved in accord with the law and venue rules of the State of purchase. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 6. The Participating Public Agency shall not use this Agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Participating Public Agency is solely responsible for ordering, accepting, and paying and any other action, inaction or decision regarding the Products and Services obtained under this Agreement. A Lead Public Agency shall not be liable in any manner for any action or inaction or decisions taken by a Participating Public Agency. The Participating Public Agency shall, to the extent permitted by applicable law, hold the Lead Public Agency harmless from any liability that may arise from action or inaction of the Participating Public Agency. 8. The exercise of any rights or remedies by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. 9. This Agreement shall remain in effect until termination by a party giving thirty (30) days prior written notice to U.S. Communities at 2999 Oak Road, Suite 710, Walnut Creek, CA 94597. 10. This Agreement shall become effective after execution of the Lead Public Agency Certificate or Participating Public Agency registration, as applicable. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A SUPPLIER WORKSHEET FOR NATIONAL PROGRAM CONSIDERATION Suppliers are required to meet specific qualifications. Please respond in the spaces provided after each qualification statement below: A. Will pricing for all Products/Services offered be the most competitive pricing offered by your organization to Participating Public Agencies nationally? YES____ NO____ B. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states and the ability to deliver service in Alaska and Hawaii? YES____ *NO____ (*If no, identify the states where you do not have the ability to provide service to Participating Public Agencies.) C. Does your company have a national sales force, dealer network or distributor with the ability to call on Participating Public Agencies in at least 35 U.S. states? YES____ *NO____ (*If no, identify the states where you have the ability to call on Participating Public Agencies.) D. Check which applies for your company sales last year in the United States: _____ Sales between $0 and $25,000,000 _____ Sales between $25,000,001 and $50,000,000 _____ Sales between $50,000,001 and $100,000,000 _____ Sales greater than $100,000,001 E. Does your company have existing capacity to provide electronic and ecommerce ordering and billing? YES____ NO____ F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S. Communities program contract? YES____ NO____ G. Does your company maintain records of your overall Participating Public Agencies’ sales that you can and will share with U.S. Communities to monitor program implementation progress? YES____ NO____ H. Will your company commit to the following program implementation schedule? YES____ NO____ I. Will the U.S. Communities program contract be your lead public offering to Participating Public Agencies? YES____ NO_____ _____________________________________________________________________________ Submitted by: ________________________________ ___________________________________ (Printed Name) (Signature) ________________________________ ___________________________________ (Title) (Date) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A State of Oregon, State of Hawaii, State of Washington Agency Name State Malama Honua Public Charter School HI ST JOHN THE BAPTIST HI Waimanalo Elementary and Intermediate School HI Kailua High School HI PACIFIC BUDDHIST ACADEMY HI HAWAII TECHNOLOGY ACADEMY HI CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. HI MARYKNOLL SCHOOL HI ISLAND SCHOOL HI STATE OF HAWAII, DEPT. OF EDUCATION HI KE KULA O S. M. KAMAKAU HI KAMEHAMEHA SCHOOLS HI HANAHAU`OLI SCHOOL HI KIHEI CHARTER SCHOOL HI EMMANUAL LUTHERAN SCHOOL HI School Lunch Program HI Ewa Makai Middle School HI Variety School of Hawaii HI Our Savior Lutheran School HI BOARD OF WATER SUPPLY HI MAUI COUNTY COUNCIL HI Kauai County Council HI Honolulu Fire Department HI COUNTY OF MAUI HI Lanai Community Health Center HI Maui High Band Booster Club HI Big Brothers Big Sisters HI Tri-Isle Resource Conservation and Development District HI Olanur HI Kumulani Chapel HI Chamber of Commerce Hawaii HI Naalehu Assembly of God HI outrigger canoe club HI One Kalakaua HI Native Hawaiian Hospitality Association HI Islands Hospice Inc HI St. Theresa School HI Hawaii Peace and Justice HI Kauai Youth Basketball Association HI NA HALE O MAUI HI LEEWARD HABITAT FOR HUMANITY HI WAIANAE COMMUNITY OUTREACH HI NA LEI ALOHA FOUNDATION HI HAWAII FAMILY LAW CLINIC DBA ALA KUOLA HI BUILDING INDUSTRY ASSOCIATION OF HAWAII HI UNIVERSITY OF HAWAII FEDERAL CREDIT UNION HI LANAKILA REHABILITATION CENTER INC. HI POLYNESIAN CULTURAL CENTER HI CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST HI BISHOP MUSEUM HI ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA HI ASSOSIATION OF OWNERS OF KUKUI PLAZA HI MAUI ECONOMIC DEVELOPMENT BOARD HI NETWORK ENTERPRISES, INC. HI HONOLULU HABITAT FOR HUMANITY HI ALOHACARE HI ORI ANUENUE HALE, INC. HI IUPAT, DISTRICT COUNCIL 50 HI GOODWILL INDUSTRIES OF HAWAII, INC. HI HAROLD K.L. CASTLE FOUNDATION HI MAUI ECONOMIC OPPORTUNITY, INC. HI EAH, INC. HI DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A PARTNERS IN DEVELOPMENT FOUNDATION HI HABITAT FOR HUMANITY MAUI HI W. M. KECK OBSERVATORY HI HAWAII EMPLOYERS COUNCIL HI HAWAII STATE FCU HI MAUI COUNTY FCU HI PUNAHOU SCHOOL HI YMCA OF HONOLULU HI EASTER SEALS HAWAII HI AMERICAN LUNG ASSOCIATION HI Pohaha I Ka Lani HI Hawaii Area Committee HI Tri-Isle RC&D HI Lanai Federal Credit Union HI Aloha United Way HI Kipuka o Ke Ola HI READ TO ME INTERNATIONAL FOUNDATION HI MAUI FAMILY YMCA HI WAILUKU FEDERAL CREDIT UNION HI ST. THERESA CHURCH HI HALE MAHAOLU HI West Maui Community Federal Credit Union HI Hawaii Island Humane Society HI Western Pacific Fisheries Council HI Kama'aina Care Inc HI International Archaeological Research Institute, Inc. HI Community Empowerment Resources HI Tutu and Me Traveling Preschool HI First United Methodist Church HI United Chinese Society HI Haggai Institue HI St. Francis Healthcare System HI AOAO Royal Capitol Plaza HI Kumpang Lanai HI Child and Family Service HI MARINE SURF WAIKIKI, INC. HI Hawaii Health Connector HI Hawaii Carpenters Market Recovery Program Fund HI Maui Aids Foundation Inc HI Pukalani Baptist Church HI Puu Heleakala Community Association HI Saint Louis School HI Kailua Racquet Club, Ltd. HI Homewise Inc. HI Hawaii Baptist Academy HI Kroc Center Hawaii HI Kupu HI University of the Nations HI ARGOSY UNIVERSITY HI HAWAII PACIFIC UNIVERSITY HI UNIVERSITY OF HAWAII AT MANOA HI RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII HI BRIGHAM YOUNG UNIVERSITY - HAWAII HI University Clinical Research and Association HI Hawaii Medical College HI CHAMINADE UNIVERSITY OF HONOLULU HI Ricoh HI ROMAN CATHOLIC CHURCH IN THE STATE OF HAWAII HI Hawaii Information Consortium HI Leeward Community Church HI E Malama In Keiki O Lanai HI Keawala'i Congregational Church HI Lanai Community Hospital HI Angels at Play Preschool & Kindergarten HI Queen Emma Gardens AOAO HI FAMILY SUPPORT SERVICES OF WEST HAWAII HI Honolulu Community College HI COLLEGE OF THE MARSHALL ISLANDS HI DOT Airports Division Hilo International Airport HI Judiciary - State of Hawaii HI ADMIN. SERVICES OFFICE HI SOH- JUDICIARY CONTRACTS AND PURCH HI DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A STATE DEPARTMENT OF DEFENSE HI HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HI HAWAII HEALTH SYSTEMS CORPORATION HI HAWAII AGRICULTURE RESEARCH CENTER HI STATE OF HAWAII HI Third Judicial Circuit - State of Hawaii HI State of Hawaii Department of Transportation HI Office of the Governor HI State of Hawaii-Department of Health- Disability & Communication Access HI State of Hawaii Department of Human Services HI CITY AND COUNTY OF HONOLULU HI Lanai Youth Center HI Silver Dolphin Bistro HI Commander, Navy Region Hawaii HI US Navy HI Defense Information System Agency HI 84th Engineer Battalion HI Department of Veterans Affairs HI Hawaii County HI Honolulu County HI Kauai County HI Maui County HI Kalawao County HI Aiea HI Anahola HI Barbers Point N A S HI Camp H M Smith HI Captain Cook HI Eleele HI Ewa Beach HI Fort Shafter HI Haiku HI Hakalau HI Haleiwa HI Hana HI Hanalei HI Hanamaulu HI Hanapepe HI Hauula HI Hawaii National Park HI Hawaiian Ocean View HI Hawi HI Hickam AFB HI Hilo HI Holualoa HI Honaunau HI Honokaa HI Honolulu HI Honomu HI Hoolehua HI Kaaawa HI Kahuku HI Kahului HI Kailua HI Kailua Kona HI Kalaheo HI Kalaupapa HI Kamuela HI Kaneohe HI Kapaa HI Kapaau HI Kapolei HI Kaumakani HI Kaunakakai HI Kawela Bay HI Keaau HI Kealakekua HI Kealia HI Keauhou HI Kekaha HI Kihei HI Kilauea HI Koloa HI Kualapuu HI Kula HI Kunia HI Kurtistown HI Lahaina HI Laie HI Lanai City HI DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Laupahoehoe HI Lawai HI Lihue HI M C B H Kaneohe Bay HI Makawao HI Makaweli HI Maunaloa HI Mililani HI Mountain View HI Naalehu HI Ninole HI Ocean View HI Ookala HI Paauhau HI Paauilo HI Pahala HI Pahoa HI Paia HI Papaaloa HI Papaikou HI Pearl City HI Pearl Harbor HI Pepeekeo HI Princeville HI Pukalani HI Puunene HI Schofield Barracks HI Tripler Army Medical Center HI Volvano HI Wahiawa HI Waialua HI Waianae HI Waikoloa HI Wailuku HI Waimanalo HI Waimea HI Waipahu HI Wake Island HI Wheeler Army Airfield HI Brigham Young University - Hawaii HI Chaminade University of Honolulu HI Hawaii Business College HI Hawaii Pacific University HI Hawaii Technology Institute HI Heald College - Honolulu HI Remington College - Honolulu Campus HI University of Phoenix - Hawaii Campus HI Hawaii Community College HI Honolulu Community College HI Kapiolani Community College HI Kauai Community College HI Leeward Community College HI Maui Community College HI University of Hawaii at Hilo HI University of Hawaii at Manoa HI Windward Community College HI Canby School District No 86 OR Central School District 13J (Polk County, Oregon) OR Milton-Freewater Unified School District No 7 OR Scappoose Adventist School OR Ontario School District 8C OR Trillium Charter School OR Echo School District OR Warrenton Hammond School OR Immanuel Lutheran School OR The Emerson School OR Columbia Academy OR VALLEY CATHOLIC SCHL OR CROOK COUNTY SCHOOL DISTRICT OR CORBETT SCHL DIST #39 OR Trinity Lutheran Church and School OR Bethel School District #52 OR OREGON CITY PUBLIC SCHL OR Ppmc Education Committee OR Stayton Christian School OR South Columbia Family School OR Sunrise Preschool OR St. Therese Parish/School OR PINE-EAGLE SCHOOL DISTRICT 061 OR Portland YouthBuilders OR Wallowa County ESD OR Fern Ridge School District 28J OR Knova Learning OR New Horizon Christian School OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A MOLALLA RIVER ACADEMY OR HIGH DESERT EDUCATION SERVICE DISTRICT OR St. Luke Catholic School OR SOUTHWEST CHARTER SCHOOL OR WHITEAKER MONTESSORI SCHOOL OR CASCADES ACADEMY OF CENTRAL OREGON OR NEAH-KAH-NIE DISTRICT NO.56 OR INTER MOUNTAIN ESD OR STANFIELD SCHOOL DISTRICT OR LA GRANDE SCHOOL DISTRICT OR CASCADE SCHOOL DISTRICT OR DUFUR SCHOOL DISTRICT NO.29 OR hillsboro school district OR GASTON SCHOOL DISTRICT 511J OR BEAVERTON SCHOOL DISTRICT OR COUNTY OF YAMHILL SCHOOL DISTRICT 29 OR WILLAMINA SCHOOL DISTRICT OR MCMINNVILLE SCHOOL DISTRICT NO.40 OR Sheridan School District 48J OR THE CATLIN GABEL SCHOOL OR NORTH WASCO CTY SCHOOL DISTRICT 21 - CHENOWITH OR CENTRAL CATHOLIC HIGH SCHOOL OR CANYONVILLE CHRISTIAN ACADEMY OR OUR LADY OF THE LAKE SCHOOL OR NYSSA SCHOOL DISTRICT NO. 26 OR ARLINGTON SCHOOL DISTRICT NO. 3 OR LIVINGSTONE ADVENTIST ACADEMY OR Santiam Canyon SD 129J OR WEST HILLS COMMUNITY CHURCH OR BANKS SCHOOL DISTRICT OR WILLAMETTE EDUCATION SERVICE DISTRICT OR BAKER COUNTY SCHOOL DIST. 16J - MALHEUR ESD OR HARNEY EDUCATION SERVICE DISTRICT OR GREATER ALBANY PUBLIC SCHOOL DISTRICT OR LAKE OSWEGO SCHOOL DISTRICT 7J OR SOUTHERN OREGON EDUCATION SERVICE DISTRICT OR SILVER FALLS SCHOOL DISTRICT OR St Helens School District OR DAYTON SCHOOL DISTRICT NO.8 OR Amity School District 4-J OR SCAPPOOSE SCHOOL DISTRICT 1J OR REEDSPORT SCHOOL DISTRICT OR FOREST GROVE SCHOOL DISTRICT OR DAVID DOUGLAS SCHOOL DISTRICT OR LOWELL SCHOOL DISTRICT NO.71 OR TIGARD-TUALATIN SCHOOL DISTRICT OR SHERWOOD SCHOOL DISTRICT 88J OR RAINIER SCHOOL DISTRICT OR NORTH CLACKAMAS SCHOOL DISTRICT OR MONROE SCHOOL DISTRICT NO.1J OR CHILDPEACE MONTESSORI OR HEAD START OF LANE COUNTY OR HARNEY COUNTY SCHOOL DIST. NO.3 OR NESTUCCA VALLEY SCHOOL DISTRICT NO.101 OR ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL OR LEBANON COMMUNITY SCHOOLS NO.9 OR MT.SCOTT LEARNING CENTERS OR SEVEN PEAKS SCHOOL OR DE LA SALLE N CATHOLIC HS OR MULTISENSORY LEARNING ACADEMY OR MITCH CHARTER SCHOOL OR REALMS CHARTER SCHOOL OR BAKER SCHOOL DISTRICT 5-J OR PHILOMATH SCHOOL DISTRICT OR CLACKAMAS EDUCATION SERVICE DISTRICT OR CANBY SCHOOL DISTRICT OR OREGON TRAIL SCHOOL DISTRICT NO.46 OR WEST LINN WILSONVILLE SCHOOL DISTRICT OR MOLALLA RIVER SCHOOL DISTRICT NO.35 OR ESTACADA SCHOOL DISTRICT NO.108 OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A GLADSTONE SCHOOL DISTRICT OR ASTORIA SCHOOL DISTRICT 1C OR SEASIDE SCHOOL DISTRICT 10 OR NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT OR VERNONIA SCHOOL DISTRICT 47J OR SOUTH COAST EDUCATION SERVICE DISTRICT OR COOS BAY SCHOOL DISTRICT NO.9 OR COOS BAY SCHOOL DISTRICT OR NORTH BEND SCHOOL DISTRICT 13 OR COQUILLE SCHOOL DISTRICT 8 OR MYRTLE POINT SCHOOL DISTRICT NO.41 OR BANDON SCHOOL DISTRICT OR BROOKING HARBOR SCHOOL DISTRICT NO.17-C OR REDMOND SCHOOL DISTRICT OR DESCHUTES COUNTY SD NO.6 - SISTERS SD OR DOUGLAS EDUCATION SERVICE DISTRICT OR ROSEBURG PUBLIC SCHOOLS OR GLIDE SCHOOL DISTRICT NO.12 OR SOUTH UMPQUA SCHOOL DISTRICT #19 OR YONCALLA SCHOOL DISTRICT NO.32 OR ELKTON SCHOOL DISTRICT NO.34 OR DOUGLAS COUNTY SCHOOL DISTRICT 116 OR HOOD RIVER COUNTY SCHOOL DISTRICT OR PHOENIX-TALENT SCHOOL DISTRICT NO.4 OR CENTRAL POINT SCHOOL DISTRICT NO. 6 OR JACKSON CO SCHOOL DIST NO.9 OR ROGUE RIVER SCHOOL DISTRICT NO.35 OR MEDFORD SCHOOL DISTRICT 549C OR CULVER SCHOOL DISTRICT NO. OR JEFFERSON COUNTY SCHOOL DISTRICT 509-J OR GRANTS PASS SCHOOL DISTRICT 7 OR LOST RIVER JR/SR HIGH SCHOOL OR KLAMATH FALLS CITY SCHOOLS OR LANE COUNTY SCHOOL DISTRICT 4J OR SPRINGFIELD SCHOOL DISTRICT NO.19 OR CRESWELL SCHOOL DISTRICT OR SOUTH LANE SCHOOL DISTRICT 45J3 OR LANE COUNTY SCHOOL DISTRICT 69 OR SIUSLAW SCHOOL DISTRICT OR SWEET HOME SCHOOL DISTRICT NO.55 OR LINN CO. SCHOOL DIST. 95C - SCIO SD OR ONTARIO MIDDLE SCHOOL OR GERVAIS SCHOOL DIST. #1 OR NORTH SANTIAM SCHOOL DISTRICT 29J OR JEFFERSON SCHOOL DISTRICT OR SALEM-KEIZER PUBLIC SCHOOLS OR MT. ANGEL SCHOOL DISTRICT NO.91 OR MARION COUNTY SCHOOL DISTRICT 103 - WASHINGTON ES OR MORROW COUNTY SCHOOL DISTRICT OR MULTNOMAH EDUCATION SERVICE DISTRICT OR GRESHAM-BARLOW SCHOOL DISTRICT OR DALLAS SCHOOL DISTRICT NO. 2 OR CENTRAL SCHOOL DISTRICT 13J OR St. Mary Catholic School OR CROSSROADS CHRISTIAN SCHOOL OR ST. ANTHONY SCHOOL OR Pedee School OR HERITAGE CHRISTIAN SCHOOL OR BEND-LA PINE SCHOOL DISTRICT OR GLENDALE SCHOOL DISTRICT OR LINCOLN COUNTY SCHOOL DISTRICT OR PORTLAND PUBLIC SCHOOLS OR REYNOLDS SCHOOL DISTRICT OR CENTENNIAL SCHOOL DISTRICT OR NOBEL LEARNING COMMUNITIES OR St. Stephen's Academy OR McMinnville Adventist Christian School OR Salem-Keizer 24J OR McKay High School OR Pine Eagle Charter School OR Waldo Middle School OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A OAKLAND SCHOOL DISTRICT 001 OR hermiston school district OR Clear Creek Middle School OR Marist High School OR Victory Academy OR Vale School District No. 84 OR St. Mary School OR Junction City High School OR Three Rivers School District OR Fern Ridge School District OR JESUIT HIGH SCHL EXEC OFC OR LASALLE HIGH SCHOOL OR Southwest Christian School OR Willamette Christian School OR Westside Christian High School OR CS LEWIS ACADEMY OR Portland America School OR Forest Hills Lutheran School OR Mosier Community School OR Koreducators Lep High OR Warrenton Hammond School District OR Sutherlin School District OR Malheur Elementary School District OR Ontario School District OR Parkrose School District 3 OR Riverdale School District 51J OR Tillamook School District OR Madeleine School OR Union School District OR Helix School District OR Riddle School District OR Helix School Dist #1 R OR Prospect School District OR Ashbrook Independent School OR Molalla River School District OR Corvallis School District 509J OR Falls City School District #57 OR Portland Christian Schools OR LUCKIAMUTE VALLEY CHARTER SCHOOLS OR Insight School of Oregon Painted Hills OR Deer Creek Elementary School OR Yamhill Carlton School District OR COLTON SCHL DIST 53 OR HARRISBURG SCHL DIST OR CENTRAL CURRY SCHL DIST#1 OR BNAI BRITH CAMP OR OREGON FOOD BANK OR HOSANNA CHRISTIAN SCHL OR ABIQUA SCHL OR Auxiliary services OR Salem keizar school district OR Scio High School OR Athena Weston School District 29RJ OR Butte Falls School District OR Bend International School OR Imbler School District #11 OR monument school OR PENDLETON SCHOOL DISTRICT #16R OR Ohara Catholic School OR MARCOLA SCHOOL DISTRICT 079J OR LINN-BENTON-LINCOLN ESD OR Reynolds High School OR St. Paul School District OR Sabin-Schellenberg Technical Center OR St Paul Parish School OR Joseph School District OR EagleRidge High School OR Grant Community School OR Hope chinese charter OR Northwest Academy OR Sunny Wolf Charter School OR MCKENZIE SCHOOL DISTRICT 068 OR L'Etoiile French Immersion School OR LA GRANDE SCHOOL DISTRICT 001 OR FOSSIL SCHOOL DISTRICT 21J OR Marist Catholic High School OR Springfield Public Schools OR Elgin school dist. OR PLEASANT HILL SCH DIST #1 OR Ukiah School District 80R OR Lake Oswego Montessori School OR North Powder Charter School OR Siletz Valley School OR ALLIANCE CHARTER ACADEMY OR French American School OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Mastery Learning Institute OR North Lake School District 14 OR Early College High School OR GILLIAM COUNTY OREGON OR UMATILLA COUNTY, OREGON OR DOUGLAS ELECTRIC COOPERATIVE, INC. OR MULTNOMAH LAW LIBRARY OR clackamas county OR CLATSOP COUNTY OR COLUMBIA COUNTY, OREGON OR coos county OR CROOK COUNTY ROAD DEPARTMENT OR CURRY COUNTY OREGON OR DESCHUTES COUNTY OR GILLIAM COUNTY OR GRANT COUNTY, OREGON OR HARNEY COUNTY SHERIFFS OFFICE OR HOOD RIVER COUNTY OR jackson county OR josephine county OR klamath county OR LANE COUNTY OR LINN COUNTY OR MARION COUNTY , SALEM, OREGON OR MULTNOMAH COUNTY OR SHERMAN COUNTY OR WASCO COUNTY OR YAMHILL COUNTY OR WALLOWA COUNTY OR ASSOCIATION OF OREGON COUNTIES OR NAMI LANE COUNTY OR BENTON COUNTY OR DOUGLAS COUNTY OR JEFFERSON COUNTY OR LAKE COUNTY OR LINCOLN COUNTY OR POLK COUNTY OR UNION COUNTY OR WASHINGTON COUNTY OR MORROW COUNTY OR Mckenzie Personnel Services OR Washington County Facilities & Park Services OR Multnomah County Department of Community Justice OR NORCOR Juvenile Detention OR Tillamook County Estuary OR Job Council OR BAKER CNTY GOVT OR TILLAMOOK CNTY OR CLACKAMS COUNTY COMMUNITY CORRECTIONS OR Multnomah County Dept of County Assets OR Wheeler County OR Clackamas County Service District # 1/Tri-City Service District OR Resource Connections of Oregon OR Lane County Sheriff's Office OR Clatsop County Sheriff's Office OR Harney County Community Corrections OR Grant County Economic Developement OR Josephine County Public Works OR Clackamas County Juvenile Dept OR Columbia Basin Care Facility OR City of Seaside Police Department OR Tamarack Aquatic Center OR Seven Feathers Casino OR Direction Service, Inc. OR Oliver P Lent PTA OR Kairos OR Willamette Valley Rehab Center OR St Paul Baptist Church OR Long Tom Watershed Council OR San Martin Deporres Catholic Church OR Portland Parks Foundation OR Sweet Home United Methodist Church OR Math Learning Center, The OR Maranatha Church OR Cedar Hills Baptist Church OR Good Samaritan Ministries OR Unitarian Universalist Church in Eugene OR Emmanuel Bible Church OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Portland Community Media OR La Pine Chamber of Commerce OR Stone Creek Christian Church OR Rogue Valley Youth Football OR Bend Elks Lodge 1371 OR Friendly House, Inc. OR Klamath Siskiyou Wildlands Center OR Grace Christian Fellowship OR Grants Pass Seventh-day Adventist Church OR Corvallis Waldorf School OR Farmworkers Housing Development Corporation OR World Forestry Center OR Adapt OR Kid Time OR Oregon Farm Bureau OR Mt Emily Safe Center OR Salem First Presbyterian Church OR Rolling Hills Baptist Church OR Baker Elks OR Gates Community Church of Christ OR PIP Corps LLC OR Turtle Ridge Wildlife Center OR Grande Ronde Model Watershed Foundation OR Western Environmental Law Center OR Oregon District 7 Little League OR Mercy Flights, Inc. OR Metropolitan Contractor Improvement Partnership OR The Christian Church of Hillsboro Oregonb OR Congregation Neveh Shalom OR My Fathers House OR Step Forward Activities Inc OR HHoly Trinity Greek Orthodox Cathedral OR MECOP Inc. OR Workforce Northwest Inc OR Lane Arts Council OR Building Healthy Family OR Intergral Youth Services OR Children Center At Trinity OR OUR SAVIOR'S LUTHERAN CHURCH OR Beaverton Christians Church OR Oregon Humanities OR St. Pius X School OR Community Connection of Northeast Oregon, Inc. OR St Mark Presbyterian Church OR Living Opportunities, Inc. OR Coos Art Museum OR OETC OR Blanchet House of Hospitality OR Garten Services Inc OR Incite Incorporated OR Merchants Exchange of Portland, Oregon OR Coalition for a Livable Future OR West Salem United Methodist OR Rogue River Watershed Council OR Central Oregon Visitors Association OR Soroptimist International of Gold Beach, OR OR Real Life Christian Church OR Milwaukie-Portland Lodge No.142 Benevolent and Protective Order of Elk OR Mainstage Theatre Company OR Dayton Christian Church OR Delphian School OR AVON OR EPUD-Emerald People's Utility District OR Human Solutions, Inc. OR The Wallace Medical Concern OR Boys & Girls Club of Salem, Marion & Polk Counties OR The Ross Ragland Theater and Cultural Center OR Cascade Health Solutions OR Umpqua Community Health Center OR ALZHEIMERS NETWORK OF OREGON OR NATIONAL WILD TURKEY FEDERATION OR TILLAMOOK ESTUARIES PARTNERSHIP OR LIFEWORKS NW OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Independent Development Enterprise Alliance OR MID-WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC OR HALFWAY HOUSE SERVICES, INC. OR REDMOND PROFICIENCY ACADEMY OR OHSU FOUNDATION OR SHELTERCARE OR PRINGLE CREEK SUSTAINABLE LIVING CENTER OR PACIFIC INSTITUTES FOR RESEARCH OR Mental Health for Children, Inc. OR The Dreaming Zebra Foundation OR LAUREL HILL CENTER OR THE OREGON COMMUNITY FOUNDATION OR OCHIN OR WE CARE OREGON OR SE WORKS OR ENTERPRISE FOR EMPLOYMENT AND EDUCATION OR OMNIMEDIX INSTITUTE OR PORTLAND BUSINESS ALLIANCE OR GATEWAY TO COLLEGE NATIONAL NETWORK OR FOUNDATIONS FOR A BETTER OREGON OR GOAL ONE COALITION OR ATHENA LIBRARY FRIENDS ASSOCIATION OR Coastal Family Health Center OR CENTER FOR COMMUNITY CHANGE OR STAND FOR CHILDREN OR ST. VINCENT DEPAUL OF LANE COUNTY OR EAST SIDE FOURSQUARE CHURCH OR CORVALLIS MOUNTAIN RESCUE UNIT OR InventSuccess OR SHERIDAN JAPANESE SCHOOL FOUNDATION OR The Blosser Center for Dyslexia Resources OR MOSAIC CHURCH OR HOUSING AUTHORITY OF LINCOLN COUNTY OR RENEWABLE NORTHWEST PROJECT OR INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION OR CONSERVATION BIOLOGY INSTITUTE OR THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT-OREGON, INC. OR BLACHLY LANE ELECTRIC COOPERATIVE OR MORNING STAR MISSIONARY BAPTIST CHURCH OR NORTHWEST FOOD PROCESSORS ASSOCIATION OR INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON OR OREGON EDUCATION ASSOCIATION OR HEARING AND SPEECH INSTITUTE INC OR SALEM ELECTRIC OR MORRISON CHILD AND FAMILY SERVICES OR JUNIOR ACHIEVEMENT OR CENTRAL BIBLE CHURCH OR MID COLUMBIA MEDICAL CENTER- GREAT 'N SMALL OR TRILLIUM FAMILY SERVICES, INC. OR YWCA SALEM OR PORTLAND ART MUSEUM OR SAINT JAMES CATHOLIC CHURCH OR SOUTHERN OREGON HUMANE SOCIETY OR VOLUNTEERS OF AMERICA OREGON OR CENTRAL DOUGLAS COUNTY FAMILY YMCA OR METROPOLITAN FAMILY SERVICE OR OREGON MUSUEM OF SCIENCE AND INDUSTRY OR FIRST UNITARIAN CHURCH OR ST. ANTHONY CHURCH OR Good Shepherd Medical Center OR Salem Academy OR GEN CONF OF SDA CHURCH WESTERN OR OR PORTLAND ADVENTIST ACADEMY OR ST VINCENT DE PAUL OR OUTSIDE IN OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A UNITED CEREBRAL PALSY OF OR AND SW WA OR WILLAMETTE VIEW INC. OR PORTLAND HABILITATION CENTER, INC. OR OREGON STATE UNIVERSITY ALUMNI ASSOCIATION OR ROSE VILLA, INC. OR NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE OR BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA OR ROGUE FEDERAL CREDIT UNION OR Oregon Research Institute OR WILLAMETTE LUTHERAN HOMES, INC OR LANE MEMORIAL BLOOD BANK OR PORTLAND JEWISH ACADEMY OR LANECO FEDERAL CREDIT UNION OR GRANT PARK CHURCH OR ST. MARYS OF MEDFORD, INC. OR US CONFERENCE OF MENONNITE BRETHREN CHURCHES OR FAITHFUL SAVIOR MINISTRIES OR OREGON CITY CHURCH OF THE NAZARENE OR OREGON COAST COMMUNITY ACTION OR EDUCATION NORTHWEST OR COMMUNITY ACTION TEAM, INC. OR EUGENE SYMPHONY ASSOCIATION, INC. OR STAR OF HOPE ACTIVITY CENTER INC. OR SPARC ENTERPRISES OR SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. OR SALEM ALLIANCE CHURCH OR Lane Council of Governments OR FORD FAMILY FOUNDATION OR TRAILS CLUB OR NEWBERG FRIENDS CHURCH OR WOODBURN AREA CHAMBER OF COMMERCE OR CONTEMPORARY CRAFTS MUSEUM AND GALLERY OR CITY BIBLE CHURCH OR OREGON LIONS SIGHT & HEARING FOUNDATION OR PORTLAND WOMENS CRISIS LINE OR THE SALVATION ARMY - CASCADE DIVISION OR WILLAMETTE FAMILY OR WHITE BIRD CLINIC OR GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES OR PLANNED PARENTHOOD OF SOUTHWESTERN OREGON OR HOUSING NORTHWEST OR OREGON ENVIRONMENTAL COUNCIL OR MEALS ON WHEELS PEOPLE, INC. OR FAITH CENTER OR Bob Belloni Ranch, Inc. OR GOOD SHEPHERD COMMUNITIES OR SACRED HEART CATHOLIC DAUGHTERS OR HELP NOW! ADVOCACY CENTER OR TENAS ILLAHEE CHILDCARE CENTER OR SUNRISE ENTERPRISES OR LOOKING GLASS YOUTH AND FAMILY SERVICES OR SERENITY LANE OR EAST HILL CHURCH OR LA GRANDE UNITED METHODIST CHURCH OR COAST REHABILITATION SERVICES OR Edwards Center Inc OR ALVORD-TAYLOR INDEPENDENT LIVING SERVICES OR NEW HOPE COMMUNITY CHURCH OR KLAMATH HOUSING AUTHORITY OR QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. OR SPONSORS, INC. OR COLUMBIA COMMUNITY MENTAL HEALTH OR ADDICTIONS RECOVERY CENTER, INC OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A METRO HOME SAFETY REPAIR PROGRAM OR OREGON SUPPORTED LIVING PROGRAM OR SOUTH COAST HOSPICE, INC. OR ALLFOURONE/CRESTVIEW CONFERENCE CTR. OR The International School OR REBUILDING TOGETHER - PORTLAND INC. OR PENDLETON ACADEMIES OR PACIFIC FISHERY MANAGEMENT COUNCIL OR DOGS FOR THE DEAF, INC. OR PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. OR EMMAUS CHRISTIAN SCHOOL OR DELIGHT VALLEY CHURCH OF CHRIST OR SAINT CATHERINE OF SIENA CHURCH OR PORT CITY DEVELOPMENT CENTER OR VIRGINIA GARCIA MEMORIAL HEALTH CENTER OR CENTRAL CITY CONCERN OR CANBY FOURSQUARE CHURCH OR EMERALD PUD OR VERMONT HILLS FAMILY LIFE CENTER OR BENTON HOSPICE SERVICE OR INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION OR COMMUNITY CANCER CENTER OR OPEN MEADOW ALTERNATIVE SCHOOLS, INC. OR CASCADIA BEHAVIORAL HEALTHCARE OR WILD SALMON CENTER OR BROAD BASE PROGRAMS INC. OR SUNNYSIDE FOURSQUARE CHURCH OR TRAINING EMPLOYMENT CONSORTIUM OR RELEVANT LIFE CHURCH OR 211INFO OR SONRISE CHURCH OR LIVING WAY FELLOWSHIP OR Women's Safety & Resource Center OR SEXUAL ASSAULT RESOURCE CENTER OR IRCO OR NORTHWEST YOUTH CORPS OR TILLAMOOK CNTY WOMENS CRISIS CENTER OR SECURITY FIRST CHILD DEVELOPMENT CENTER OR CLASSROOM LAW PROJECT OR YOUTH GUIDANCE ASSOC. OR PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND OR ELMIRA CHURCH OF CHRIST OR JASPER MOUNTAIN OR ACUMENTRA HEALTH OR WORKSYSTEMS INC OR COVENANT CHRISTIAN HOOD RIVER OR OREGON DONOR PROGRAM OR NAMI OREGON OR OLIVET BAPTIST CHURCH OR SILVERTON AREA COMMUNITY AID OR CONFEDERATED TRIBES OF GRAND RONDE OR NEIGHBORIMPACT OR CATHOLIC COMMUNITY SERVICES OR NEW AVENUES FOR YOUTH INC OR LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER OR DECISION SCIENCE RESEARCH INSTITUTE, INC. OR WESTERN STATES CENTER OR HIV ALLIANCE, INC OR PARTNERSHIPS IN COMMUNITY LIVING, INC. OR FANCONI ANEMIA RESEARCH FUND INC. OR BLIND ENTERPRISES OF OREGON OR OREGON BALLET THEATRE OR SMART OR All God's Children International OR FARMWORKER HOUISNG DEV CORP OR UMPQUA COMMUNITY DEVELOPMENT CORPORATION OR REGIONAL ARTS AND CULTURE OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A COUNCIL THE EARLY EDUCATION PROGRAM, INC. OR MACDONALD CENTER OR EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. OR SELF ENHANCEMENT INC. OR FRIENDS OF THE CHILDREN OR SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE OR COMMUNITY VETERINARY CENTER OR PORTLAND SCHOOLS FOUNDATION OR SUSTAINABLE NORTHWEST OR OREGON DEATH WITH DIGNITY OR BIRCH COMMUNITY SERVICES, INC. OR BAY AREA FIRST STEP, INC. OR OSLC COMMUNITY PROGRAMS OR EN AVANT, INC. OR ASHLAND COMMUNITY HOSPITAL OR NORTHWEST ENERGY EFFICIENCY ALLIANCE OR BONNEVILLE ENVIRONMENTAL FOUNDATION OR SUMMIT VIEW COVENANT CHURCH OR SALMON-SAFE INC. OR BETHEL CHURCH OF GOD OR PROVIDENCE HOOD RIVER MEMORIAL HOSPITAL OR SAINT ANDREW NATIVITY SCHOOL OR BARLOW YOUTH FOOTBALL OR SPOTLIGHT THEATRE OF PLEASANT HILL OR FAMILIES FIRST OF GRANT COUNTY, INC. OR TOUCHSTONE PARENT ORGANIZATION OR CANCER CARE RESOURCES OR CASCADIA REGION GREEN BUILDING COUNCIL OR SHERMAN DEVELOPMENT LEAGUE, INC. OR SCIENCEWORKS OR WORD OF LIFE COMMUNITY CHURCH OR SOCIAL VENTURE PARTNERS PORTLAND OR OREGON PROGRESS FORUM OR CENTER FOR RESEARCH TO PRACTICE OR WESTERN RIVERS CONSERVANCY OR UNITED WAY OF THE COLUMBIA WILLAMETTE OR EUGENE BALLET COMPANY OR EAST WEST MINISTRIES INTERNATIONAL OR SISKIYOU INITIATIVE OR EDUCATIONAL POLICY IMPROVEMENT CENTER OR North Pacific District of Foursquare Churches OR CATHOLIC CHARITIES OR FIRST CHURCH OF THE NAZARENE OR WESTSIDE BAPTIST CHURCH OR Housing Development Center OR Hoodview Christian Church OR Child Evangelism Fellowship OR Little Promises Chlildren's Program OR UNION GOSPEL MISSION OR GRACE BAPTIST CHURCH OR COMMUNITY ACTION ORGANIZATION OR OUTSIDE IN OR MAKING MEMORIES BREAST CANCER FOUNDATION, INC. OR ELAW OR COMMUNITY HEALTH CENTER, INC OR Greater Portland INC OR Eugene Builders Exchange OR Boys & Girls Club of Corvallis OR Southeast Uplift Neighborhood Coalition OR First United Presbyterian Church OR PDX Wildlife OR Friends of the Opera House OR Jackson-Josephine 4-C Council OR North Coast Family Fellowship OR P E C I OR Childswork Learning Center OR Portland Schools Alliance OR New Artists Performing Arts Productions, Inc. OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Relief Nursery OR St. Mary's Episcopal Church OR Viking Sal Senior Center OR Boys and Girls Club of the rogue valley OR Lincoln City Chamber of Commerce OR DrupalCon Inc., DBA Drupal Association OR Albany Partnership for Housing and Community Development OR SEED OF FAITH MINISTRIES OR Hermiston Christian Center & School OR SALEM FREE CLINICS OR Dress for Success Oregon OR Beaverton Rock Creek Foursquare Church OR St Paul Catholic Church OR St Mary's Catholic School and Parish OR Polk Soil and Water Conservation District OR Street Ministry OR La Grande Church of the Nazarene OR Spruce Villa, Inc. OR OREGON SCHOOL BOARDS ASSOCIATION OR House of Prayer for All Nations OR Sacred Heart Catholic Church OR African American Health Coaliton, Inc. OR Happy Canyon Company OR Village Home Education Resource Center OR Monet's Children's Circle OR Cascade Housing Association OR Dayspring Fellowship OR Northwest Habitat Institute OR Winding Waters Medical Clinic OR First Baptist Church OR The Nature Conservancy, Willamette Valley Field Office OR Serenity Lane Health Services OR Portland Community Reinvestment Initiatives, Inc. OR Christians As Family Adovates OR GeerCrest Farm & Historical Society OR College United Methodist Church OR The Collins Foundation OR Prince of Peace Lutheran Church & School OR NEDCO OR Salem Evangelical Church OR Wild Lilac Child Development Community OR Daystar Education, Inc. OR Oregon Social Learning Center OR Pain Society of Oregon OR environmental law alliance worldwide OR Eugene Country Club OR Community in Action OR Safe Harbors OR FIRST CHRISTIAN CHURCH OR Pacific Classical Ballet OR Depaul Industries OR African American Health Coalition OR Jesus Prayer Book OR Coalition Of Community Health OR River Network OR CCI Enterprises Inc OR Oregon Nurses Association OR GOODWILL INDUSTRIES OF THE COLUMBIA WILLAMETTE OR Mount Angel Abbey OR YMCA OF ASHLAND OR YMCA OF COLUMBIA-WILLAMETTE ASSOCIATION SERVICES OR Multnomah Law Library OR Friends Of Tryon Creek State P OR Ontrack Inc. OR Calvin Presbyterian Church OR HOLT INTL CHILD OR St John The Baptist Catholic OR Portland Foursquare Church OR Portland Christian Center OR Church Extension Plan OR Occu Afghanistan Relief Effort OR EUGENE FAMILY YMCA OR Christ The King Parish and School OR Newberg Christian Church OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A First United Methodist Church OR Zion Lutheran Church OR Southwest Bible Church OR Community Works Inc OR Masonic Lodge Pearl 66 OR Molalla Nazarene Church OR Transition Projects, Inc OR St Michaels Episcopal Church OR Saint Johns Catholich Church OR Access Inc OR Community Learning Center OR Old Mill Center for Children and Families OR Sunny Oaks Inc OR Hospice Center Bend La Pine OR Westside Foursquare Church OR Relief Nursery Inc OR Morning Star Community Church OR MULTNOMAH DEFENDERS INC OR Providence Health System OR Holy Trinity Catholic Church OR Holy Redeemer Catholic Church OR Alliance Bible Church OR CARE OREGON OR Mid Columbia Childrens Council OR HUMANE SOCIETY OF REDMOND OR Our Redeemer Lutheran Church OR Kbps Public Radio OR Skyball Salem Keizer Youth Bas OR Open Technology Center OR Grace Chapel OR CHILDREN'S MUSEUM 2ND OR Solid Rock OR West Chehalem Friends Church OR Guide Dogs For The Blind OR Aldersgate Camps and Retreats OR St. Katherine's Catholic Church OR The Alliance NW of the Christian & Missionary Alliance OR Bags of Love OR Grand View Baptist Church OR Green Electronics Council OR Scottish Rite OR Western Wood Products Association OR Grace Baptist Church of St. Helens, Lil Learners Preschool OR THE NEXT DOOR OR NATIONAL PSORIASIS FOUNDATION OR NEW BEGINNINGS CHRISTIAN CENTER OR HIGHLAND UNITED CHURCH OF CHRIST OR OREGON REPERTORY SINGERS OR HIGHLAND HAVEN OR FAIR SHARE RESEARCH AND EDUCATION FUND OR Oregon Satsang Society, Inc., A chartered Affiliate of ECKANKAR , ECKA OR First Baptist Church of Enterprise OR The Canby Center OR REDMOND FIRE & RESCUE OR Instituto de Cultura y Arte In Xochitl In Cuicatl OR McKenzie Personnel Systems OR OSLC COMMUNITY PROGRAMS OCP OR Oregon Nikkei Endowment OR Grace Community Church OR Eastern Oregon Alcoholism Foundation OR Grantmakers for Education OR The Spiral Gallery OR The ALS Association Oregon and SW Washington Chapter OR Children's Relief Nursery OR Home Builders OR New Life Baptist Church OR Feral Cat Awareness Team OR Florence United Methodist Church OR World of Speed OR SW Community Health Center OR Energy Trust of Oregon OR St. Vincent de Paul Church OR Fr. Bernard Youth Center OR Oregon Psychoanalytic Center OR Store to Door OR Oregon Translational Research and Development Insitute OR Depaul Industries OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A OUR LADY OF PERPETUAL HELP CATHOLIC CHURCH ALBANY OREGON OR SELCO Community Credit Union OR Prairie Baptist Church OR North Coast Christian Church OR Union County Economic Development Corp. OR Camelto Theatre Company OR Camp Fire Columbia OR TAKE III OUTREACH OR Rolling Hills Community Church OR Eugene Swim and Tennis Club OR Summa Institute OR Amani Center OR Billy Webb Elks lodge #1050 OR Silverton Senior Center OR First Evangelical Presbyterian Church of Oregon City OR Joyful Servant Lutheran Church OR Sandy Seventh-day Adventist Church OR Muddy Creek Charter School OR A FAMILY FOR EVERY CHILD OR PORT OF CASCADE LOCKS OR 1000 FRIENDS OF OREGON OR OREGON PEDIATRIC SOCIETY OR NONPROFIT ASSOCIATION OF OREGON OR LUKE DORF INC OR FAMILY CARE INC OR MEDICAL TEAMS INTL OR Clean Slate Canine Rescue & Rehabilitation OR St. Martins Episcopal church OR Food for Lane County OR Clatsop Behavioral Healthcare OR West Coast Haunters Convention OR columbia gorge discovery center and museum OR NAMI of Washington County OR American Legion Aloha Post 104 OR The Dalles Art Association OR Temple Beth Israel OR Willamette Leadership Academy/Pioneer Youth Corps Of Oregon OR Rose Haven OR Dallas Church OR OREGON STATE UNIVERSITY BOOKSTORE INC OR NORTH WILLAMETTE VALLEY HABITAT FOR HUMANITY OR FAIRFIELD BAPTIST CHURCH OR Sexual Assault Support Services OR Neskowin Valley School OR RON WILSON CENTER FOR EFFECTIVE LIVING INC OR St. Joseph Shelter OR The Inn Home for Boys, Inc.9138 OR MCKENZIEWATERSHED COUNCIL OR Opportunity Connections OR MENNONITE HOME OF ALBANY INC OR Oregon Technical Assistance Corporation OR Oregon And Southern Idaho Laborers Employers Training School OR New Life Fellowship Church of God OR Gladstone Senior Center OR Education Travel & Culture, Inc. OR Rural Development Initiatives OR Jason Lee Manor/UMRC OR Jesus Pursuit Church OR YMCA of Marion and Polk Counties OR Urban Gleaners OR PacificSource Health OR Faith Christian Fellowship OR Brookings Elks Lodge OR Tualatin Lacrosse Club OR Tillamook Seventh Day Adventist Church OR Oregon Jewish Community Foundation OR East River Fellowship OR Holy Family Academy OR FIRST BAPTIST CHURCH OF EUGENE OR PORTLAND METRO RESIDENTIAL SERVICES OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Peace Lutheran Church OR Living Word Christian Center OR Housing Authority of Douglas County OR Vietnamese Christian Community Church OR Forest Park Conservancy OR Friends for Animals OR Family Building Blocks OR Greenleaf Industries OR Ananda Center at Laurelwood OR Goodwill Industries of Lane and South Coast OR RB Pamplin Corportaion OR Agia Sophia Academy OR Friends of Driftwood Library OR Consumers Power Inc. OR A. C. Gilbert's Discovery Village OR First Lutheran Church of Astoria OR Fund For Christian Charity OR Deer Meadow Assisted Living OR Oregon Laborers-Employer Administrative Fund, LLC OR Umpqua Basin Water Association OR Alpha Lambda House Corporation OR St John Fisher Catholic Church Portland Oregon OR Eugene Creative Care OR The Church of Christ of Latter Day Saints OR Cascade Height Public Charter School PTA OR G.O.B.H.I OR Association of Oregon Corrections EMployees, Inc. OR A Jesus Church Family OR 300 Main Inc OR Southwestern Oregon Public Defender Services, Inc. OR Albertina Kerr Centers OR Dufur Christian Church OR St. Matthew Catholic School OR Serendipity Center Inc OR Yellowhawk Tribal Health OR CASA of Marion County OR Oregoinans for Food & Shelter OR Westside Church of Christ Inc OR Northwest Family Services OR Network Charter School OR Ride Connecton OR Parenting Now! OR Christian Church of Woodburn OR Verde OR Native American Youth and Family Center Early College Academy OR USO Northwest OR Norkenzie Christian Church OR Little Flower Development Center OR TLO Farms OR Evergreen Wings and Waves OR Ascension Episcopal Parish OR Center for Family Development OR West Salem Foursquare Church OR Good Samaritan Ministry OR Grace Lutheran Church of Molalla OR Trinity Lutheran OR HOPE LUTHERAN CHURCH OR Mount Pisgah Arboretum OR Redeemer Lutheran Church OR Disjecta Contemporary Art Center OR Korean Central Covenant Church of Eugene OR Yankton Baptist Church OR BioGift Anatomical OR Lower Columbia Estuary Partnership OR Mt Hood Hospice OR Opportunity Foundation of central Oregon OR Constructing Hope OR Sprinkfield Elks #2145 OR Abuse Recovery Ministry & Services OR Oasis Shelter Home OR ST HENRYS CHURCH OR Nehalem Bay House OR UNITED METHODIST CHURCH OR p:ear OR Health Share of Oregon OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A St. Peter Catholic Church OR Mid Willamette Valley Community Action OR A Hope For Autism Foundation OR NW Sport Fishing OR Breast Friends OR ScienceWorks Museum OR Willamette Neighborhood Housing Services OR South Salem High Music Boosters OR SEPTL Southeast Portland Tool Library OR Kids Unllimited Academy OR Cappella Romana OR National Christian Community Foundation OR Legal Aid Services of Oregon LITC OR The Sunriver Owners Association OR Willamette Valley Babe Ruth OR Center For Continuous Improvement OR Northwest Center for Alternatives to Pesticides OR Junction City/Harrisburg/Monroe Habitat for Humanity OR The Followers of Christ Church of Oregon City OR SEIU Local 49 OR Emerald Media Group OR West Hills Christian School OR Trillium Sprigs OR Smith Memorial Presbyterian Church OR Western Arts Alliance OR Youth Dynamics OR Ashland Art Center OR Apostolic Church of Jesus Christ OR DOUGLAS FOREST PROTECTIVE OR Oregon Lyme Disease Network OR Ecotrust OR SPECIAL MOBILITY SERVICES OR Bethlehem Christian Pre-School OR Historical Outreach Foundation OR Teras Interventions and Counseling Inc OR Brooklyn Primary PTO OR Mountain View Academy OR Salem Area Chamber of Commerce OR First Congregational Chrch OR OREGON STATE FAIR OR Tri-County Chamber of Commerce Inc OR Ronald McDonald House Charities of Oregon & Southwest Washington OR Center for Human Development OR SafeHaven Humane Society OR Rainier Assembly of God OR EUGENE CHRISTIAN FELLOWSHIP OR Bridges to Change OR DePaul Treatment Centers, Inc. OR Ministerio International Casa OR New Paradise Worship Center OR Mission Increase Foundation OR Curry Public Transit Inc OR THREE RIVERS CASINO OR Brookings Harbor Christian School OR Local 290 OR Hope Church of The Assemblies of God Albany Oregon OR Sherwood Community Friends Church OR Bethesda Lutheran Church OR Legacy Mt. Hood Medical Center OR Adelante Mujeres OR Yamhill Community Care Organization OR Trinity United Methodist Church OR Portland Japanese Garden OR The Madeleine Parish OR The Tucker-Maxon Oral School OR Southwest Neighborhoods, Inc OR Wallowa Valley Center For Wellness OR KIDS INTERVENTION AND DIAGNOSTIC CENTER OR Joy Church Eugene OR Portland Yacht Club OR League of Women Voters OR Oregon & Southern Idaho District Council of Laborers' OR Portland Police Sunshine Division OR Curry Health Network OR United Way of Lane County OR The Lighthouse School OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Olive Plaza OR Rogue Valley Humane Society OR Great Portland Bible OR College Possible OR Unithed Way OR Community Energy Project OR Bridgeport Community Chapel OR Oswego Lake Country Club OR La Grande Foursquare Church OR Portland Oregon Visitors Association OR Barter Union International OR Southern Oregon Project Hope OR Our United Villages OR Youth M.O.V.E. Oregon OR Samaritan Health Services Inc. OR Santiam Assembly of God OR CASCADES WEST FINANCIAL SERVICES IN OR Kilchis House OR Calvary Assembly of God OR Lake Grove Presbyterian Church OR Grace Lutheran School OR Western Mennonite School OR OEA CHOICE TRUST OR American Tinnitus Association OR Oregon Coast Aquarium, Inc. OR HOPE POINT CHURCH OR Unitus Community Credit Union OR St John the Baptist Greek Orthodox Church OR Oregon Independent Automobile Dealers Association OR COLUMBIA PACIFIC ECONOMIC DEVELOPMENT DISTRICT OF OREGON OR St Andrews Presbyterian OR Oregon Rural Electric Cooperative Association OR THE MILL CASINO OR Gateway Prebyterian Church OR Oregon Jewish Museum and Center for Holoacust Education OR Northwest Opening OR Oregon State University OR Treasure Valley Community College OR Institute of Technology OR Unviersity of Oregon OR OREGON UNIVERSITY SYSTEM OR University of Western States OR GEORGE FOX UNIVERSITY OR LEWIS AND CLARK COLLEGE OR PACIFIC UNIVERSITY OR REED COLLEGE OR WILLAMETTE UNIVERSITY OR LINFIELD COLLEGE OR MULTNOMAH BIBLE COLLEGE OR NORTHWEST CHRISTIAN COLLEGE OR NATIONAL COLLEGE OF NATURAL MEDICINE OR BLUE MOUNTAIN COMMUNITY COLLEGE OR PORTLAND STATE UNIV. OR CLACKAMAS COMMUNITY COLLEGE OR MARYLHURST UNIVERSITY OR OREGON HEALTH AND SCIENCE UNIVERSITY OR BIRTHINGWAY COLLEGE OF MIDWIFERY OR pacific u OR UNIVERSITY OF OREGON OR CONCORDIA UNIV OR Marylhurst University OR Corban College OR NORTH MARION SCHL DIST OR University of Oregon - Purchasing and Contracting Services OR Oregon Center For Advanced T OR UNIVERSITY OF PORTLAND OR Portland Actors Conservatory OR University Of Oregon Athletics Department OR Ecola Bible School OR WARNERPACIFIC COLG OR Beta Omega Alumnae OR Oregon Institute of Technology OR EASTERN OREGON UNIVERSITY OR Wilco Farmers OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Harvest Church OR Sociecty of American Foresters OR Clackamas River Water Providers OR eickhoff dev co inc OR Cornerstone Association Inc OR The Klamath Tribe OR advocate care OR Cannon Beach Fire OR Life Flight Network LLC OR OREGON DEPT OF FISH & WILDLIFE- SAUVIE OR COVENANT RETIREMENT COMMUNITIES OR PENTAGON FEDERAL CREDIT UNION OR SAIF CORPORATION OR GREATER HILLSBORO AREA CHAMBER OF COMMERCE OR LANE ELECTRIC COOPERATIVE OR USAGENCIES CREDIT UNION OR PACIFIC CASCADE FEDERAL CREDIT UNION OR LOCAL GOVERNMENT PERSONNEL INSTITUTE OR GRANTS PASS MANAGEMENT SERVICES, DBA OR SPIRIT WIRELESS OR Kartini Clinic OR Astra OR Beit Hallel OR Cvalco OR Elderhealth and Living OR OREGON CORRECTIONS ENTERPRISES OR OREGON STATE HOSPITAL OR OFFICE OF PUBLIC DEFENSE SERVICES OR Clatskanie People's Utility District OR PIONEER COMMUNITY DEVELOPMENT OR MARION COUNTY HEALTH DEPT OR Ricoh USA OR Heartfelt Obstetrics & Gynecology OR Coquille Economic Development Corporation OR CITY/COUNTY INSURANCE SERVICE OR COMMUNITY CYCLING CENTER OR Shangri La OR Portland Impact OR Eagle Fern Camp OR KLAMATH FAMILY HEAD START OR RIVER CITY DANCERS OR Oregon Permit Technical Association OR KEIZER EAGLES AERIE 3895 OR Pgma/Cathie Bourne OR Sunrise Water OR Burns Paiute Tribe OR Oregon Public Broadcasting OR La Grande Family Practice OR Linn Benton Lincoln Educational Services District OR SHERMAN COUNTY SCHOOL DISTRICT OR Ricoh USA OR Sphere MD OR BIENESTAR, INC. OR Solutins Yes OR sunrise water authority OR Mountain Valley Therapy OR EAstern Oregon Trade and Event Center OR Waste-Pro OR NPKA OR IBEW280 OR Confederated Tribes of Warm Springs OR Point West Credit Union OR Oregon State Credit Union OR PIONEER TELEPHONE COOPERATIVE OR Halsey-Shedd Fire District OR Northwest Power and Conservation Council OR Oregon Funeral Directors Association OR Nez Perce Tribe OR Obsidian Urgent Care, P.C. OR First Presbyterian Church of La Grande OR CONFLUENCE ENVIRONMENTAL CENTE OR A&I Benefit Plan Administrators, Inc. OR K Churchill Estates OR CSC HEAD START OR NORTHWEST VINTAGE CAR AND MOTORCYCLE OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A crescent grove cemetery OR IONE HIGH SCHOOL OR Port of Toledo OR Roseburg Police Department OR Molalla Rural Fire Protection District OR MONMOUTH - INDEPENDENCE NETWORK OR EUGENE WATER & ELECTRIC BOARD OR MALIN COMMUNITY PARK AND RECREATION DISTRICT OR TILLAMOOK PEOPLES UTILITY DISTRICT OR GLADSTONE POLICE DEPARTMENT OR GOLD BEACH POLICE DEPARTMENT OR THE NEWPORT PARK AND RECREATION CENTER OR RIVERGROVE WATER DISTRICT OR TUALATIN VALLEY FIRE & RESCUE OR GASTON RURAL FIRE DEPARTMENT OR CITY COUNTY INSURANCE SERVICES OR SOUTH SUBURBAN SANITARY DISTRICT OR SOUTH FORK WATER BOARD OR SUNSET EMPIRE PARK AND RECREATION OR SPRINGFIELD UTILITY BOARD OR Tillamook Urban Renewal Agency OR Netarts Water District OR OAK LODGE SANITARY DISTRICT OR Boardman Rural Fire Protection District OR Tualatin Soil and Water Conservation District OR Silverton Fire District OR Lewis and Clark Rural Fire Protection District OR Rainbow Water District OR Illinois Valley Fire District OR Clatskanie RFPD OR PORT OF TILLAMOOK BAY OR TRI-COUNTY HEALTH CARE SAFETY NET ENTERPRISE OR METROPOLITAN EXPOSITION- RECREATION COMMISSION OR REGIONAL AUTOMATED INFORMATION NETWORK OR OAK LODGE WATER DISTRICT OR THE PORT OF PORTLAND OR WILLAMALANE PARK AND RECREATION DISTRICT OR TUALATIN VALLEY WATER DISTRICT OR UNION SOIL & WATER CONSERVATION DISTRICT OR LANE EDUCATION SERVICE DISTRICT OR TUALATIN HILLS PARK AND RECREATION DISTRICT OR PORT OF SIUSLAW OR CHEHALEM PARK AND RECREATION DISTRICT OR PORT OF ST HELENS OR LANE TRANSIT DISTRICT OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL OR HOODLAND FIRE DISTRICT NO.74 OR MID COLUMBIA COUNCIL OF GOVERNMENTS OR WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT OR SALEM AREA MASS TRANSIT DISTRICT OR Banks Fire District #13 OR KLAMATH COUNTY 9-1-1 OR GLENDALE RURAL FIRE DISTRICT OR COLUMBIA 911 COMMUNICATIONS DISTRICT OR CLACKAMAS RIVER WATER OR NW POWER POOL OR Lowell Rural Fire Protection District OR TriMet Transit OR Estacada Rural Fire District OR Keizer Fire District OR State Accident Insurance Fund Corporation OR Bend Metro Park & Recreation District OR Port of Hood River OR La Pine Park & Recreation District OR Brookings- HArbor School District 17c OR Siuslaw Public Library District OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Tri-County Metropolitan Transportation District of Oregon ("TriMet") OR Columbia River Fire & Rescue OR Fern Ridge Library District OR Bend Park and Recreation District OR Port of Garibaldi OR Seal Rock Water District OR Rockwood Water P.U.D. OR Tillamook Fire District OR Tillamook County Transportation Dist OR Central Lincoln People's Utility District OR Jefferson Park and Recreation OR City of Monmouth / Public Works OR McMinnville Police Department OR Long Creek School District OR City of Sublimity OR City of Central Point Parks and Recreation OR Gearhart Fire Department OR Woodburn City Of OR Brookings Fire / Rescue OR City of Veneta OR CITY OF DAMASCUS OR Hermiston Fire & Emergency Svcs OR CEDAR MILL COMMUNITY LIBRARY OR CITY OF LAKE OSWEGO OR LEAGUE OF OREGON CITIES OR CITY OF SANDY OR CITY OF ASTORIA OREGON OR CITY OF BEAVERTON OR CITY OF BOARDMAN OR CITY OF CANBY OR CITY OF CANYONVILLE OR CITY OF CENTRAL POINT POLICE DEPARTMENT OR CITY OF CLATSKANIE OR CITY OF CONDON OR CITY OF COOS BAY OR CITY OF CORVALLIS OR CITY OF CRESWELL OR CITY OF ECHO OR CITY OF ESTACADA OR CITY OF EUGENE OR CITY OF FAIRVIEW OR CITY OF GEARHART OR CITY OF GOLD HILL OR CITY OF GRANTS PASS OR CITY OF GRESHAM OR CITY OF HILLSBORO OR CITY OF HOOD RIVER OR CITY OF JOHN DAY OR CITY OF KLAMATH FALLS OR CITY OF LA GRANDE OR CITY OF MALIN OR CITY OF MCMINNVILLE OR CITY OF HALSEY OR CITY OF MEDFORD OR CITY OF MILL CITY OR CITY OF MILWAUKIE OR CITY OF MORO OR CITY OF MOSIER OR CITY OF NEWBERG OR CITY OF OREGON CITY OR CITY OF PILOT ROCK OR CITY OF POWERS OR RAINIER POLICE DEPARTMENT OR CITY OF REEDSPORT OR CITY OF RIDDLE OR CITY OF SCAPPOOSE OR CITY OF SEASIDE OR CITY OF SILVERTON OR CITY OF STAYTON OR City of Troutdale OR CITY OF TUALATIN, OREGON OR CITY OF WARRENTON OR CITY OF WEST LINN/PARKS OR CITY OF WOODBURN OR CITY OF TIGARD, OREGON OR CITY OF AUMSVILLE OR CITY OF PORT ORFORD OR CITY OF EAGLE POINT OR CITY OF WOOD VILLAGE OR St. Helens, City of OR CITY OF WINSTON OR CITY OF COBURG OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A CITY OF NORTH PLAINS OR CITY OF GERVAIS OR CITY OF YACHATS OR FLORENCE AREA CHAMBER OF COMMERCE OR PORTLAND DEVELOPMENT COMMISSION OR CITY OF CANNON BEACH OR OR CITY OF ST. PAUL OR CITY OF ADAIR VILLAGE OR CITY OF WILSONVILLE OR CITY OF HAPPY VALLEY OR CITY OF SHADY COVE OR CITY OF LAKESIDE OR CITY OF MILLERSBURG OR CITY OF GATES OR KEIZER POLICE DEPARTMENT OR CITY OF DUNDEE OR CITY OF AURORA OR THE CITY OF NEWPORT OR CITY OF ALBANY OR CITY OF ASHLAND OR CITY OF LEBANON OR CITY OF PORTLAND OR CITY OF SALEM OR CITY OF SPRINGFIELD OR METRO OR CITY OF BURNS OR CITY OF COTTAGE GROVE OR CITY OF DALLAS OR CITY OF FALLS CITY OR CITY OF PHOENIX OR CITY OF PRAIRIE CITY OR CITY OF REDMOND OR CITY OF SHERWOOD OR City of junction city OR City of Florence OR Columbia Gorge Community OR City of Dayton OR City of Carlton OR City of Pendleton Convention Center OR City of Monmouth OR City of Philomath OR City of Sheridan OR Seaside Public Library OR City of Yoncalla OR La Grande Police Department OR Cove City Hall OR NW PORTLAND INDIAN HEALTH BOARD OR Portland Patrol Services OR City Of Bend OR City Of Coquille OR City Of Molalla OR ROCKWOOD WATER PEOPLE'S UTILITY DISTRICT OR City of St. Helens OR City of North Powder OR City of Eugene OR City of Cornelius, OR OR Toledo Police Department OR Springfield Public Library OR City of Independence OR City of Cascade Locks OR City of Columbia City OR City of Baker City OR McMinnville Water & Light OR City of Pendleton Parks & Recreation OR CITY OF HEPPNER OR CITY OF SWEETHOME OR CITY OF THE DALLES OR CLACKAMAS FIRE DIST#1 OR DESCHUTES PUBLIC LIBRARY OR STAYTON FIRE DISTRICT OR Lake County Chamber of Commerce Inc OR City of Ontario OR City of Corvallis Parks and Recreation OR North Lincoln Fire & Rescue #1 OR Gresham Police Department OR City of Harrisburg OR Gladstone Public Library OR City of Portland Parks Bureau OR City of Astoria Parks Dept. OR Seaside Fire & Rescue OR Florence Police Department OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A City Of North Bend OR City of Union OR City of Nehalem OR City of Richland OR CITY OF LINCOLN CITY OR City of Donald OR City of Milton-Freewater OR CITY OF MADRAS OR CITY OF SCIO OR City of Forest Grove OR City Govrnment OR City of Mt. Angel OR Albany Police Department OR Umatilla Electric Cooperative OR WATER ENVIRONMENT SERVICES OR Polk County Fire District No.1 OR Clatsop Care Health District-Clatsop Retirement Village OR Netarts-Oceanside RFPD OR UIUC OR Rogue River Fire District OR Aurora Rural FIre District OR Tillamook County Emergency Communications District OR Southern Coos Hospital OR Oregon Cascades West Council of Governments OR MULTONAH COUNTY DRAINAGE DISTRICT #1 OR PORT OF BANDON OR OR INT'L PORT OF COOS BAY OR MID-COLUMBIA CENTER FOR LIVING OR DESCHUTES COUNTY RFPD NO.2 OR YOUNGS RIVER LEWIS AND CLARK WATER DISTRICT OR PACIFIC STATES MARINE FISHERIES COMMISSION OR CENTRAL OREGON IRRIGATION DISTRICT OR MARION COUNTY FIRE DISTRCT #1 OR COLUMBIA RIVER PUD OR SANDY FIRE DISTRICT NO. 72 OR BAY AREA HOSPITAL DISTRICT OR NEAH KAH NIE WATER DISTRICT OR PORT OF UMPQUA OR EAST MULTNOMAH SOIL AND WATER CONSERVANCY OR Benton Soil & Water Conservation District OR DESCHUTES PUBLIC LIBRARY SYSTEM OR CLEAN WATER SERVICES OR North Douglas County Fire & EMS OR Crooked River Ranch Rural Fire Protection District OR PARROTT CREEK CHILD & FAM OR South Lane County Fire And Rescue OR Mill City RFPD OR Lake Chinook Fire & Rescue OR Clackamas County Water Environment Services OR Amity Fire District OR CENTRAL OREGON COMMUNITY COLLEGE OR UMPQUA COMMUNITY COLLEGE OR LANE COMMUNITY COLLEGE OR MT. HOOD COMMUNITY COLLEGE OR LINN-BENTON COMMUNITY COLLEGE OR SOUTHWESTERN OREGON COMMUNITY COLLEGE OR PORTLAND COMMUNITY COLLEGE OR CHEMEKETA COMMUNITY COLLEGE OR ROGUE COMMUNITY COLLEGE OR COLUMBIA GORGE COMMUNITY COLLEGE OR TILLAMOOK BAY COMMUNITY COLLEGE OR KLAMATH COMMUNITY COLLEGE DISTRICT OR Oregon Coast Community College OR Clatsop Community College OR North Portland Bible College OR OREGON COMMUNITY COLLEGE ASSOCIATION OR Umpqua Valley Public Defender OR Teacher Standards and Pracitices Commission OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Salem Keizer School District Purchasing OR Kdrv Channel 12 OR Opta Oregon Permit Technician OR Oregon Forest Resources Institute OR Office of the Ong Term Care Ombudsman OR Oregon State Lottery OR OREGON TOURISM COMMISSION OR OREGON STATE POLICE OR OFFICE OF THE STATE TREASURER OR OREGON DEPT. OF EDUCATION OR SEIU LOCAL 503, OPEU OR OREGON DEPARTMENT OF FORESTRY OR OREGON STATE DEPT OF CORRECTIONS OR OREGON CHILD DEVELOPMENT COALITION OR OFFICE OF MEDICAL ASSISTANCE PROGRAMS OR OREGON OFFICE OF ENERGY OR OREGON STATE BOARD OF NURSING OR BOARD OF MEDICAL EXAMINERS OR OREGON LOTTERY OR OREGON BOARD OF ARCHITECTS OR SANTIAM CANYON COMMUNICATION CENTER OR OREGON DEPT OF TRANSPORTATION OR OREGON TRAVEL INFORMATION COUNCIL OR OREGON DEPARTMENT OF EDUCATION OR OREGON DEPT. OF CORRECTIONS OR DEPARTMENT OF ADMINISTRATIVE SERVICES OR Oregon Board of Massage Therapists OR Oregon Forest Industries Council OR Oregon Tradeswomen OR Oregon Convention Center OR OREGON SCHL BRDS ASSOCIAT OR Central Oregon Home Health and Hos OR Oregon Health Care Quality Cor OR OREGON DEPARTMENT OF HUMAN SERVICES OR Oregon Air National Guard OR Training & Employment OR State of Oregon - Department of Administrative Services OR Aging and People with Disabilities OR Department of Administrative Services OR Oregon State Treasury OR Oregon State Fair Council OR Oregon DEQ OR Procurement Services/DAS OR STATE OF OREGON OR OREGON JUDICIAL DEPARTMENT OR Oregon State Board of Architect Examiners OR Oregon Board of Chiropractic Examiners OR City of Astoria Fire Department OR Columbia Gorge ESD OR Nehalem Bay Wastewater OR Association of Oregon Community Mental Health Programs OR VA OR US FISH AND WILDLIFE SERVICE OR Bonneville Power Administration OR Bureau Of Land Management OR Oregon Army National Guard OR USDA Forest Service OR 123d Fighter Squadron OR Yellowhawk Tribal Health Center OR ANGELL JOB CORPS OR Coquille Indian Housing Authority OR COLLEGE HOUSING NORTHWEST OR HOUSING AUTHORITY OF CLACKAMAS COUNTY OR HOUSING AUTHORITY OF PORTLAND OR WEST VALLEY HOUSING AUTHORITY OR HOUSING AUTHORITY AND COMMUNITY SERVICES AGENCY OR NORTH BEND CITY- COOS/URRY HOUSING AUTHORITY OR MARION COUNTY HOUSING AUTHORITY OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HOUSING AUTHORITY OF THE CITY OF SALEM OR Housing Authority of Yamhill County OR The Housing Authority of the County of Umatilla OR homeforward OR DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A EV2370 ISSUE DATE: 09/06/2017 (REV. 06-17-13) Page 1 of 2 ATTACHMENT NO. 3 REFERENCES PROPOSER REFERENCES FROM CLIENTS Proposers are required to provide three (3) client references, including contact information, for similar projects that the Proposer has completed within the past five (5) years. It is preferred that at least one (1) client reference be a government sector client. The Proposer is required to include the three (3) references in the Proposal submitted to the City. CITY OF KCMO REFERENCE CHECK GENERAL INFORMATION Name of Proposer Subcontractor/Third Party Product or Service Reviewed REFERENCE CHECK INFORMATION Business/Firm Name Business/Firm Address Contact Name Title Telephone Number Fax Number E-mail Address DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A EV2370 ISSUE DATE: 09/06/2017 (REV. 06-17-13) Page 2 of 2 To submit a reference, please respond to the following questions: 1. What services did the Business/Firm provide for you? 2. Were the services performed satisfactorily? 3. Were the invoices detailed and accurate? If the invoicing was not accurate, explain how easy or difficult it was to reconcile or have the invoicing updated. 4. Were there any staffing disputes? If so, explain how easy or difficult it was to have staff replaced. 5. Were you happy with the cost of your services? 6. Are you still using this Business/Firm for these services? 7. Do you plan to continue this relationship? 8. Additional Comments: Name of Client Contact (Print) Signature and Date DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 1 of 12 HRD INSTRUCTIONS FOR REQUESTS FOR QUALIFICATIONS/PROPOSALS PART A. MINORITY/WOMEN BUSINESS ENTERPRISE REQUIREMENTS I. City’s MBE/WBE Program. A. The City has adopted a Minority/Women Business Enterprise (“MBE/WBE”) Program (Sections 38-84 through 38-100.8, Code of Ordinances) (the “Program”) to implement the City’s policy of supporting the fullest possible participation in City contracts and change orders of firms owned and controlled by minorities and women. Each construction project may have an MBE and/or WBE goal for participation. An MBE or WBE goal is a numerical objective the City has set for the contract. Goals are stated as a percentage of contract dollars. For example, if an MBE goal for a contract is 10% and a Proposer submits a proposal of $100,000, the goal for MBE participation would equal $10,000. The specific MBE/WBE goals on this project are set forth elsewhere in the proposal specifications. B. By submitting a proposal, the Proposer agrees, as a material term of the contract, to carry out the City’s MBE/WBE Program by making good faith efforts to include certified MBE/WBEs in the project work to the extent of the goals listed for the project and to the fullest extent consistent with submitting the best proposal to the City. Proposer agrees that the Program is incorporated into this document and agrees to follow the Program. Although it is not a requirement that a Proposer in fact meet or exceed both the MBE and WBE Goals, it is a requirement for approval of the proposal that a Proposer objectively demonstrate to the City that good faith efforts have been made to meet the Goals. C. The following HRD Forms are attached and must be used for MBE/WBE submittals: 1. Affidavit of Intended Utilization (HRD Form 13); and 2. Contractor Utilization Plan/Request for Waiver (HRD Form 8A); and 3. Letter of Intent to Subcontract (HRD Form 00450.01); and 4. Timetable for MBE/WBE Utilization (HRD Form 10); and 5. Request for Modification or Substitution (HRD Form 11); and 6. Contractor Affidavit for Final Payment (Form 01290.14); and 7. Subcontractor Affidavit for Final Payment (Form 01290.15). Warning: The City only gives MBE/WBE credit for a Proposer’s use of City certified MBE/WBEs. A certified MBE/WBE firm is a firm that has been certified by the City’s Human Relations Department as such. Certified MBEs and WBEs are listed in the M/W/DBE Kansas City Mo. Online Directory, which is available on the City’s website at www.kcmo.org. Before a Proposer submits a proposal, Proposer should contact HRD and consult the directory to make sure any firm proposed for use for MBE/WBE participation has been certified. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 2 of 12 II. Required Submissions with Proposal. A. Proposer must submit the following document with its proposal: 1. Affidavit of Intended Utilization (HRD Form 13). This form states a Proposer’s intent to use certified MBE/WBEs in the performance of the contract. III. Required Submissions Prior to Contract Award. A. Proposer must submit the following documents prior to contract award. 1. Contractor Utilization Plan/Request for Waiver (HRD Form 8). This form states a Proposer’s plan to use specific certified MBE/WBEs in the performance of the contract and includes the following: a. The work to be performed by each MBE/WBE and the amounts each is to be paid for the work; and b. The name, address, race or ethnic origin, gender and employer identification number or social security number of each MBE/WBE that will perform the work. c. An automatic request for waiver in the event Proposer has not met or exceeded the MBE and/or WBE goals for the contract but believes that it has made good faith efforts to meet or exceed the goals and desires a waiver of the goals. If a waiver is requested, HRD will examine the Proposer’s documentation of good faith efforts and make a recommendation to grant or deny the waiver. HRD will recommend a waiver be granted only if the Proposer has made good faith efforts to obtain MBE/WBE participation. 2. Letter(s) of Intent to Subcontract (HRD Form 00450.01). A letter must be provided from each MBE/WBE listed on the Contractor Utilization Plan. These letters verify that the MBE/WBE has agreed to execute a formal agreement for the work and indicate the scope of work to be performed and the price agreed upon for the work. IV. Additional Required Submissions when Requested by City. A. Proposer must submit the following documents when requested by City: 1. Timetable for MBE/WBE Utilization (HRD Form 10). 2. Documentation of good faith efforts. V. Required Monthly Submissions during term of Contract. A. Proposers must submit the following document on a monthly basis if awarded the contract: 1. M/WBE Monthly Utilization Report (HRD Form 00485.01). This report must be submitted to the Director by the 15th of each month. Failure to submit timely reports may result in delays in processing of current and future contract approvals and payment applications. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 3 of 12 VI. Required Submittals for Final Contract Payment. A. Proposer must submit the following documents with its request for final payment under the contract: 1. Contractor Affidavit for Final Payment (Form 01290.14) 2. Subcontractor Affidavit(s) for Final Payment (Form 01290.15) VII. Additional Submittals. A. Proposer may be required to make additional submittals during the term of the Contract, including Request for Modification or Substitution (HRD Form 11). Refer to Section X, Modification of the Contractor Utilization Plan or Substitution of an MBE/WBE, for additional instructions on when this form must be submitted. VIII. MBE/WBE Participation Credit. A. The following shall be credited towards achieving the goals: 1. The total contract dollar amount that a prime contractor has paid or is obligated to pay to a subcontractor that is a qualified MBE or WBE, except as otherwise expressly provided for herein. 2. Twenty-five percent (25%) of the total dollar amount paid or to be paid by a prime contractor to obtain supplies or goods from a supplier who is a qualified MBE or WBE. 3. Ten percent (10%) of the total dollar amount paid or to be paid by a prime contractor to obtain supplies or goods from a supply broker who is a qualified MBE or WBE. 4. One hundred percent (100%) of the total dollar amount paid or to be paid by a prime contractor to a manufacturer of construction supplies who is a qualified MBE or WBE. 5. Subcontractor participation with a lower tier MBE/WBE subcontractor using one of the above methods of participation. B. NO CREDIT, however, will be given for the following: 1. Participation in a contract by a MBE or WBE that does not perform a commercially useful function as defined by the Program; and 2. Any portion of the value of the contract that an MBE or WBE subcontractor subcontracts back to the prime contractor or any other contractor who is not a qualified MBE/WBE; and 3. An MBE or WBE prime contractor’s own participation in its contract with City; and 4. Materials and supplies used on the contract unless the MBE/WBE is responsible for negotiating the price, determining quality and quantity, ordering the materials and installing (where applicable) and paying for material itself; and 5. Work performed by an MBE or WBE in a scope of work other than that in which the MBE or WBE is currently certified. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 4 of 12 IX. Methods for Securing Participation of MBE/WBEs and Good Faith Efforts. A. A Proposer is required to make good faith efforts to achieve the MBE/WBE goals. Good faith efforts are efforts that, given all relevant circumstances, a Proposer actively and aggressively seeking to meet the goals can reasonably be expected to make. Good faith efforts must be made before the Proposer submits a Contractor Utilization Plan/Request for Waiver (HRD Form 8) Warning: Efforts to obtain MBE and/or WBE participation made after a Contractor Utilization Plan is submitted cannot be used to show the Proposer made good faith efforts. B. In evaluating good faith efforts, the Director of HRD will consider whether the Proposer has performed the following, along with any other relevant factors: 1. Advertised opportunities to participate in the contract in general circulation media, trade and professional association publications, small and minority business media, and publications of minority and women’s business organizations in sufficient time to allow MBE and WBE firms to participate effectively. 2. Provided notice to a reasonable number of minority and women’s business organizations of specific opportunities to participate in the contract in sufficient time to allow MBE and WBE firms to participate effectively. 3. Sent written notices, by certified mail or facsimile, to qualified MBEs and WBEs soliciting their participation in the contract in sufficient time to allow them to participate effectively. 4. Attempted to identify portions of the work for qualified MBE and/or WBE participation in order to increase the likelihood of meeting the goals, including breaking down contracts into economically feasible units. A Proposer should send letters by certified mail or facsimile to those MBE/WBE contractors identified by HRD listed in those categories which are in those subcontractors’ scope of work. The portion of work for which a proposal from an MBE/WBE is being solicited shall be as specific as possible. Letters which are general are not acceptable. 5. Requested assistance in achieving the goals from the Director and acted on the Director’s recommendations. 6. Conferred with qualified MBEs and WBEs and explained the scope and requirements of the work for which their bids or proposals were solicited. 7. Attempted to negotiate in good faith with qualified MBEs and WBEs to perform specific subcontracts; not rejecting them as unqualified without sound reasons based on a thorough investigation of their capabilities. Documentation of good faith negotiations with MBE/WBEs from whom proposals were received in an effort to reach a mutually acceptable price should include: a. Names, addresses and telephone numbers of MBE/WBEs that were contacted and date of contact; b. The information provided to MBE/WBEs regarding the plans and DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 5 of 12 specifications for portions of the work to be performed by them; c. The reasons no agreement was reached with any MBE/WBE, including the basis for any bid rejection (i.e., availability, price, qualifications or other); d. Descriptions of attempts to provide technical assistance to MBE/WBEs to obtain necessary insurance and/or to obtain necessary supplies at the best prices available. C. A Proposer will be required to give the City documentation to prove that it made good faith efforts. The Proposer will be contacted by the City with further instructions about when this documentation must be submitted. X. Modification of the Contractor Utilization Plan or Substitution of an MBE/WBE. A. A Proposer may need to substitute an MBE and/or WBE or request that the amount of MBE/WBE participation listed in its Contractor Utilization Plan be modified. Proposer must file a Request for Modification or Substitution (HRD Form 11) prior to actual substitution and within a reasonable time after learning that a modification or substitution is necessary. The Director may approve substitutions or modifications and upon approval, the modifications and substitutions will become an amendment to the Contractor Utilization Plan. Modifications or substitutions may be approved when: 1. The Director finds that the Proposer made and provided evidence of good faith efforts to substitute the MBE/WBE listed on the Contractor Utilization Plan with other certified MBE/WBEs for the scope of work or any other scope of work in the contract; AND 2. The Director also finds one of the following: a. The listed MBE/WBE is non-responsive or cannot perform; or b. The listed MBE/WBE has increased its previously quoted price to the bidder, proposer or contractor without a corresponding change in the scope of the work; or c. The listed MBE/WBE has committed a material default or breach of its contract with the contractor; or d. Requirements of the scope of work of the contract have changed and render subcontracting not feasible or not feasible at the levels required by the goals established for the contract; or e. The listed MBE/WBE is unacceptable to the contracting department; or f. The listed MBE/WBE thereafter had its certification revoked; or g. The Proposer or Contractor has not attempted intentionally to evade the requirements of the Program and it is in the best interests of the City to allow a modification or substitution. B. A modification shall not be made unless the modification or substitution has first been requested and approved by the Director. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 6 of 12 XI. Appeals. (Applicable only if the RFQ/P is for a construction project) A. In conformance with the Act, appeals may be made to the City Fairness in Construction Board on the following: 1. The grant or denial of a Request for Waiver; 2. Substitution for an MBE/WBE listed on a Contractor Utilization Plan; 3. Modification of the percentage of MBE/WBE participation on a Contractor Utilization Plan; 4. Liquidated Damages; 5. The amount of MBE/WBE credit the Contractor may receive for MBE/WBE participation identified in the contractor utilization plan. B. Any appeal must be filed in writing with the Director within ten (10) working days of notice of the determination. Mailing, faxing, personal delivery or posting at HRD of determinations shall constitute notice. The appeal shall state with specificity why the Proposer or Contractor believes the determination is incorrect C. Failure to file a timely appeal shall constitute a waiver of a Proposer’s or Contractor’s right to appeal such determination and such person shall be estopped to deny the validity of any determination which could have been timely appealed. XII. Access to Documents and Records. A. By submitting a proposal, each Proposer agrees to permit the City, its duly authorized agents or employees, access at all reasonable times to all books and business records of Proposer as may be necessary to ascertain compliance with the requirements of this document and the Act, within ten (10) days of the date of the written request. B. All Proposers agree to cooperate with the contracting department and HRD in studies and surveys regarding the MBE/WBE program. XIII. Miscellaneous. A. A Proposer or Contractor shall bear the burden of proof with regard to all issues on appeal. B. In the event of any conflict between this document and the Program, the provisions of the Program shall control. The terms used in this document are defined in the Program. C. Oral representations are not binding on the City. D. The City Council may waive the requirements of this document and the Program and award the contract to the best proposer if the City Council determines a waiver is in the best interests of the City. XIV. Liquidated Damages – MBE/WBE Program. A. If Contractor fails to achieve the MBE/WBE goals stated in its Contractor Utilization Plan, as amended, the City will sustain damages, the exact extent of which would be difficult or impossible to ascertain. Therefore, in order to liquidate those damages, the DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 7 of 12 monetary difference between the amount of the MBE/WBE goals set forth in the Contractor Utilization Plan, as amended, and the amount actually paid to qualified MBEs and WBEs for performing a commercially useful function will be deducted from the Contractor’s payments as liquidated damages. In determining the amount actually paid to qualified MBEs and WBEs, no credit will be given for the portion of participation that was not approved by the Director, unless the Director determines that the Contractor acted in good faith. No deduction for liquidated damages will be made when, for reasons beyond the control of the Contractor, the MBE/WBE participation stated in the Contractor Utilization Plan, as amended and approved by the Director is not met. [Specifier: The remainder of this document is applicable ONLY IF the RFQ/P is for a construction project that the City estimates will require more than 800 construction labor hours and cost in excess of $324,000.00 to construct. If this is not applicable to your RFQ/P, delete the remainder of this document. Be sure to delete this note before printing] PART B. CONSTRUCTION EMPLOYMENT PROGRAM REQUIREMENTS (THIS PART IS APPLICABLE TO CITY CONSTRUCTION CONTRACTS ESTIMATED BY THE CITY PRIOR TO SOLICITATION AS REQUIRING MORE THAN 800 CONSTRUCTION LABOR HOURS AND COSTING IN EXCESS OF $324,000.00.) I. City’s Construction Employment Program. A. The City has adopted a Construction Employment Program (Sections 38-83.1 through 38- 83.13, Code of Ordinances) (the “Program”) to implement the City’s policy of supporting the fullest possible utilization of minority and women workers in the construction industry. A person or firm who is awarded a contract to construct, reconstruct, improve, enlarge or alter any fixed work that is estimated by the City prior to solicitation as requiring more than 800 construction labor hours, has an estimated costs that exceeds $324,000.00, and involves the expenditure of public funds, is subject to company-wide construction employment goals. The minimum goals are currently set at 10% for minorities and 2% for women, but public recognition may be provided if the Proposer achieves at least twice the minimum participation. The successful Proposer may meet these company-wide goals by counting the Proposer’s utilization of minorities and women throughout the Kansas City metropolitan statistical area. B. By submitting a proposal, the Proposer agrees, as a material term of the contract, to carry out the City’s Construction Employment Program by making good faith efforts to utilize minority and women workers on the Proposer’s job sites to the fullest extent consistent with submitting the best proposal to the City. Proposer agrees that the Program is incorporated into this document and agrees to follow the Program. Although it is not a requirement that a Proposer in fact meet or exceed the construction employment goals to receive approval from HRD, a Proposer not doing so is required to objectively DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 8 of 12 demonstrate to HRD that good faith efforts have been made. C. The following HRD Forms are to be used for Construction Employment Program submittals: 1. Project Workforce Monthly Report (HRD Form 00485.02) 2. Company-Wide Workforce Monthly Report (HRD Form 00485.03) II. Required Monthly Submissions during Term of Contract. A. Proposer must submit the following documents on a monthly basis if awarded the contract: 1. Project Workforce Monthly Report (HRD Form 00485.02). This report is contract specific. Two copies of this report must be submitted to the Director by the 15th of each month. The first copy will be utilized to report the Proposer’s own workforce compliance data with regard to the City’s construction contract. The second copy will be utilized to report consolidated workforce compliance data for every subcontractor retained on the City’s construction contract. Failure to submit timely reports may result in delays in processing of current and future contract approvals and payment applications. 2. Company-Wide Workforce Monthly Report (HRD Form 00485.03). This report is not contract specific; it is used to report on the utilization of females and minorities, by trade, company-wide. Two copies of this report must be submitted to the Director by the 15th of each month. The first copy will be utilized to report the Proposer’s own workforce compliance data with regard to every contract (both privately and publicly funded) Proposer has in progress throughout the Kansas City metropolitan statistical area. The second copy will be utilized to report consolidated workforce compliance data for every subcontractor retained by Proposer on every contract Proposer has in progress throughout the Kansas City metropolitan statistical area. Failure to submit timely reports may result in delays in processing of current and future contract approvals and payment applications. III. Submittal Required for Final Contract Payment. A. The last Project Workforce Monthly Report(s) and Company-Wide Workforce Monthly Report(s) shall serve as the final reports and must be submitted before final payment will be made and/or retainage released. Proposer shall note the submittal of the final reports by notation in the box entitled “Final Cumulative Report” IV. Methods for Securing Workforce Participation and Good Faith Efforts. A. A Proposer is required to make good faith efforts to achieve the construction employment goals. If a Proposer will be unable to secure enough minority and female participation to meet or exceed the construction employment goals, a Proposer must, within a reasonable time after so learning, request a waiver or modification of the goals by the Director of HRD. The Director will examine the Proposer’s request and the Proposer’s documentation of good faith efforts and grant or deny a waiver or modification. The Director will grant a waiver or modification only if the Proposer has made good faith DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 9 of 12 efforts to secure minority and female participation. B. In evaluating good faith efforts, the Director will consider whether the Proposer has performed the following: 1. For those Proposers that are not signatories to a collective bargaining agreement with organized labor: a. Requested in writing the assistance of the Director with respect to efforts to promote the utilization of minorities and women in the workforce and acted upon the Director’s recommendations; and b. Advertised in minority or women trade association newsletters and/or minority or women owned media at least 15 calendar days prior to the utilization of any construction services on the city construction contract and used terminology that sufficiently describes the work available, the pay scale, the application process, and anything else that one might reasonably be expected to be informed of relevant to the position being advertised; and c. Maintained copies of each advertisement and a log identifying the publication and date of publication; and d. Conducted real and substantial recruitment efforts, both oral and written, targeting resident, minority and women community-based organization, schools with a significant minority student population, and training organizations serving the recruitment area; and e. Established and maintained a current list of resident, minority and women recruitment sources, providing written notification to the recruitment sources of available employment opportunities, and maintained records of the notices submitted to the organizations and any responses thereto; and f. Maintained a current file for the time period of the city construction contract with the name, address, and telephone number of each resident, minority and woman job applicant, the source of the referral, whether or not the person was hired, and in the event that the applicant was not hired, the reason therefore; and g. Promoted the retention of minorities and women in its workforce with the goals of achieving sufficient annual hours for minorities and women to qualify for applicable benefits; and h. Required by written contract that all subcontractors comply with the above efforts. 2. For those Proposers that are signatories to collective bargaining agreements with organized labor: a. Supported the efforts of the Joint Apprenticeship Training Committee (JATC), a joint effort of Labor Unions and contractors, or some other apprenticeship program, whose purpose is to recruit, train and employ new workers for a full time career in the construction industry; and DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 10 of 12 b. Requested in writing from each labor union representing crafts to be employed that: i. the labor union make efforts to promote the utilization of residents of the City, minorities and women in the workforce; and ii. the labor union identify any residents of the City, minorities and women in its membership eligible for employment; and iii. the JATC take substantial and real steps to increase the participation of minorities in the union apprenticeship programs in the aggregate to 30% by 2011 and encourage other labor unions to do the same; and iv. the JATC take substantial and real steps to increase the participation of women in the union apprenticeship programs in the aggregate to 5% by 2011 and encourage other labor unions to do the same; and v. the JATC partner with workforce preparedness programs, community based organizations, employment referral programs and school- sponsored programs to accomplish these goals. c. Collaborated with labor unions in promoting mentoring programs intended to assist minorities and women in increasing retention with the goals of achieving sufficient annual hours to qualify for applicable benefits; and d. Maintained a current file with the name, address, and telephone number of each resident, minority and women worker identified by the labor union, whether or not the person was hired, and in the event the person was not hired, the reason therefore. e. To the extent the good faith efforts applicable to Proposers that are signatories to collective bargaining agreements with organized labor conflict with the procedures implemented by the Proposer in order to comply with the relevant bargaining agreement, the Proposer shall substitute other procedures as may be approved by the Director in writing. C. A Proposer will be required to give the City documentation to prove that it made good faith efforts. The Proposer will be contacted by the City with further instructions about when this documentation must be submitted. V. Appeals. A. In conformance with the Program, appeals may be made to the Construction Workforce Board on the following: 1. Determinations by the Director that a contractor did not meet the construction employment goals and did not make a good faith effort to meet the goals; 2. Recommendations by the Director to assess liquidated damages; 3. Recommendation by the Director that a contractor be declared ineligible to receive any city construction contract for a period of time up to one year. B. Any appeal must be filed in writing with the Director within ten (10) working days of DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 11 of 12 notice of the recommendation or determination. The appeal shall state with specificity why the Proposer believes the recommendation or determination is incorrect. C. Failure to file a timely appeal shall constitute a waiver of a Proposer’s right to appeal such determination or recommendation and such person shall be estopped to deny the validity of any order, determination, recommendation or action of HRD which could have been timely appealed. VI. Access to Documents and Records. A. By submitting a proposal, each Proposer agrees to permit the City, its duly authorized agents or employees, access at all reasonable times to all books and business records of Proposer as may be necessary to ascertain compliance with the requirements of this document and the Program, within ten (10) days of the date of the written request. Each Proposer further agrees to require, if awarded the contract, that every subcontractor permit the City the same access to documents and records. B. All Proposers agree to cooperate with the contracting department and HRD in studies and surveys regarding the construction employment program. VII. Miscellaneous. A. A Proposer shall bear the burden of proof with regard to all issues on appeal. B. The successful Proposer may be required to meet with the Director of HRD or the Director’s designee for the purpose of discussing the construction employment program, the Proposer’s efforts to realize the goals, and any other problems and/or issues affecting the realization of the goals or the program in general. C. In the event of any conflict between this document and the Program, the provisions of the Program shall control. The terms used in this document are defined in the Program. D. Oral representations are not binding on the City. VIII. Liquidated Damages; Suspension – Workforce Program. A. If a Proposer fails to achieve the construction employment goals without having previously obtained a waiver or modification of those goals, the City will sustain damages, the exact extent of which would be difficult or impossible to ascertain. These damages are magnified if the failure to abide by the requirements of the Workforce Program is recurring. Therefore, in order to liquidate those damages, City shall be entitled to deduct and withhold the following amounts: If Proposer failed to meet or exceed the minimum employment goals or otherwise establish that Proposer is entitled to a waiver under circumstances in which Proposer has failed to meet or exceed the goals on one prior occasion within the twenty-four month period immediately preceding the completion of the work under the Contract, the sum of three thousand dollars ($3,000.00). If Proposer failed to meet or exceed the minimum employment goals or otherwise establish that Proposer is entitled to a waiver under circumstances in which Proposer has failed to meet or exceed the goals on two or more prior occasions DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 06 RFQ/P Instructions 013012 Contract Central 12 of 12 within the twenty-four month period immediately preceding the completion of the work under the Contract, the sum of seven thousand dollars ($7,000.00). B. In addition, Proposer shall be required to attend mandatory compliance training or be declared ineligible to contract with the City for a term provided herein, and as authorized by City’s Code of Ordinances: If Proposer failed to meet or exceed the minimum employment goals or otherwise establish that Proposer is entitled to a waiver under circumstances in which Proposer has not previously failed to meet or exceed the goals within the twenty- four month period immediately preceding the completion of the work under the Contract, Proposer shall be required to attend a mandatory training class on Workforce Program compliance. If Proposer failed to meet or exceed the minimum employment goals or otherwise establish that Proposer is entitled to a waiver under circumstances in which Proposer has failed to meet or exceed the goals on one prior occasion within the twenty-four month period immediately preceding the completion of the work under the Contract, Proposer shall be suspended from participating, either as a contractor or subcontractor, on any future contract with the City for a period of thirty (30) days. Proposer waives any right to invoke any proceeding or procedure under Sections 2-1649 or 2-1801 of City’s Code of Ordinances with regards to any suspension arising hereunder. If Proposer failed to meet or exceed the minimum employment goals or otherwise establish that Proposer is entitled to a waiver under circumstances in which Proposer has failed to meet or exceed the goals on two or more prior occasions within the twenty-four month period immediately preceding the completion of the work under the Contract, Proposer shall be suspended from participating, either as a contractor or subcontractor, on any future contract with the City for a period of six (6) months. Proposer waives any right to invoke any proceeding or procedure under Sections 2-1649 or 2-1801 of City’s Code of Ordinances with regards to any suspension arising hereunder. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00450 HRD 08 Utilization Plan & Req. for Waiver 050113 1 of 4 Contract Central CONTRACTOR UTILIZATION PLAN/REQUEST FOR WAIVER Project Number ____________________________________________ Project Title _______________________________________________ ______________________________________________________ _____________________ (Department Project) Department ______________________________________________________________________________ (Bidder/Proposer) STATE OF ____________________ ) ) ss COUNTY OF __________________ ) I, _______________________________, of lawful age and upon my oath state as follows: 1. This Affidavit is made for the purpose of complying with the provisions of the MBE/WBE submittal requirements on the above project and the MBE/WBE Program and is given on behalf of the Bidder/Proposer listed below. It sets out the Bidder/Proposer’s plan to utilize MBE and/or WBE contractors on the project. 2. The project goals are __________ % MBE and __________ % WBE. Bidder/Proposer assures that it will utilize a minimum of the following percentages of MBE/WBE participation in the above project: BIDDER/PROPOSER PARTICIPATION:________% MBE _______% WBE 3. The following are the M/WBE subcontractors whose utilization Bidder/Proposer warrants will meet or exceed the above-listed Bidder/Proposer Participation. Bidder/Proposer warrants that it will utilize the M/WBE subcontractors to provide the goods/services described in the applicable Letter(s) of Intent to Subcontract, copies of which shall collectively be deemed incorporated herein). (All firms must currently be certified by Kansas City, Missouri) a. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00450 HRD 08 Utilization Plan & Req. for Waiver 050113 2 of 4 Contract Central b. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ c. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ d. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ e. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ f. Name of M/WBE Firm ______________________________________________ Address __________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. ________________________________________________________ (List additional M/WBEs, if any, on additional page and attach to this form) 4. The following is a breakdown of the percentage of the total contract amount that Bidder/Proposer agrees to pay to each listed M/WBE: MBE/WBE BREAKDOWN SHEET MBE FIRMS: Subcontract Weighted % of Total Name of MBE Firm Supplier/Broker/Contractor Amount* Value** Contract _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00450 HRD 08 Utilization Plan & Req. for Waiver 050113 3 of 4 Contract Central _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ TOTAL MBE $ / TOTAL MBE %: $____________ ______% ______________________________________________________________________________ WBE FIRMS: Subcontract Weighted % of Total Name of WBE Firm Supplier/Broker/Contractor Amount* Value** Contract _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ _____________________ _____________________ __________ _______ _______ TOTAL WBE $ / TOTAL WBE %: $____________ ______% _____________________________________________________________________________ *“Subcontract Amount” refers to the dollar amount that Bidder/Proposer has agreed to pay each M/WBE subcontractor as of the date of contracting and is indicated here solely for the purpose of calculating the percentage that this sum represents in proportion to the total contract amount. Any contract amendments and/or change orders changing the total contract amount may alter the amount due an M/WBE under their subcontract for purposes of meeting or exceeding the Bidder/Proposer participation. **“Weighted Value” means the portion of the subcontract amount that will be credited towards meeting the Bidder/Proposer participation. See HRD Forms and Instructions for allowable credit and special instructions for suppliers. 5. Bidder/Proposer acknowledges that the monetary amount to be paid each listed M/WBE for their work, and which is approved herein, is an amount corresponding to the percentage of the total contract amount allocable to each listed M/WBE as calculated in the MBE/WBE Breakdown Sheet. Bidder/Proposer further acknowledges that this amount may be higher than the subcontract amount listed therein as change orders and/or amendments changing the total DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00450 HRD 08 Utilization Plan & Req. for Waiver 050113 4 of 4 Contract Central contract amount may correspondingly increase the amount of compensation due an M/WBE for purposes of meeting or exceeding the Bidder/Proposer participation 6. Bidder/Proposer acknowledges that it is responsible for considering the effect that any change orders and/or amendments changing the total contract amount may have on its ability to meet or exceed the Bidder/Proposer participation. Bidder/Proposer further acknowledges that it is responsible for submitting a Request for Modification or Substitution if it will be unable to meet or exceed the Bidder/Proposer participation set forth herein. 7. If Bidder/Proposer has not achieved both the M/WBE goal(s) set for this Project, Bidder/Proposer hereby requests a waiver of the MBE and/or WBE goal(s) that Bidder/Proposer has failed to achieve 8. Bidder/Proposer will present documentation of its good faith efforts, a narrative summary detailing its efforts and the reasons its efforts were unsuccessful when requested by the City. 9. I hereby certify that I am authorized to make this Affidavit on behalf of the Bidder/Proposer named below and who shall abide by the terms set forth herein: Bidder/Proposer primary contact: Address: _________ _________ Phone Number: _________ Facsimile number: _________ E-mail Address: _________ By: __________________________________ Title: __________________________________ Date: __________________________________ (Attach corporate seal if applicable) Subscribed and sworn to before me this ______ day of ___________________, 20__. My Commission Expires: __________________ _________________________________ Notary Public DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00460 HRD 10 Timetable for MBE/WBE Utilization 050113 Contract Central TIMETABLE FOR MBE/WBE UTILIZATION (This form should be submitted to the City after contract award.) I, __________________________________, acting in my capacity as _____________________ (Name) (Position with Firm) of __________________________________, with the submittal of this Timetable, certify that (Name of Firm) the following timetable for MBE/WBE utilization in the fulfillment of this contract is correct and true to the best of my knowledge. ALLOTTED TIME FOR THE COMPLETION OF THIS CONTRACT (Check one only) 15 days ___ 75 days ___ 135 days ___ 30 days ___ 90 days ___ 150 days ___ 45 days ___ 105 days ___ 165 days ___ 60 days ___ 120 days ___ 180 days ___ Other _____________________ (Specify) Throughout ____________________________ Beginning 1/3 ___________________________ Middle 1/3 _____________________________ Final 1/3 _______________________________ Beginning 1/3 _________% Middle 1/3 _________% Final 1/3 __________% PLEASE NOTE: Any changes in this timetable require approval of the Human Relations Department in advance of the change. If you have any questions regarding the completion of this form, please contact the Department of Human Relations at: (816) 513-1818. __________________________________________ (Signature) __________________________________________ (Position with Firm) __________________________________________ (Date) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00470 HRD 11 Request for Mod. or Sub. 050113 Page 1 of 2 Contract Central REQUEST FOR MODIFICATION OR SUBSTITUTION (This Form must be submitted to HRD to request substitutions for an MBE/WBE listed in the Contractor Utilization Plan or for modification of the amount of MBE/WBE participation listed in the Contractor Utilization Plan. This Form shall be an amendment to the Contractor Utilization Plan.) BIDDER/PROPOSER/CONTRACTOR: _________________________________________________ ADDRESS: _________________________________________________________________________ PROJECT NUMBER OR TITLE: ______________________________________________________ AMENDMENT/CHANGE ORDER NO: (if applicable) ____________________________________ Project Goals: ________% MBE _______% WBE Contractor Utilization Plan: ________% MBE _______% WBE 1. I am the duly authorized representative of the above Bidder/Contractor/Proposer and am authorized to request this substitution or modification on behalf of the Bidder/Contractor/Proposer. 2. I hereby request that the Director of HRD recommend or approve: (check appropriate space(s)) a. ____ A substitution of the certified MBE/WBE firm _____________________________, (Name of new firm) to perform ______________________________________________________, (Scope of work to be performed by new firm) for the MBE/WBE firm ________________________________ which is currently (Name of old firm) listed on the Bidder’s/Contractor’s/Proposer’s Contractor Utilization Plan to perform the following scope of work: _____________________________. (Scope of work of old firm) b. ____A modification of the amount of MBE/WBE participation currently listed on the Bidder’s/Contractor’s/Proposer’s Contractor Utilization Plan from ______ % MBE ______% WBE (Fill in % of MBE/WBE Participation currently listed on Contractor Utilization Plan) TO ______% MBE ______% WBE (Fill in New % of MBE/WBE Participation requested for Contractor Utilization Plan) c. Attach 00450.01 Letter of Intent to Subcontract letter for each new MBE/WBE to be added. d. Attach a copy of the most recent 00485.01 or on-line M/WBE Monthly Utilization Report 3. Bidder/Contractor/Proposer states that a substitution or modification is necessary because: (check applicable reason(s) ) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00470 HRD 11 Request for Mod. or Sub. 050113 Page 2 of 2 Contract Central ___The MBE/WBE listed on the Contractor Utilization Plan is non-responsive or cannot perform. ___The MBE/WBE listed on the Contractor Utilization Plan has increased its previously quoted price without a corresponding change in the scope of work. ___The MBE/WBE listed on the Contractor Utilization Plan has committed a material default or breach of its contract. ___Requirements of the scope of work of the contract have changed and make subcontracting not feasible or not feasible at the levels required by the goals established for the contract. ___The MBE/WBE listed on the Contractor Utilization Plan is unacceptable to the City contracting department. ___Bidder/Contractor/Proposer has not attempted intentionally to evade the requirements of the Act and it is in the best interests of the City to allow a modification or substitution. 4. The following is a narrative summary of the Bidder’s/Contractor’s/Proposer’s good faith efforts exhausted in attempts to substitute the MBE/WBE firm named above which is currently listed on the Contractor Utilization Plan with other qualified, certified MBE/WBE firms for the listed scope of work or any other scope of work in the project: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ 5. Bidder/Proposer/Contractor will present documentation when requested by the City to evidence its good faith efforts. Dated:_____________________________ _______________________________________ (Bidder/Proposer/Contractor) _______________________________________ By: (Authorized Representative) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 13 Affidavit of Intended Utilization 021108 Page 1 of 2 Contract Central AFFIDAVIT OF INTENDED UTILIZATION (This Form must be submitted with your Bid/Proposal) ____________________________________________________________ (Department Project) ____________________________________________________________ (Bidder/Proposer) STATE OF ____________________) ) ss COUNTY OF __________________) I, _______________________________, of lawful age and upon my oath state as follows: 1. This Affidavit is made for the purpose of complying with the provisions of the MBE/WBE submittal requirements in the bid/proposal specifications on the above project and is given on behalf of the Bidder/Proposer listed below. 2. Bidder/Proposer assures that it presently intends to utilize the following MBE/WBE participation in the above project if awarded the Contract: PROJECT GOALS: ________% MBE ______% WBE BIDDER/PROPOSER PARTICIPATION: ________% MBE ______% WBE 3. To the best of Bidder’s/Proposer’s knowledge, the following are the names of certified MBEs or WBEs with whom Bidder/Proposer, or Bidder’s/Proposer’s subcontractors, presently intend to contract if awarded the Contract on the above project: (All firms must currently be certified by Kansas City, Missouri Dept. Of Human Relations) a. Name of M/WBE Firm ___________________________________________ Address ________________________________________________________ Telephone No. __________________________________________________ I.R.S. No. ______________________________________________________ Area/Scope of work _______________________________________________ Subcontract amount ______________________________________________ b. Name of M/WBE Firm _____________________________________________ Address _________________________________________________________ Telephone No. ____________________________________________________ I.R.S. No. ________________________________________________________ Area/Scope of work _________________________________________________ Subcontract amount _________________________________________________ c. Name of M/WBE Firm _______________________________________________ Address ___________________________________________________________ Telephone No. _____________________________________________________ I.R.S. No. _________________________________________________________ Area/Scope of work __________________________________________________ Subcontract amount __________________________________________________ (List additional MBE/WBEs, if any, on additional pages and attach to this form) DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A HRD 13 Affidavit of Intended Utilization 021108 Page 2 of 2 Contract Central 4. Bidder/Proposer will identify before contract award, those MBE/WBE subcontractors with dollar amounts and scopes of work which apply to or exceed the MBE/WBE goals for the Project on the Contractor Utilization Plan/Request for Waiver (HRD 08). 5. Bidder/Proposer agrees that failure to meet or exceed the MBE/WBE Goals for the above project will automatically render this bid/proposal non-responsive if Bidder/Proposer fails to establish good faith efforts towards meeting the goals as set forth in the HRD Forms and Instructions. 6. If applicable, Bidder/Proposer assures that it will meet or exceed the minimum employment goals of 10% minority and 2% women during the term of its contract with City, or request a waiver of the goals. NOTE: This paragraph is applicable ONLY if you are submitting a bid/proposal on a construction contract that was estimated by the City, prior to solicitation, as requiring more than 800 construction labor hours and costing in excess of $324,000.00. 7. I am authorized to make this Affidavit on behalf of the Bidder/Proposer named below as: _________________________ of ______________________________________ (Title) (Name of Bidder/Proposer) Dated: _______________________________ By: ___________________________________ (Affiant) Subscribed and sworn to before me this _____ day of ____________________, 20____. My Commission Expires: ________________ ______________________________ Notary Public DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 00450.01 HRD Letter of Intent to Subcontract 050113 Page 1 of 1 Contract Central LETTER OF INTENT TO SUBCONTRACT Project Number Project Title ______________________________________ (“Prime Contractor”) agrees to enter into a contractual agreement with ________________________________________ (“M/W/DBE Subcontractor”), who will provide the following goods/services in connection with the above-referenced contract: (Insert a brief narrative describing the goods/services to be provided. Broad categorizations (e.g., “electrical,” “plumbing,” etc.) or the listing of the NAICS Codes in which M/W/DBE Subcontractor is certified are insufficient and may result in this Letter of Intent to Subcontract not being accepted.) _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________, for an estimated amount of $____________________ or ______________% of the total estimated contract value. M/W/DBE Subcontractor is, to the best of Prime Contractor’s knowledge, currently certified with the City of Kansas City’s Human Relations Department to perform in the capacities indicated herein. Prime Contractor agrees to utilize M/W/DBE Subcontractor in the capacities indicated herein, and M/W/DBE Subcontractor agrees to work on the above-referenced contract in the capacities indicated herein, contingent upon award of the contract to Prime Contractor. _______________________________________ _________________________________ Signature: Prime Contractor Signature: M/W/DBE Subcontractor ________________________________________ _________________________________ Print Name Print Name ________________________________________ _________________________________ Title Date Title Date DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 01290.14 Contractor Affidavit for Final Payment 063009 1 of 2 Contract Central CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Project Number Project Title STATE OF ) )SS COUNTY OF ) The Undersigned, of lawful (Name) age, being first duly sworn, states under oath as follows: 1. I am the of who is the general (Title) (CONTRACTOR) CONTRACTOR for the OWNER on Project No. and Project Title . 2. All payrolls, material bills, use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied, as required by the Contract. 3 () Prevailing wage does not apply; or () All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project, regardless of tier, affirming compliance with the prevailing wage law as stipulated in the Contract. 4. I hereby certify that (a) at project completion and pursuant to contractor’s final request for payment, contractor achieved (______%) Minority Business Enterprise (MBE) participation and (_____%) Women Business Enterprise (WBE) participation on this contract, and (b) listed herein are the names of all certified M/WBE subcontractors, regardless of tier, with whom I, or my subcontractors contracted. 1. Name of MBE/WBE Firm ______________________________________________ Address _____________________________________________________________ _____________________________________________________________ Telephone Number (_______) __________________________________________ IRS Number _________________________________________________________ Area/Scope*of Work __________________________________________________ Subcontract Final Amount ______________________________________________ 2. Name of MBE/WBE Firm _____________________________________________ Address _____________________________________________________________ _____________________________________________________________ Telephone Number (_______) ___________________________________________ IRS Number _________________________________________________________ Area/Scope*of Work___________________________________________________ Subcontract Final Amount ______________________________________________ DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 01290.14 Contractor Affidavit for Final Payment 063009 2 of 2 Contract Central List additional subcontractors, if any, on a similar form and attach to the bid. Supplier** Final Amount: ___________________________________ *Reference to specification sections or bid item number. () Met or exceeded the Contract utilization goals; or () Failed to meet the Contract utilization goals (attach waiver, substitution or modification); or () No goals applied to this Project. 5. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 6. If applicable, I hereby certify that (a) at project completion and pursuant to contractor’s final request for payment, contractor achieved, company-wide, at least ten percent (10%) minority workforce participation and two percent (2%) women workforce participation and (2) a true and accurate copy of my final project workforce monthly report (HRD Form 00485.02 and final company-wide workforce monthly report (HRD Form 00485.03) are attached. NOTE: This paragraph is only applicable if you completed a construction contract that was estimated by the City, prior to solicitation, as requiring more than 800 construction labor hours and costing in excess of $324,000.01. If applicable you MUST attach copies of your final monthly workforce reports. 7. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from Kansas City, Missouri, the certification of completion of the Project and receiving payment therefore. 8. If the Contract amount exceeded $123,500.01, CONTRACTOR has submitted proof of compliance with the City tax ordinances administered by the City’s Commissioner of Revenue and has on file proof of tax compliance from all Subcontractors. If the Contract term exceeded one (1) year, CONTRACTOR has provided proof of compliance with the City tax ordinances administered by the City’s Commissioner of Revenue prior to receiving final payment and has on file proof of tax compliance from all Subcontractors prior to the Subcontractor receiving final payment from CONTRACTOR. CONTRACTOR By (Authorized Signature) Title On this day of , , before me appeared , to me personally known to be the of the , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 01290.15 Subcontractor Affidavit for Final Payment 020408 Contract Central SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT Project Number Project Title STATE OF MISSOURI ) ) ss: COUNTY OF ______________ ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor) and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: __________________________________________________________________, Contractor Work Performed: ____________________________________________________________________________ Total Dollar Amount of Subcontract and all Change Orders: $_________________________________________ City Certified MBE  WBE  DBE  NA List certifications: ____________________________________________________________________________ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210, RSMo through 290.340, RSMo. Business Entity Type: Subcontractor’s Legal Name and Address (___) Missouri Corporation (___) Foreign Corporation ___________________________________________ (___) Fictitious Name Corporation (___) Sole Proprietor ___________________________________________ (___) Limited Liability Company Phone No. __________________________________ (___) Partnership Fax: ______________________________________ (___) Joint Venture E:mail:_____________________________________ (___) Other (Specify) Federal ID No._______________________________ I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: ______________________________________ __________________________________________ (Signature) (Print Name) _______________________________________ __________________________________________ (Title) (Date) NOTARY Subscribed and sworn to before me this _____ day of ________________________, 20______. My Commission Expires:______________________ By_____________________________ __________________________________________ _______________________________ Print Name Title DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DISPARITY STUDY ISSUE DATE: 06-02-14 RFP NO. EV1992 (REV. 06-17-13) Page 1 of 2 AFFIDAVIT EMPLOYEE ELIGIBILITY VERIFICATION AFFIDAVIT (Required for any contract with the City of Kansas City, Missouri in excess of $5,000.00) STATE OF ___________________ ) ) ss COUNTY OF _________________ ) On this ________ day of _______________________, 20___, before me appeared ____________________________________________, personally known by me or otherwise proven to be the person whose name is subscribed on this affidavit and who, being duly sworn, stated as follows: I am of sound mind, capable of making this affidavit, and personally swear or affirm that the statements made herein are truthful to the best of my knowledge. I am the ______________________________ (title) of _________________________________ (business entity) and I am duly authorized, directed or empowered to act with full authority on behalf of the business entity in making this affidavit. I hereby swear or affirm that the business entity does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work in the United States as defined in 8 U.S.C. § 1324a(h)(3). I hereby additionally swear or affirm that the business entity is enrolled in an electronic verification of work program operated by the United States Department of Homeland Security (E-Verify) or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration Reform and Control Act of 1986, and that the business entity will participate in said program with respect to any person hired by the business entity to perform any work in connection with the contracted services. I have attached hereto documentation sufficient to establish the business entity’s enrollment and participation in the required electronic verification of work program. The documentation will consist of the first and last pages of the E-Verify Memorandum of Understanding that the Contractor obtained upon successfully enrolling in the program. I am aware and recognize that unless certain contractual requirements are satisfied and affidavits obtained as provided in Section 285.530, RSMo, the business entity may face liability DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DISPARITY STUDY ISSUE DATE: 06-02-14 RFP NO. EV1992 (REV. 06-17-13) Page 2 of 2 for violations committed by its subcontractors, notwithstanding the fact that the business entity may itself be compliant. I acknowledge that I am signing this affidavit as the free act and deed of the business entity and that I am not doing so under duress. ______________________________________ Affiant’s signature Subscribed and sworn to before me this ______ day of ___________________, 20____. ______________________________________ Notary Public My Commission expires: DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A EXHIBIT B Original Government Contract DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A AMENDMENT NO 1. TO MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 2 AMENDMENT NO. 1 to STANDARD CITY CONTRACT MASTER CONTRACT FOR PRODUCTS AND SERVICES - THE CITY OF KANSAS CITY, MISSOURI CONTRACT NO.: EV2370.1 TITLE/DESCRIPTION: Electrical, Lighting, Data Communications and Security Products and Related Products, Services and Solutions THIS Amendment No. 1 to Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation (“CITY”), and GRAYBAR ELECTRIC COMPANY, INC. (“CONTRACTOR”) WHEREAS, the City and the Contractor are parties to that certain Master Contract for Products and Services (No, EV2370), dated February 1, 2018 (the “Original Agreement”), pursuant to which Contractor agreed to sell, and the City agreed to buy, certain products and services on the terms and conditions set forth therein; WHEREAS, the parties mutually believe it is equitable, desirable and appropriate to amend the Original Agreement to more clearly address expected increases in Contractor’s costs that were not anticpated and are and will not be reflected in the scheduled product price set forth in the Original Agreement; and WHEREAS, the parties mutually desire to amend the Agreement upon the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual covenants and promises contained in this Amendment, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto hereby agree as follows: 1. A new Section 38A is hereby inserted in the Original Agreement, as follows: Sec. 38A. Other Charges. The contract price for Products shall be increased by the amount of any applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed assessed or collected by any governmental body, whether or not reflected in the Product price charged to CONTRACTOR, and CONTRACTOR may increase its cost for Products appropriately to take into account such increases in CONTRACTOR’S Product costs. 2. Except as amended hereby, the Original Agreement and all of its terms shall remain in full force and effect. DocuSign Envelope ID: 4EA9381F-36FD-451F-A419-7A512A984B73DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A AMENDMENT NO 1. TO MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 2 CONTRACTOR I hereby certify that I have the authority to execute this document on behalf of CONTRACTOR. Contractor: By: Title: Date: APPROVED AS TO FORM Assistant City Attorney (Date) KANSAS CITY, MISSOURI By: Title: Date: DocuSign Envelope ID: 4EA9381F-36FD-451F-A419-7A512A984B73 VP - Strategic Accounts Bill Hoyt 6/17/2019 Graybar 6/17/2019 Manager of Procurement Services DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A (REV. 01/09) 1. Modification 2. Contract No.:1 Effective Date: 02-01-23 EV2370 Effective Date: 02-01-18 3. Senior Procurement Officer: Mia Wilson 5. Supplier – Name and Address Telephone Number: (816) 513-0778 4. Issued By CITY OF KANSAS CITY, MISSOURI Procurement Services Division 1st Floor, Room 102 W, City Hall 414 East 12th Street Kansas City, Missouri 64106-2793 6. SPECIAL INSTRUCTIONS: Retain this signed copy of the modification and attach it to the original contract that was previously provided by the Procurement Services Division. 7. Description of Modification ELECTRICAL,LIGHTING,DATA COMMUNICATIONS AND SECURITY PRODUCTS AND RELATED PRODUCTS,SERVICES AND SOLUTIONS Contract EV2370 is renewed for two (2) years, February 1, 2023 to January 31, 2025 by exercising the options to renew, the authority for which is contained in Section 3 of the CONTRACT. Taxpayer Clearance Letter. In accordance with City Ordinance No. 010461, if the City renews a contract, the Vendor shall provide new proof of tax compliance dated not more than ninety (90) days prior to the renewal date of the contract. Submission of this proof shall be a condition precedent to the City making the first payment under such renewal. This tax clearance letter may be obtained from the City’s Revenue Division at (816) 513-1135 or (816) 513-1083. All other Terms and Conditions of Contract EV2370 remain unchanged. 8. City of Kansas City, Missouri By: Darrell Everette, CPSM,MBA Manager of Procurement Services This Day: GRAYBAR ELECTRIC COMPANY INC ATTN: JEFF PESKUSKI 11885 LACKLAND ROAD ST. LOUIS, MISSOURI 63146 630-640-4905 MODIFICATION OF CONTRACT DocuSign Envelope ID: 3A8D7C48-36E9-4F63-AB55-C4CF2A976027 11/28/2022 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A EXHIBIT C City’s Insurance and Indemnity DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Exhibit C Insurance and Indemnity INDEMNIFICATION To the furthest extent allowed by law, VENDOR 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, VENDOR 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. VENDOR'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 VENDOR should subcontract all or any portion of the work to be performed under this Contract, VENDOR 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 (a) Throughout the life of this Agreement, VENDOR shall pay for and maintain in full force and effect all insurance as required herein with an insurance company(ies) either (i) admitted by the 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, VENDOR 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 VENDOR 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 DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A Agreement. No action taken by CITY pursuant to this section shall in any way relieve VENDOR 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 VENDOR shall not be deemed to release or diminish the liability of VENDOR, 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 amount of indemnification to be provided by VENDOR. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of VENDOR, vendors, suppliers, invitees, contractors, sub-contractors, subcontractors, or anyone employed directly or indirectly by any of them. 1. PRODUCTS LIABILITY INSURANCE: VENDOR shall maintain, and provide the City of Fresno with verification of, manufacturer's products liability insurance policy in excess of $1,000,000 by providing a certificate of insurance on said Bid Item(s) equipment. Certificates shall be issued by an insurance company meeting the requirements to conduct business in the state of California. City of Fresno is required to be an additional insured with primary and non- contributory coverage in favor of the City on this General Liability Policy. If the scope of work includes delivery, the requirements below apply in addition to the above requirements. 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). DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. MINIMUM LIMITS OF INSURANCE VENDOR 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) $1,000,000 per occurrence for bodily injury and property damage; (ii) $1,000,000 per occurrence for personal and advertising injury; (iii) $2,000,000 aggregate for products and completed operations; and, (iv) $2,000,000 general aggregate applying separately to the work performed under the Agreement. 2. COMMERCIAL AUTOMOBILE LIABILITY $1,000,000 per accident for bodily injury and property damage. 3. Workers’ Compensation Insurance as required by the State of California with statutory 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. UMBRELLA OR EXCESS INSURANCE In the event VENDOR 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- DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A contributory basis for the benefit of the CITY, its officers, officials, employees, agents and volunteers. DEDUCTIBLES AND SELF-INSURED RETENTIONS VENDOR shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and VENDOR shall also be responsible for payment of any self-insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS (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. VENDOR 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, VENDOR 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, VENDOR 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 and Automobile Liability insurance policies shall be written on an occurrence form. (iii) The Commercial General and Automobile Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees and volunteers as an additional insured all ongoing and completed operations. Additional Insured endorsements under the General Liability policy must be as broad as that contained in ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 20 37. (iv) The Commercial General and Automobile Liability insurance shall contain, or be endorsed to contain, that VENDOR’S insurance shall be primary to and require no contribution from the City. Primary and Non Contributory language under the General Liability policy must be as broad as that contained in ISO Form CG 20 01 04 13. These coverages shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents and volunteers. (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. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A (vi) All insurance policies required herein shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees and volunteers. PROVIDING OF DOCUMENTS VENDOR 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, VENDOR 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 VENDOR shall also be required to provide all documents noted herein. SUBCONTRACTORS If VENDOR subcontracts any or all of the services to be performed under this Agreement, VENDOR 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, VENDOR 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. DocuSign Envelope ID: 6A9F4DFC-7143-4D00-AE1E-E3D7A8B3506A